cwe y-09 2014-15 final draft

120
CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO.01 CONTENTS PAGE CERTAIN REPAIRS TO ROADS AT DALHOUSIE :BEARING NO. CWE/Y-09/2014-15 Se r No Description Page Nos From To 1. Contents Page 01 2. Forwarding letter. 02 05 3. Notice of Tender including Appendix ‘A’ and amendments thereto. 06 11 4. Tender and item rate contract for works by measurement IAFW-1779-A (Revised –1955). 12 19 5. Special Conditions. 20 41 6. Particular Specifications. 42 65 7. List of Drawings/Buildings . - - 8. General Conditions of contract IAFW-2249 (1989 Print) including amendments/errata thereto. 66 107 9. Schedule of minimum wages. 108 10 . Errata/Amendments to tender documents. 11 . Amendments to tender documents. 12 . Relevant Correspondence, if any . 13 Acceptance letter.

Upload: iqbal-singh

Post on 20-Jul-2016

6 views

Category:

Documents


2 download

TRANSCRIPT

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO.01

CONTENTS PAGE

CERTAIN REPAIRS TO ROADS AT DALHOUSIE :BEARING NO. CWE/Y-09/2014-15

SerNo

Description Page NosFrom To

1. Contents Page 01

2. Forwarding letter. 02 05

3. Notice of Tender including Appendix ‘A’ and amendments thereto.

06 11

4. Tender and item rate contract for works by measurement IAFW-1779-A (Revised –1955).

12 19

5. Special Conditions. 20 41

6. Particular Specifications. 42 65

7. List of Drawings/Buildings . - -

8. General Conditions of contract IAFW-2249 (1989 Print) including amendments/errata thereto.

66 107

9. Schedule of minimum wages. 108

10. Errata/Amendments to tender documents.

11. Amendments to tender documents.

12. Relevant Correspondence, if any .

13. Acceptance letter.

Total Pages :

Signature of contractor. DCWE (Contracts)Dated :_____________ for Accepting Officer

CA NO: CWE/Y-09/2014-15    SERIAL PAGE NO. 02REGISTERED BY POST/AD Headquarter Commander Works Engineer Military Engineers Services

Yol (HP)

No. 8234/09/ /E-8 August, 2014

M/S/ SH_________________

________________________

________________________

CERTAIN REPAIRS TO ROADS AT DALHOUSIE :BEARING NO. CWE/Y-09/2014-15

Dear Sir(s),

1. Tender documents in respect of the above work are forwarded herewith. 2. Tender will be received in two covers online only on website www.eprocuremes.gov.in.by the Accepting Officer. Various critical dates are available on website www.eprocuremes.gov.in

2. The tenderers should ensure that the following requirements are strictly complied with while submitting the tenders :

(a) The tender shall be signed, dated and witnessed in all places provided for in the documents.

(b) If the tender is submitted on behalf of a firm or person, the tender should be accompanied by certified true copy of the power of attorney in favour of the signatory of the person signing the tender documents. The power of attorney duly executed in favour of such person(s) by the tenderer or all partners of the firm in accordance with the constitution of one company should authorize the signatory to the tender documents to bind the firm or person(s) as the case may be in all matters relating to the contract including Arbitration clause.

3. POWER OF ATTORNEY : Authority in favour of the signatory of tender documents incorporating therein the stipulation that signatory has the power to bind such other person(s) of the firm as the case may be in all matters pertaining to this contract including the Arbitration clause shall be furnished with the tender as given in hereinafter :-

Contd……

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 03Srl No.3 (Contd)……..

(i) PROPRIETORSHIP FIRM : In case the signatory himself is the proprietorship affidavits to this effect and in case of signatory being other than the proprietor, a power of attorney in his favour by the proprietor shall be furnished.

(ii) PARTNERSHIP FIRM : In case of partnership concern power of attorney in favour of the signatory by all partners shall be furnished together with a copy of the partnership deed.

(ii) LIMITED FIRM : In case “Ltd” concern power of attorney in favour of the signatory in accordance with the constitution of the firm shall be furnished.

(a) EARNEST MONEY : If the tenderer is not enlisted with any other MES formation and has not executed Standing Security Bond, he shall submit along with his tender earnest money amounting Rs. 24,000/- (RUPEES TWENTY FOUR THOUSAND ONLY) in the form of call deposit receipt or treasury challan or deposit from a scheduled bank, the amount credited to revenue deposit of GE Dalhousie. The treasury deposit shall be enclosed in a separate envelope including its enclosures. Cheque shall not be accepted as earnest money. A tender not accompanied by requisite earnest money as mentioned above shall be treated as non-bonafied.

(b) INDIVIDUAL SECURITY DEPOSIT : If Accepting officer decides to accept a e-tender submitted by a contractor who is not enlisted/registered by CWE YOL/Chief Engineer Western Command / E-in-C, then the contractor shall lodge with Principal Controller of Defence Accounts Western Command as Security Deposit in the prescribed form, the sum calculated with reference to the tendered cost as per the scale laid down by the MES for calculation of “Earnest money” enhanced by 25%. This provision shall also be applicable to the contractors who are enlisted with other Commands.

(c) ADDITIONAL SECURITY : If the tenderer is enlisted with this fmn/CE Western Command and has executed Standing Security Bond and if the tendered cost of work exceeds the financial limit of the contractor i.e. his class of enlistment and the Accepting Officer decides to accept his tender, such a contractor shall be required to lodge with the Accepting officer additional security calculated with reference to the tendered cost as per scale laid down by the MES for the calculation of “Earnest money” enhanced by 25% less the Standing Security Deposit lodged.

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 04

4. INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE TENDERER:

4.1) The bidders shall submit bid in two covers(A) Cover I (Fee/Pre-qualification/Technical) : Cover I shall have following

documents:-(a) MES Enlisted Contractors(i) An application form requesting tender document(ii) Enlistment letter along with its enclosures(iii) Bidding capacity as per the formula A*N-B i.e., A multiplied by N minus B.

The letters used in the said formula would have the notations as under;A-Average annual turnover for last three financial years from Govt. contractsN-Period of completion of contracted works (in years calculated up to two

decimal places).B-Value of balance works in running Govt. contracts for the above period.

(iv) List of works in hand and remaining works to be completed as on date of application duly signed on an affidavit on non-judicial stamp paper of Rs.100/-(Rupees Hundred only) duly notarized.

(v) Demand Draft towards cost of tender. (b) Un-enlisted Contractors (i) Attested copies of supporting documents meeting enlistment eligibility criteria

of MES for Class ‘E’ and category a(i) with regards to satisfactory completion of requisite value of similar works, annual turnover, solvency, working capital, fixed assets, engineer establishment etc. (Scanned copy of only original Affidavits wherever required shall be uploaded and to be furnished with applications) (Enlistment criteria are available in all the MES offices and MES website)

(ii)No recovery outstanding in any Govt. Dept (for which Affidavit to be submitted).

(iii Copy of either police verification (within last one year) from police authorities of the area where the registered office is located OR a copy of valid passport, duly notarized, of sole proprietor, each partner/director( in case of a partnership firm) shall also be acceptable in lieu of police verification.(iv) Demand Draft towards cost of tender.

v) EMD of requisite value. vi) Affidavit for no recovery outstanding in govt departments. Note: List of documents required for enlistment in MES is available has been given in section 1.5 of section 1 of part I of MES Manual on Contracts - 2007(Reprint 2012).

(B) Cover II (Finance bid):-Cover II shall contain finance bid in shape of Schedule ‘A’ (BOQ).

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 05

5. (i) The tender should be signed dated and witnessed at all places provided therein. Also all pages drawings and corrections/Alterations should be initialed.

(ii) The tenderer shall quote his rates on the Sch ‘A’/ BOQ only.The contractor shall also write name of the firm in the space provided for it in the BOQ.

(iii) In case the tenderer has to revise/modify the rates quoted in the BOQ, he may do so before the closing date of submission of bids.

(iv) In case a tenderer has to revise his bid, he may do so on the website www.eprocuremes.gov.in. only before the closing date.

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

6. Bids submitted on website www.eprocuremes.gov.in shall only be considered. Bids submitted by any other means i.e., by post/courier/hand shall be summarily rejected.

7. The Accepting Officer reserves his right to accept a tender submitted by Public under taking giving a price preference to other tenders which may be lowest, as admissible under Govt policy. No claim for any compensation or otherwise shall be admissible from such tenderers whose tenders may be rejected on account of the said policy.

8. The Department mayefo issue amendment/errata/corrigenda to the tender documents before the due date of online submission of finance bids.Closing date of submission of online bids may be extended wherever considered inescable to allow sufficient time allow the bidders to account for such amendments. The tenderers are required to read the tender documents in conjunction with such amendments/corrigenda, if any, issued by the Department.failure to take note of such amendments/corrigendum(a) shall not entitle any contractor to any compensation whatsoever under any circumstances. 9. This letter shall form part of tender documents and be returned duly signed alongwith tender documents.

Signature of contractor. DCWE (Contracts)Dated :_____________ for Accepting Officer

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 06

IAFW-2162 (REVISED) 1960 NOTICE OF TENDER

1. A tender is invited for the works mentioned in the Appendix ‘A’ to notice of tender.2. The work is estimated to cost as given in Appendix ‘A’. This estimate however, is not guarantee and it is merely given as rough guide, if the work costs more or less, the tenderer will have no claim on this account.

3. The work is to be completed within the period as mentioned in Appendix ‘A’ from the date of handing over of site which will be about two weeks after the date of acceptance.

4. Application for the tender forms must be submitted online and also reach the CWE Yol so as to reach this office on or before as mentioned in Appendix ‘A’. Invitation for application for issue of tender forms on payment does not constitute any guarantee for issue of tender to the applicant even to enlisted contractor of appropriate class. Mere downloading of tender documents from the website www.eprocuremes.gov.in.shall not construe issue of tenders. Opening of finance bids will be decided by the Accepting Officer based on interalia past track record, financial position and experience of similar works executed by the applicant/contractor, bidding capacity. The Accepting Officer shall consider technical bids/applications received upto the date of receipt of applications/ extended date of receipt of application for issue of tender. The applicant/contractor will be informed regarding non issue of tender or non-opening of finance bids without assigning reasons. The Accepting officer’ decision not to open the finance bid(s) shall mean non-issue of tenders which may ,if so desired by the affected parties,can be appealed against before the next higher Engineer authority i.e., The Chief Engineer , Pathankot Zone, Pathankot-145001(Punjab) whose decision shall be final. No applicant/contractor shall be entitled for any compensation what so ever for rejection of his application. The payment towards tender forms shall be refunded to the unsuccessful applicant only. However, all the Bank charges shall be born by the applicant.

5. Tender forms and conditions of contract and other necessary documents will be issued on and after as indicated in appendix ‘A’. The appropriate standing security amount for this work shall be as deposited by the contractor enlisted in the area in which work lies for category and class as per Appx ‘A’. In case of a contractor who has not executed the standing security bond, the tender shall be accompanied by earnest money amount as per Appx ‘A’ in the form of deposit at call receipt issued in favour of formation given in Appx ‘A’. This will be received by the CWE Yol on date as indicated in Appx ‘A’.

Contd…….

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO . 07

IAFW-2162 (REVISED) 1960NOTICE OF TENDER

6. The tender shall be based on drawing, specifications IAFW-2249 and IAFW-1779A.

7. Normally contractors whose names are in the MES approved list for the area in which the work lies and within whose financial category estimated amount would fall may tender. In case where the tendered amount is in excess of the financial category of the contractor, the Accepting Officer reserves the right to accept the tender in which event the tenderer would be required to lodge addition security deposit as notified by the Accepting Officer in terms of conditions of contract. Not more than one tender shall be submitted by one contractor or a firm of contractors. Under no circumstances will a father and his sons(s)/or other close relatives who have business dealings with one another be allowed to tender for the same contract as separate competitors. The breach of this condition will render the tender of both parties liable to rejection.

8. The CWE Yol will be the Accepting Officer here-in-after referred to as such for the purpose of this contract.

9. The GE will return the earnest money wherever applicable to all unsuccessful un-enlsited tenderers by endorsing an authority on the deposit receipt, for its return on production by the tenderer of a certificate of the Accepting Officer that bonafide tender was received and all documents were returned. The GE will either return the earnest money to the successful tenderer by endorsing on the deposit receipt for his refund on receipt of an appropriate amount of security deposit or will retain the same on account or part of security deposit if such a transaction is feasible.

10. Copies of the drawings and other documents, pertaining to the work (signed for the purpose of identification by the Accepting Officer or his accredited representative ) and samples of materials and stores to be supplied by the contractor will be opened for inspection by the tenderer at the office as shown in Appendix ‘A’ during working hours.

11. The tenderers are advised to visit site by making prior appointment with the GE in sufficient time.

Contd……

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 08Contd….. IAFW-2162 (REVISED) 1960NOTICE OF TENDER

12. The tenderer will be deemed to have full knowledge of all relevant documents, samples, site, site conditions etc whether he has inspected them or not.

13. Any bid/tender which proposes any alteration to any of the condition laid down or which proposes any other condition of any description whatsoever is liable to be rejected.

14. The submission of tender by a tenderer implies that he has read this notice and the conditions of contract and has made himself aware of the scope and specifications of work to be done and the conditions and the rates at which stores, tools and plants will be issued to him, local conditions and other factors bearing on the execution of this work.

15. Tenderers must be in possession of a copy of MES STANDARD SCHEDULE OF RATES 2009 (PART-I) AND SSR 2010 (PART-II)’ including amendments and errata thereto.

16. Tenderers must be very careful to deliver a bonafide tender complete with all the documents forming part of tender. A bonafied tender must satisfy each and every condition laid down in this notice.

17. The Accepting Officer does not bind himself to accept the lowest or any tender or to give any reason for not doing so.

18. The Accepting Officer reserves his right to accept tender submitted by a public undertaking giving a price preference over other tender ( s) which may be lower, as admissible under the Govt Policy. No claim for any compensation or otherwise shall be admissible for such tenderers whose tenders may be rejected on account of said Policy.

19. This notice of tender shall form part of the tender documents.

Signature of contractor. DCWE (Contracts)Dated :_____________ for Accepting Officer

CA NO: CWE/Y-09/2014-15 SRL PAGE NO 09

AMENDMENT TO THE NIT TO BE READ WITH MAIN NOTICE OF TENDER (IAFW-2160 REVISED 1960)

Commander Works Engineers, Yol Cantt on behalf of President of India invites online applications from the eligible class contractors of MES and enlisted/ un-enlisted contractors working with other Govt. Deptts meeting eligibility criteria for submission of e-tenders for the under mentioned work. The prospective contractors may look up the website www.eprocuremes.gov.in. Tenders in paper form will not be accepted. Only e-tenders against this notice will be considered. For detailed instructions, please refer to the website. Tender information is also available on www.mes.gov.in. A condensed version of amended Notice of Tender to be read with main Notice of Tender (IAFW-2160 Revised 1960) is submitted below:-

Para 1. Name of work : Certain repairs to roads at Dalhousie and Bakloh (Maintenance Programme 2014-15)Para 2. Estimated Cost of work : Rs.12.00 LakhsPara 3. Tender Cost :Rs 500/- in the shape of DD from any Scheduled bank in

favour of GE, DalhousiePara 4. Period of completion : 06 (six months)Para 5. Last date/time of receipt: 12 Sept 2014 1200 Hrs of online bidsPara 6. Date of opening of bid : 12 Sept 2014 for Cover 1 ,or subsequent date ,at 1230 hrsPara 7. Eligibility Criteria For MES Enlisted contractors : Class ‘E’ category a (i). Un-enlisted contractors :i)Meeting enlistment criteria of MES with regard to having completed requisite value of works, Annual Turnover, working capital ,Fixed assets etc. ii) No recovery outstanding in Govt Deptts.

Para 8. Amount of EMD for contractors : Rs. 24,000/- in the shape of Call deposit receipt not enlisted with MES from any nationalised/ scheduled bank . BGB not acceptablePara 9. The tender shall be based on IAFW-1779A and IAFW -2249, item rate contract where tenderers are required to quote their unit rates.Notes1) All prospective bidders, whether enlisted or un-enlisted with the MES, must ensure that the Demand Draft towards tender cost ,in original, must reach the office of the CWE Yol before the original or the extended date of opening of bids as mentioned on the website www.eprocuremes.gov.in failing which their bids will not be opened.

2) E-tendering for the above work entails single stage two cover bidding. Cover 1 (Technical Bid) for pre-qualification criteria/eligibility documents. Cover 2 (Financial Bid) shall be opened only in respect of such contractors who fulfill the laid down eligibility criteria.

3) List of scanned documents to be up loaded along with application indicating valid e mail ID for determining eligibility. All such documents in .pdf format uploaded in a single folder will only be acceptable

(a) MES Enlisted Contractors(i) An application form requesting tender document(ii)Enlistment letter along with its enclosures

Contd….

CA NO: CWE/Y-09/2014-15 SRL PAGE NO 10

(iii) Bidding capacity as per the formula A*N-B i.e., A multiplied by N minus B. The letters used in the said formula would have the notation as under;

A-Average annual turnover for last three financial year from Govt. contracts

N-Period of completion of contracted works (in years calculated up to two decimal places.

B-Value of balance work in running Govt. contracts for above period.

(iv) List of works in hand and remaining works to be completed as on date of application duly signed on an affidavit on non-judicial stamp paper of Rs.100/-(Rupees Hundred only) duly notarized.

(v) Demand Draft towards cost of tender. (b) Un-enlisted Contractors (i) Attested copies of supporting documents meeting enlistment eligibility criteria of MES for

Class ‘E’ and category a(i) with regards to satisfactory completion of requisite value of similar works, annual turnover, solvency, working capital, fixed assets, engineer establishment etc. (Scanned copy of only original Affidavits wherever required shall be uploaded and to be furnished with applications) (Enlistment criteria are available in all the MES offices and MES website)

(ii)No recovery outstanding in any Govt. Dept (for which Affidavit to be submitted).

(iii Copy of either police verification (within last one year) from police authorities of the area where the registered office is located OR a copy of valid passport, duly notarized, of sole proprietor, each partner/director( in case of a partnership firm) shall also be acceptable in lieu of police verification.

iv) Demand Draft towards cost of tender.v) EMD of requisite value.

4) The contractors un-enlisted with MES shall ensure that original EMD however reaches the office of the CWE Yol before the date and time of opening of Tech bid i.e., Cover-1, otherwise the tender will be treated as non-bonafide and Cover 2 will not be opened.

5) The firm, to which the contract is awarded, shall only execute the work under the contract and subletting of such contracted work, either in part or in full, shall not be allowed.

6) Mere submission of online bids on payment does not constitute any guarantee for considering the e-tenders submitted even by the enlisted contractor of appropriate class. E-bids shall be opened only of such applicants who are admitted/approved by the Accepting Officer based inter-alia on past track record, financial position, experience on similar works executed by the applicant/contractor, bidding capacity etc . The Accepting officer shall consider applications received up to the last date/time of receipt of applications/extended date/time of receipt of applications .The applicant/contractor will be informed regarding non-opening of e-bids without assigning reasons. The applicant/contractor, if he so desires, may appeal to the Next Higher Engineer Authority( i.e., The Chief Engineer, Pathankot Zone, Pathankot-145001) with a copy to the Accepting Officer. The decision of the next higher Engineer Authority shall be final. No applicant/contractor shall be entitled for any compensation what-so-ever for rejection of his application. The payment towards tender forms shall be refunded to the rejected applicant only. However all the bank charges shall be borne by the applicant. Only e-bids submitted on the website

CA NO: CWE/Y-09/2014-15 SRL PAGE NO 11

(Contd from sl. 6....)

from the eligible contractors shall be entertained. Bids sent by any other means such as post/hand/courier etc shall be summarily rejected.

7) CRITICAL DATESDate and time of publishing of tender documents/downloading start date & Bid

submission start : 23 Aug 2014 at 1000 Hrs

Closing date & time for bid submission (Cover-1& Cover 2): 12 Sep 2014 1200 hrs

Date and time of bid opening (Cover-1): 12 Sep 2014 or subsequent dates/time

Date and time of bid opening of (Cover-2): Will be intimated online after evaluation of Tech Bids.

8) For more details, refer tender documents on www.eprocuremes.gov.in

Signature of Contractor DCWE (Contracts)Dated: 21 August 2014 For Accepting Officer

CA NO : CWE/Y-09/2014-15 SERIAL PAGE NO. 12

IN LIEU OF IAFW-1779A (REVISED 1955)

[To be used and read in conjunction with General Conditions of Contracts,IAFW-2249 (1989 Print)]

MILITARY ENGINEER SERVICESHeadquarters

Commander Works Engineer Military Engineers Services

Yol (HP)-176052

No. 8234/09/ /E-8 21 Aug 2014

CERTAIN REPAIRS TO ROADS AT DALHOUSIE:BEARING NO. CWE/Y-09/2014-15

M/s/Shri_______________________________ of ____________________ is/are hereby authorised to tender for the above mentioned work. The tender is to be submitted online on the website www.eprocuremes.gov.in. by 11 Sep 2014 1200 hours.

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

Signature of OfficerIssuing the tender Documents

Signature of contractor Appointment:DCWE (Contracts)Dated :____________ Dated :_____________________

CA NO : CWE/Y-09/2014-15 SERIAL PAGE NO. 13 SCHEDULE ‘A’NOTES :-

1. The Sch ‘A’/BOQ of this contract consist of one part as under :- (i) Road Work

For Schedule of items of this part, refer BOQ sheet in Excel format which shall be part of the tender documents. The quantities shown under column 5 of Sch ‘A’ parts are provisional and are inserted as a guide only. However these quantities shall not be varied beyond the limit laid down under condition 7 of IAFW-2249.

2. The Sch ‘A’/BOQ has not been prepriced by the MES. The tenderers shall calculate their own unit rate for each item independently and quote their rates in figures only in the BOQ and submit the same online only. The total amount so summed up shall be carried forward to the General Summary at the place provided for. The total amount so arrived out shall not be firm but will be treated as “Contract sum” as per condition 6 (A) of IAFW-2249.

3. The description of the items of works as given under Col 2 in the BOQ in the excel format is in brief and shall be read in conjunction with particular Specifications, Specifications contained in Standard Schedule of Rates incl preamble therein, Special Conditions, General Specifications and drawings including notes therein.

4. The rates for all items shall be for “Material and Labour” or” Supplying and Fixing” including connecting, testing, commissioning unless otherwise specifically described as “Labour only” and/or “Supplying only” and/or “Fixing only” for any particular item in the description of item under Col 2.

5. Period of Completion : The entire work under this contract shall be completed in an overall period of 06 (six) months from the date of commencement of work as ordered in work order No. 1 to be placed by GE Dalhousie.

6. The unit rates for each item quoted by tenderer shall be deemed to be included for all taxes, levies etc imposed by Govt and controlling authorities of the area time to time. The unit rates quoted by tenderer shall also be deemed to include the cost of all minor details, processes and operations which may not have been mentioned or shown on drgs but which are essential for the satisfactory completion of the work in a sound and workman like manner. In case of any difference of opinion between GE and contractor as to whether or not certain items of works constitute (s) minor details, which are included in the contractor’s contract sum, the decision of Accepting Officer shall be final, conclusive and binding.

7. Method of measurement for all items listed in Sch ‘A’ shall be as given in MES Standard Schedule of Rates unless specifically stated otherwise hereinafter for any item of work particularly.

8. The stone aggregate for premix carpet shall be tested for following physical requirements from any of the approved laboratory/Engg College and test results so received

Contd….

CA NO : CWE/Y-09/2014-15 SERIAL PAGE NO. 14

shall be kept on record duly defaced by the Engr-in-Charge. The cost of testing including material cost and conveyance charges shall be borne by the contractor:(a) Flakiness Index.(b) Aggregate Impact value.(c) Organic impurities.(d) Moisture contents(e) Specific gravity.

9. Before commencement of work, Engr-in-Charge and contractor shall make a joint inspection of the roads to be repaired. The position and size of pot holes to be repaired shall be marked on the ground and a record thereof shall be maintained in a register. These entries shall be signed by Engr-in-Charge and contractor and shall be countersigned by GE.

10. The contractor shall provide all testing material and apparatus such as Benzene and bitumen extractor etc. to Engr-in-Charge to facilitate checking of bitumen contents in the mix to be provided under this work.

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO: 16

SCHEDULE ‘B’

LIST OF MATERIALS ETC TO BE ISSUED TO CONTRACTORS(SEE CONDITION 10 OF IAFW-2249)

Srl. No.

Description of materials

Rate at which materials etc will be issued to the contractor

Place of issue by Name

Remarks

Unit RateRs. P.

1 2 3 4 5 6

-NIL-

Signature of contractor DCWE (Contracts)Dated :_____________ for Accepting Officer

CA NO.CWE/Y-09/2014-15 SERIAL PAGE NO. 17SCHEDULE ‘C’

LIST OF TOOLS AND PLANTS(OTHER THAN TRANSPORT ) WHICH WILL BE ISSUED TO THE CONTRACTOR

(See condition 15,34 and 35 of IAFW-2249 of 1989 Print)

S/No

Qty Particulars Details of MES crew supplied

Hire charges per unit per day

Stand by charges per unit per off day

Place of issue

Remarks

____________NIL_____________

Signature of Contractor DCWE (Contracts)Dated: _____________ for Accepting Officer

SCHEDULE ‘D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR(SEE CONDITION 16 AND 35 OF IAFW-2249)

S/No Qty Particular Rate per unit of working day

Place of issue (by name)

Remarks

-----------------------NIL--------------------

__________________________________________________________________________________

Signature of Contractor DCWE (Contracts)Dated: _____________ for Accepting Officer

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO: 18

TENDERTo,

PRESIDENT OF INDIA

Having examined and perused the following documents :-

1. Specifications signed by DCWE (Contracts)

2. Schedule ‘A’, ‘B’, ‘C’ & ‘D’ attached here to.

3. MES Standard Schedule of Rates 2009 for specifications Part-I with amendment 1 to 3 and Standard Schedule of Rates 2010 Part –II for rates together with Errata/Amendments No 1 to 56 here-in -after and in IAFW-2249 referred to as the Standard Schedule of Rates.

4. General Condition of Contract IAFW-2249 (1989 Print) together with Amendments No. 1 to 17 and Errata No. 1 to 20.

5. Water-Condition 31 of IAFW-2249 (General Condition of Contract)- Water will be supplied by the MES at points shown on the site plan and shall be paid for by the contractor @ Rs 3.75 per worth Rs 1000/- of work done.

6. Should this tender be accepted :* (a) That a sum of Rs 24,000.00 forwarded as earnest money shall either be

retained as a part of security deposit or be refunded by the Govt on receipt of the appropriate amount of security deposit all as per condition 22 of IAFW-2249.

(b) To execute all the works referred to in the said documents upto the terms and conditions contained or referred to there in and as detailed in the General Summary on the subsequent pages and to carry out such deviations as may be ordered vide condition 7 of IAFW-2249, upto a maximum of 10% (TEN PERCENT) and further agree to refer all disputes as required under condition 70 of IAFW-2249 to the sole arbitrator of a serving officer having a degree in Engineering or equivalent or having passed final/direct examination of sub Division-II of Institution of Surveyors (India) to be appointed by Chief Engineer Pathankot Zone, Pathankot or in the absence the officer officiating as Chief Engineer whose decision shall be final, conclusive and binding.

* To be deleted where not applicable.

Contd……

CA NO : CWE/Y-09/2014-15 SERIAL PAGE NO. 19

GENERAL SUMMARY (CONTD…)

Total brought forward from Srl page No. 15 for the contract sum of Rs.____________________(Rupees__________________________________________________________________________________________________________________________________________)

Signature_______________in the capacity of______________________duly authorised to sign the tender for and on behalf of________________________________________(IN BLOCK LETTERS) DATED___________________________

Witness :_______________________ Postal Address______________________Address ____________________________________________________________

Telegraphic Address___________________________________________________ Telephone Number ____________________

ACCEPTANCE

_________________________________Alterations have been made in these documents and as evidence that these alterations were made before the execution of the contract agreement. They have been initialled by the Contractor and Shri Iqbal Singh, EE (QS&C), DCWE (Contracts).

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

The above mentioned tender was accepted by me on behalf of President of India at the item rates contained therein for the contract sum of Rs.__________________only(Rupees_____________________________________________________________________________________________________________________________________only)

Dated this __________________ day of _____________ 2014

Appointment : SECommander Works Engineer

(For and on behalf of the President of India)Accepting Officer

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 20

SPECIAL CONDITIONS TO CONTRACT

1. GENERAL :(a) General specifications mentioned any where in the contract, including those in General Conditions of Contracts, viz IAFW-2249, shall mean the specifications given in the MES Standard Schedule of Rates 2009 (Part-I) for specifications and 2010(Part-II) for Rates. Particular Specifications given here- in-after are in brief and only to particulars, amend and emphasis the specification given in the MES Standard Schedule of Rates. Specifications, General Rules, Preambles and Special Conditions contained in MES Standard Schedule of Rates 2009 (Part-I) for specifications and 2010(Part-II) for Rates shall, unless specifically described otherwise, be applicable to this contract.

(b) Any work shown on drawing(s) but not described in particular specifications shall, unless specifically described to be excluded from the contract, is deemed to be included in the lump sum/Contract Sum quoted by the contractor for Schedule ‘A’. In case of doubt with regard to the manner of detail for executing the work, the decision of the Accepting officer shall be final, binding and conclusive. This shall not be applicable to the items of work pertaining to services for which separate parts of Schedule ‘A’ settings out the requirements have been given Should there be items(s) or parts as shown in drawings but not included in the relevant sections of Schedule ‘A’ these shall, unless otherwise described or stated in the contract, constitute an additional work.

(c) Where there is discrepancy between the number of re-enforcement bars as marked on the drawings and the number of bars as worked out from the c/c of spacing shown on the drawings, the latter shall prevail. The number of reinforcement bars in the RCC slabs etc shall be worked out considering the span between the c/c of supports.

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

(e) Where drawings show finishes to wooden members, such finishes shall be applied to wooden members as well as wood based members. However, surfaces covered with laminates shall not be given any finish such painting, polishing etc.

(f) Also where there are obvious mistakes in any of the contract provisions, the Accepting officer shall be sole deciding authority with regard to the intention of the contract documents and his decision in this regard shall be final , binding and conclusive.

(g) Where reinforcement details/thickness of RCC members such as slabs, beams, lintels etc is not shown on the drawings, the same shall be supplied by the GE on the basis of

Contd…

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 21Special Conditions contdprovisions in IS-456 and the same shall be provided and incorporated in the works by the contractor and no extra payment will be admissible on this account.(h) Where ever nomenclatures of structural slabs (e.g. S-I, S-2 etc) is given in the RCC plans , the details of reinforcement for such slabs shall be as given for slabs of the same nomenclature elsewhere, if not given in the same drawings. (j) Dwarf wall in situations like verandah, passage etc even if not shown on drawings, shall be deemed to be included in the scope and shall be provided at no extra cost to the department.(k) All headings and marginal notes to these special conditions to any other documents of this contract are solely for the purpose of giving a concise indications and not a summary of the contents thereof, and they shall never be deemed to supersede the contents of the clauses.

2. CONDITIONS OF CONTRACTS AND EXECUTION OF WORKS: The various section/sub division of the tender documents shall be deemed to be supplementary/ complementary to each other.

3. INSPECTION OF SITE BY THE TENDERER : (i) The tenderer is advised to contact the Garrison Engineer for the purpose of inspection of site(s) ,and relevant documents other than those sent herewith, who will give reasonable facilities for the purpose. The tenderer shall also make themselves familiar with the working conditions, accessibility of sites(s) availability of materials and other cogent conditions which may effect the entire completion of work under this contract. The tenderer shall be deemed to have inspected the site(s) and made themselves familiar with the working conditions, whether they have actually inspected the site(s) or not.4. RESTRICTION FOR ENTRY TO WORK SITE :(a) The work lies in UNRESTRICTED AREA. However, the contractor his agents, servants, workman and vehicles may pass through the areas, in which case, the Engineer-in-Charge shall, at his discretion, have the right to issue passes, control their admission to the site of work or any part thereof. The contractor shall, on demand by the Engineer-in-charge, submit a list of personnel etc concerned and any other information called for by the Engineer-in-Charge and shall satisfy the Engineer-in-Charge as to the bonafides of such people. Passes shall be returned at any time on demand by the Engineer-in- Charge and in any case on completion of work. (b) The contractor and his work people shall observe all the rules promulgated from time to time by authority controlling the area in which the work is to be carried out e.g. prohibition of smoking etc, Any person found violating the security rules laid down by the authority shall be immediately expelled from the area without assigning any reasons. Nothing shall be admissible for any man hours lost on this account.5. SECURITY OF CLASSIFIED DOCUMENTS: Contractor’s special attention is drawn to condition 2-A & 3 of General Conditions of contracts (IAFW- 2249). The contractor shall not communicate any classified information regarding the works either to sub-contractors or others without prior approval of the Engineer-in-charge. The contractor shall also not make copies of the

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 22Special Conditions Contd…

design/ drawings and other documents furnished to him in respect of the work and he shall return all documents on completion of the work or earlier on termination of contract. The contractor shall alongwith final bill attach a receipt from the Engineer-in-Charge in respect of his having returned the classified documents as per condition 3 of General Conditions of Contracts (IAFW- 2249).

6. OFFICIAL SECRET ACT . Contractor shall be bound by the Indian Official Secret Act 1923, particularly

section 5 thereof, all as per condition 2 A of IAFW-2249.

7. EMPLOYMENT OF PERSONNEL:(a) Contractor shall employ only Indian Nationals as his representatives, servants and workmen after verifying their antecedents and loyalty. He shall ensure that no person of doubtful antecedents and nationality is, in any way, associated with the work. If for the reasons of technical collaboration or other collaboration or other considerations the employment of foreign national(s) is unavoidable, the contractor shall furnish full particulars to this effect to the Accepting Officer at the time of submission of the tender. As a proof that the contractor has employed only Indian Nationals, he shall render a certificate to GE within one month from the date of acceptance of tender to this effect. In case the GE desires, contractors will have the police verification done of personnel employed by him.

(b) The GE shall have full powers and without giving any reasons to order the contractor immediately to cease to employ in connection with this contract, any agent, servant or employee whose continued employments, in his opinion, undesirable . The Contractor shall not be allowed any compensation on this connection. (c) The Contractor’s attention is also drawn to condition 25 of IAFW-2249 in this connection.

8. AVAILABILITY OF LAND FOR STORAGE OF MATERIALS,TEMPORARY WORKSHOP AND OFFICES ETC :(i) Allotment of land for storage of materials including temporary sheds : Refer Condition 24 of IAFW-2249. The contractor shall be permitted to store his materials included erecting temporary sheds there on the area of land marked on site plan and he shall pay a license fee of Rs.1/- (Rupees one only) per year or part thereof in respect of each and every separate area of land allotted to him.(ii) Allotment of land for accommodation of labour, canteen, fabricating workshop etc : Refer Condition 24 of IAFW-2249. The contractor shall be permitted to erect his labour camp, temporary workshops and the like at the area of land marked for the purpose on the site plan and he shall pay a license fee of Rs.1/- (Rupees one only) per year or part thereof in respect of each and every separate area of land allotted to him.

9. DAMAGE TO EXISTING STRUCTURES : Any damage to the existing structures, any existing road, etc during the execution of work shall be made good by the contractor at his own expense. Rectification,

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 23Special Conditions Contd…

replacement, making good and touching up etc shall be carried out to conform to the materials and workmanship originally provided and to the satisfaction of the Engineer-in-Charge. In case of any dispute on this account the decision of the GE shall be final, binding and conclusive.

10. QUARRIES AND LOYALITIES :Quarries are not available on land, on which the construction work is to be carried

out, condition 14 of IAFW- 2249 shall be treated as not applicable.

11. APPROACHES : The contractor shall make arrangements for and provided at his own cost all temporary approaches, if required to the site(s), after obtaining approval in writing of the GEto the layout of such approaches.

12. LOCATION OF BUILDINGS AND WORKS : There may be some changes in location/sitting of building shown in site (layout) plan(s) to suit local conditions and/or departmental requirements. The contractor shall have no claim what so-ever consequent to such change in the location/sitting of works.13. ACTION WHERE NO SPECIFICATIONS EXIST : (a) In case of any class of work for which there is no such specifications in the tender documents including SSR, such work shall be carried out in accordance with Indian Standard Specifications and where Indian Standard Specifications do not cover the same, the work should be carried out as per standard engineering practice subject to the approval of the GE.

(b) No claim what- so-ever will be tenable for any misunderstanding or for not having ascertained requisite information knowledge to muster the resources required in satisfactory completion of the entire work to requirements as per contract agreement.

14. METHOD OF MEASUREMENT: Measurement of all measurable work executed under this contract shall be taken in accordance with the rules of measurements as laid down in MES Standard schedule of rates pertaining to various items of work as applicable, unless otherwise indicated in the respective parts of Schedule ‘A’. In case the method of measurement for a particular item of work is not given in the SSR, a reference will be made to the relevant provisions contained in the latest edition of IS-1200 . 15. CRITICAL PATH METHOD/NET WORK ANALYSIS AND THE TIME SCHEDULE:(a) The time and progress chart, to be prepared as per condition 11 of IAFW-2249 (General condition of contracts), shall consist of detailed net work analysis and a time schedule. The critical path net work will be drawn jointly by the GE and the contractor soon after acceptance of the tender.

(b) (i) The time schedule of the activities will be done by the contractor so as to finish the work within stipulated time. The contractor is advised to use the facility of computerization available with any organization which affords such facility in doing the

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 24Special Conditions Contd…

same. On completion of the time- schedule, a firm calendar date schedule will be prepared and submitted by the contractor to GE, who will approve it after the scrutiny.

(ii) The schedule will be submitted in four copies within two weeks from the date of handing over the site. In case the contractor fails to submit the CPM net work diagram, the net work prepared by the GE will be binding on him and he will be bound to employ resources of men and materials in the manner directed by the GE.

(c) During currency of the work, the contractor is expected to adhere to the time schedule and this adherence will be part of the contractor’s performance under the contract. During the execution of the work, the contractor is expected to participate in the reviews and updating of the net work undertaken by GE. These reviews may be undertaken at the discretion GE either as a periodic appraisal measure or when the quantum of work ordered on the contractor is substantially changed through deviation order(s)/or amendment. Any revision of the schedule as a result of the review will be submitted by the contractor to the GE within a week, who will approve it after due scrutiny. The contractor will adhere to the revised schedule thereafter.

(d) In case of contractor not agreeing to the revised schedule, the same will be referred to the Accepting officer whose decision will be the final, conclusive and binding. GE approval to the revised Schedule resulting in completing date beyond the stipulated date of completion shall not automatically amount of a grant of extension of time. Extension of time shall be considered and decided by the appropriate authority in terms of conditions 11 of IAFW-2249 and separately regulated.

(e) Contractor is expected to mobilize and employ sufficient resources to achieve the detailed schedule within the broad frame work of the accepted methods of working and safety.

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

16. COORDINATION WITH OTHER AGENCIES :The contractor shall permit free access and afford normal facilities and usual

convenience to other agencies or departmental workmen to carryout connected works or services under separate arrangements. The contractor will not be allowed any extra payment on this contract.

17. SECURITY AGAINST LOSS OR DAMAGE :

(a) Contractor’s plants/equipments at site :- The contractor shall furnish to the Engineer-in-Charge every morning a distribution return of his plants/equipments on the site of work, stating the following particulars :-

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 25Special Conditions Contd…

(i) Particulars of plants/equipments, its make, manufacturer No, Model No if any, Registration No if any, capacity, year of manufacturer and year of purchase etc.(ii) Total No (Quantity) on site of work.(iii) Location and indication of No (quantity) at each location of the site work.(iv) Purchase value on the date of purchase. For the purpose of this condition, plant/equipment shall include vehicles i.e. trucks and lorries but neither the workmen’s tools nor any manually operated tools/equipment. The Engr-in-Charge shall record the particulars supplied by the Contractor in the works diary and send the return to the GE for record in his office.(v) Loss on account of Enemy Action : If as a result of enemy action the contractor suffers any loss or damage, the Govt shall reimburse, to the Contractor such loss or damage to the extent and in the manner here-in-after provided : (b) (i) The loss suffered by him on account of any damage or destruction of his plant/equipment (as defined in special condition(s) above), materials or any part or parts thereof the amount of loss assessed by the Accepting officer of the contract on this account shall be final, binding and conclusive.

(ii) The compensation paid by him under any law for the time being in force, to any workmen employed by him for any injury caused to workman or workman’s legal successor for loss of the workman’s life.

(iii) Payment of compensation for loss of damage to any work or part of work carried out. The amount of compensation shall be determined in accordance with condition 48 of General conditions of Contracts (IAFW-2249).

(iv) No reimbursement shall be made nor shall any compensation by payable under the above provision unless the contractor had taken Air defence precautions ordered by the GE or concerned, or in the absence of such order, reasonable precautions taken by the contractor , No reimbursement shall be made nor shall any compensation be payable for any plants/equipment or materials not lying on site of work at the time of enemy action.

18. WATER :- Refer to condition 31 of IAFW-2249 :

(a) In the event the contractor desires to have water from MES water will be supplied at the points shown in the layout plan. The size of fuels at each point of supply is 15mm, the average duration of water supply during the day is 5 Hrs.(b) However, the supply of water may not be continuous and adequate. Necessary arrangements for conveyance and storage of water will have to be made by the contractor at his own cost. In the event of breakdown of MES Supply of water or its becoming intermittent or in the event the same supply of water is found inadequate for use in works

and by his work people, the contractor shall allow in his tender for making his own arrangements to supplement the MES supply by any other means and the contractor shall have no claim whatsoever on this account.

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 26Special Conditions Contd…

(c) The contractor shall pay for the water drawn from MES supply point used in works and for his work people at the rate of Rs.3.75 per worth Rs.1000/-of work done.

(d) Whether the contractor arranges water from his own resource and at his cost on full or to supplement the MES supply of water for mixing concrete and mortar, for washing aggregate, soaking of bricks /brick tiles and for curing concrete and plaster etc the water shall be clear and free from injurious quantities of acid, alcohol, salt, oil, injurious salts, organic matter or other impurities all as specified in IS-456 and shall also be subject to the prior written approval of the Engineer-in-Charge.

(e) The contractor shall have no claim on restriction imposed during the currency of the contract with regard to supply of water to met the other local requirements.

(f) For the purpose supplementing the MES supply of water as aforesaid, the contractor is advised to bore tube wells under his own arrangements at his own cost at the site(s) of work. If this water testing by the department is found suitable and conforming to the requirement of IS-456, the contractor may also use the same in the work to supplement the MES supply of water without any additional payment on this account.

(g) Irrespective of whether contractor uses water supplied by MES in parts or in full or supplements the MES supply of water by wells or by any other means, the contractor shall pay for the water drawn from MES as specified in sub Part (c) above.

(h) Sub soil water obtained by boring tube wells,hand pumps etc, if not found suitable and conforming to IS-456, can be used in the formation of road work and water bound macadam of road and the like, if the water is so approved by the Engineer-in-Charge.

(j) In the event of contractor using sub soil water as above, no recovery will be made for the rent of the land/loyalty for the sub soil water too.

(k) The contractor shall at his own cost provide and fix pipes and install pumping set(s) etc, as required for drawing the water from tube well. On completion of work, contractor shall make good tube well bore(s) and clear the site as directed by the Engineer-in-Charge at his own cost.

19. ELECTRIC SUPPLY:(a) In case the contractor desires to buy electricity from the MES he shall be charged for electric energy consumed in the following rates :-(i) At Rs.4.79 per unit for the light.(ii)At Rs.4.79 per unit for power.

Contd…..

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 27Special Conditions Contd…

(b) Electric supply required for the work shall be made available by the MES at the point(s) marked on the layout plan. The main switches and energy meter to register the electric energy supplied shall be provided and installed by the MES. The contractor shall provided all necessary cable, fittings etc from the main switches in order to ensure a proper and suitable supply of electricity for the execution of work. The contractor shall also provide necessary earthing keeping in views the safety requirements. The MES does not guarantee for the continuity of supply and no compensation what-so-ever shall be allowed for supply becoming intermittent or for break down in the system.

(c) The actual position of supply point(s) for electric energy will be ascertained by the contractor from the GE before submitting his tender Irrespective of whether he actually inspected or not, he shall be deemed to have inspected and seen the supply point(s) in consultation with GE before submitting his tender. No claim, what so ever, shall be entertained on this account.

20. VALIDITY OF TENDER :Tender shall remain open for acceptance for a period of 60 days from on the date on

which the tender is due to be submitted .

21. SAMPLES OF MATERIALS/ARTICLES :(a) Materials/articles provided by the contractor for in corporation in the works shall, unless otherwise specified in the particular specifications, comply with the requirements of the relevant Indian Standards (IS) of the year of publication/ edition specified in the MES schedule Part-I and shall have ISI certification marking, in particular, the following items as applicable :

(i) Articles of Builder’s hardware e.g sliding/locking /tower bolts, butt/spring hinges, hasp and staple, rim, mortise locks, handle.(ii) Polythene connections and PVC pipes.

(iii) GI tubing, CI pipes, GI/cast iron fittings. (iv) Sanitary fittings e.g. Chinaware, bib cocks/pillar cocks/stop valves, float valves. (v) Chemicals for antitermite treatment for wood and soil.

(vi) Electrical switches (Piano type) conductors and cables.

(b) In case of materials/articles for which Indian Standards are not finalized/ issued and therefore not included in the MES Schedule, contractor shall produce the samples and get them approved by the GEin writing before incorporation in the works.

(c) The contractor is advised to inspect the samples of local building materials, e.g. bricks, stone aggregates, sand etc and other materials maintained by the GE before submitting his tender .The contractor will be deemed to have inspected those samples and have full knowledge thereof, whether he inspects them or not. The materials to be provided by the contractor shall conform to or be superior to the sample.

Contd….

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 28Special Conditions Contd…

22. PROPRIETORY MATERIAL/ARTICLE :(a) The proprietary articles such as Antitermite chemical, bitumen, tar, tar felt, water proofing compound, paint etc when brought to site shall be inspected and approved by the Engineer-in-Charge.

(b) The quantity of proprietary articles brought to site shall be recorded in measurement book (IAFW-2261) and signed by the contractor and the Engineer-in-Charges as a check to ensure that the required quantity has brought to site for incorporation in the works.

(c) The proprietary materials shall be stored as directed. Those already recorded in the measurement book shall be marked suitable for identification. The contractor, shall on demand, produce to the GE, original receipt vouchers/invoices in respect of the supplies to ensure that the contractor has actually brought the articles of required quantity and quantity from the authorized agent/manufacturer/supplier and also to find out the rates thereof.

(d) Bitumen shall be purchased directly from manufacturer’s stockist only, these vouchers/invoices shall be defaced by the GE/Engineer-in-Charge indicating reference to the contract number under his dated signature, and CTC thereof shall be kept on record so as to avoid their being used again.

(e) The chemical required for antitermite treatment shall be purchased from manufacturers/authorized dealers only and contractor shall produce the cash voucher etc to prove the genuineness of the same, GEwill also ensure that proper quality/quantity of chemicals are brought and incorporated in the works.

(f) Under no circumstances payment on account (RAR) shall be made to the contractor as material laying at site for incorporation in the works, unless the contractor produces original purchase vouchers/ invoices for the following items of materials as applicable. (i) Water proofing Admixture. (ii) Paint. (iii) GI tubing and fittings. (iv) Sanitary fittings and appliances (v) Switches. (vi) Cables. (vii) Particle board. (viii) Timber (ix) Standard Steel Windows. (x) Factory made shutters. (xi) Bitumen for roof treatment (xii) Brass stop cock/bib cock/ pillar cock. (xiii) All types of light fittings. (xiv) MCB/MCCB

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 29 Special Conditions Contd… (xv) Chemical for Antitermite treatment. (xvi) Steel

(xvii) CementThe vouchers/invoices will clearly indicate the contract number and the IS no. specific alternative to which the material conform in case of various alternatives given in IS.

23. RECORD OF CONSUMPTION OF CEMENT:(a) For the purpose of keeping record of cement issued and consumed in works one properly bound register serially numbered and all pages initialed against the numbering by the Engineer-in-Charge and in the form approved by the Engineer-in-Charge showing duly receipt, quantity used in the work, balance in hand, shall be maintained.

(b) The register shall be kept at site in the safe custody of the contractor’s representative during the progress of the work and shall be produced on demand for verification of the inspecting officer.

(c) The entries in the aforesaid register will be signed daily by the contractor or his authorized representative and the JE for supervision and once in a week by the Engineer-in-charge.

(d) On completion of the work, the contractor shall deposit the cement register with the Engineer-in- Charge for record.

24. WATCH/LIGHTING:The contractor shall at his own cost take all possible precautions to ensure safety of

life and property by providing necessary fencing, barrier, light, watchman etc during the progress of work and as directed by the Engineer-in-Charge.

25. MAKING GOOD:-The contractor shall leave or form holes in concrete (plain or RCC), brickwork,

stone masonry and in any other situation as required for the work or as directed by the Engineer-in-Charge and make good all the holes in the same mortar and mix as specified for that portion of work.

26. CLEANING DOWN :-(a) Ref condition 49 of IAFW-2249, The contractor shall clean all floors, remove cement, lime or paint drops, clean joinery, glass panes etc, touch up all painters work and carry out all other necessary items of work in connection there with and leave the whole premises clean and tidy to the entire satisfaction of Engineer-in-Charge before handing over the items/works. No extra payment shall be admissible to the contractor for this operation.

(b) The Juggies constructed on the defence land shall be cleared off by the contractor before issuance of completion certificate.

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 30Special Conditions Contd…27. PRICING OF DEVIATIONS :

The principle communicated in condition 62 of IAFW-2249 shall apply to various parts of schedule ‘A’ of this contract. The contractor’s percentage applicable for pricing deviation as per condition 62 of IAFW-2249 shall be the contractor’s percentage for the respective parts of schedule ‘A’.

28. MINIMUM WAGES PAYABLE :(a) Refer condition 58 of IAFW-2249, Govt of India, Min of labour (Deptt of labour and employment) vide notification dated 14 Oct’88 have fixed minimum rates of wages as upto dated from time to time for various categories of employees under the minimum wages act, 1948.

(b) Contractor’s attention is also drawn, amongst other things to the ‘explanations’ to the schedule of minimum wages referred to above.

(c) The fair wages referred to in condition 58 of IAFW-2249 will be deemed to be the same as the minimum wages, referred to above as upto dated from time to time.

(d) Sch of minimum wages has not been enclosed alongwith tender documents. However contractor shall be deemed to have verified and inspected the minimum wages payable as on the last due date of receipt of tender.

29. OUTPUT OF ROAD ROLLER :- Refer condition 15 of IAFW-2249. (a) Where road roller(s) are hired by the Department to the contractor, a log book for each road roller shall be maintained by the Department recording hours of working of the road roller. In case, however when the contractor procures road rollar(s) from sources other than the deptt, a log book for each road roller shall be maintained by him for recording areas of working of the road roller, Entries in the log book shall be signed by the contractor or his authorized representative and by the Engineer-in-Charge.

(b) To ensure proper consolidation, Road roller must work for atleast the number of days assessed on the basis of output hereunder. OUTPUT OF ROAD ROLLAR FOR DAY OF 8 HOURS(i) Consolidation of formation surfaces/sub grade. : 1850 Sqm

(ii) Consolidation of stones soling 150mm spread thickness : 800 Sqm (iii) Consolidation of WBM (stone metal) 75mm compacted thickness : 248 Sqm

(iv) Consolidation of WBM (stone metal) 100mm compacted thicknes : 220 Sqm(v) Consolidation of 20mm thick bituminous carpet including seal coat : 744 Sqm(vi) Consolidation of 25mm thick bitumen carpet incl seal coat : 600 Sqm

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 31Special Conditions Contd…

( c) If the roller has not worked for the number of days so assessed, recovery shall be affected from the contractor for the number of days falling short of the days assessed on the basis of output stipulated above. The recovery shall be effected as under: -

(i) Where road roller is hired out only by the department to the contractor at the rates given in schedule ‘C’ of the contract.

(ii) Where road roller is hired by the contractor only from sources other than the deptt at the rate of Rs.1000/-per working day of 8 hours. (iii) Where road rollers is hired by the contractor from the deptt and also from sources other than the deptt higher of the two rates, i.e. rate given in schedule ‘C’ of this contract or the rate mentioned in the proceeding para.

(d) The above provision shall not absolve the contractor of his responsibility for properly consolidating surfaces as required under the provisions of the contract.

30. WORK ON HOLIDAYS :-

The contractor shall not carry out any work on gazetted holidays, weekly holidays and other non- working days except when he is specially authorized in writing to do so by the GE. The GE may at his sole discretion declare any day as holiday or non-working day without assigning any reason for such declaration.

31. RE-IMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO CONTRACT VALUE” :

(a) The rates quoted by the Contractor shall be deemed to be inclusive of all taxes (including Sales Tax/VAT on materials, Sales Tax/VAT on Works Contracts, Turnover Tax, Service Tax, Labour Welfare cess/tax etc.), duties, Royalties, Octroi & other levies payable under the respective Statutes. No reimbursement/refund for variation in rates of taxes, duties, Royalties, Octroi & other levies, and/or imposition/abolition of any new/existing taxes, duties, Royalties, Octroi & other levies shall be made except as provided in sub para (b) here-in-below

(i) The taxes which are levied by Govt. at certain percentage rates of Contract Sum/Amount shall be termed as “taxes directly related to Contract value” such as Sales Tax/VAT on Works Contracts, Turnover Tax, Labour Welfare Cess/Tax and like but excluding income tax. The tendered rates shall be deemed to be inclusive of all “taxes directly related to Contract value” with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes directly related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the Contractor and any decrease in percentage rates of “taxes directly related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be refunded by the Contractor to the Govt./deducted by the Govt. from any payments due to the Contractor. Similarly imposition of any new “taxes directly related to Contract value” after the last due date for receipt of tenders shall be reimbursed to the Contractor and abolition of any “taxes directly related to Contract value” prevailing

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 32Special Conditions Contd…

on last due date for receipt of tenders shall be refunded by the Contractor to the Govt./deducted by the Govt. from the payments due to the contractor.

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

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

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

32. TESTING OF MATERIALS : (i) A Level Tests for Works Costing Rs. 100 Lakhs and above : The contractor shall set up site laboratory for testing of materials ( except Sch ‘B’ materials) for ‘A’ level tests as listed in Appendix to SC No. 32 hereto. The contractor shall arrange all equipments/machines for the tests specified in Appendix to SC No. 32 as ‘A’ level tests at his own cost with prior approval of GE. This cost shall be included in the lumpsum/contract sum quoted by the contractor. The contractor shall employ a competent technical representative as approved by the GE for the purpose of testing and all such tests shall be carried out in the presence of E-I-C. The successful test results thereof shall be recorded and signed jointly by the contractor and E-I-C. The charges for these tests i.e. ‘A’ level tests carried out in site laboratory of the contractor shall not be recovered. In case, the contractor has not set up the site laboratory and the tests are carried out in Zonal or any other laboratory setup/approved by GE, the recovery shall be made at the rates applicable i.e. as given in Appendix to SC No. 32.

(ii) A Level Tests for Works costing upto Rs. 100 Lakhs : The contractor may set up site laboratory at his option for works costing upto Rs. 100 lakhs. The other stipulations will be same as specified in preceding para (i). However, in case the contractor has not setup the site laboratory and tests are carried out in Zonal or any other laboratory approved/setup by GE the recovery shall be made at ratesapplicable i.e., as given in Appendix to SC No. 32.

Contd…

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 33Special Conditions Contd…

(iii) B & C Level Tests : For tests of ‘B’ and ‘C’ level as indicated in Appendix to SC No. 32, the contractor shall provide all facilities for testing of materials at Zonal laboratory/Govt. approved laboratories or Test House/Engg. colleges at his own cost. The lumpsum/rates quoted by the contractor shall deemed to be inclusive of these tests. The rates of various tests conducted in Laboratory of MES are indicated in Appendix to SC No. 32. The contractor shall bear the actual charges of ‘C’ level tests (to be done in labs other than MES labs) irrespective of rates indicated in Appendix to SC No. 32. Wherever it is convenient to get ‘B’ level tests done at approved Test House/Engg. college, the same can be done at the cost of the contractor and no separate recoveries will be made by the Department for the same.

(iv)The recoveries on account of testing charges wherever applicable shall be effected from the running account payments due to the contractor payable after completion of the respective tests or whenever the test is due, whichever is earlier.

Signature of Contractor DCWE(Contracts)Dated: _____________ for Accepting Officer

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 42

PARTICULAR SPECIFICATIONS1. GENERAL(a) Work under this contract shall be carried out in accordance with schedule ‘A’,

Particular specifications, drawing, General specifications and other provisions in MES Standard Schedule of rates 2009(hereinafter called MES Schedule) Pt-I and SSR –2004 Part-II read in conjunction with each other.

(b) Term “General specifications” referred to here in before as well as referred to in IAFW-2249 (General conditions of contracts) shall mean the specifications contains in the MES Schedule Part-I.

(c ) General Rules ,specifications ,special conditions and all preambles in the MES schedule shall be deemed to be applicable to the work under this contract, unless specifically stated otherwise in these documents in which case the provisions in these documents shall take precedence over the aforesaid provision in the MES schedule .The term “as specified” wherever appears in the tender documents and drawings, relates to relevant particular specifications and in its absence general specification. All reference to MES Schedule (Standard Schedule of Rates) in these specifications relate to Part-I of MES Schedule unless otherwise mentioned. Reference to only some paragraphs of MES schedule has been made in these particular specifications but other paragraphs and provisions as applicable are also to be followed for all parts of for all parts of SSR even-though not particularly mentioned hereinafter.

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

(e) The percentage quoted by the tenderer shall be deemed to include for any minor details/items of work and/or constructions 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 be included in the contract or not shall be final conclusive and binding.

1.1 EXCAVATION1.1.1 (a) The type of soil shall be as specified in relevent item of Sch ‘A’ .

(b) The measurement of excavation shall be as explained in MES Sch Part-II

1.1.2 FILLING IN TRENCHES/UNDER FLOORS : The approved earth obtained from excavation in foundation shall be used for filling in trenches saggregating grass roots and vegitable moulds or other organic matteres. The filling around pipes, after the pipes are laid and tested shall be with earth free from pebbles/stones. Any additional earth required for the purpose of filling shall be arranged by the contractor out side of defence land.

Contd...

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 43

PARTICULAR SPECIFICATIONS (Contd....)

1.1.3 Filling under floors/sides of trenches shall be in layers not exceeding 25cm thick and each layer shall be watered and well rammed.

1.1.4 Surplus spoil shall be removed and spread at the places where directed by by the Engineer-in-charge to a distance as directed and levelled.

2 CONCRETE WORK2.1 CEMENT : Contractor shall make his own arrangements to procure cement as

specified here-in-after. The cost of cement, its transportation, storage, testing charges, its accounting and preservation etc. till consumed in works shall be borne by the contractor.

2.1.1 TYPE OF CEMENT : Type of cement to be used in this contract shall be Ordinary Portland Cement, grade 43, conforming to IS-8112-1989/Portland Pozzolona Cement conforming to IS-1489-1991, unless otherwise specifically specified. Different type of cement, if so required, as per contract provisions, shall also be arranged by contractor at no extra cost to Govt. However, contractor may use OPC in lieu of PPC in all situation in the work without any price adjustment.

2.1.2 PROCUREMENT : 2.1.2.1 Cement supplied by the contractor shall be procured directly from any of the

producers listed in Appendix ‘C’. However, where the estimated requirement of cement in the whole work is less than 1200 bags, contractor can procure cement from the authorized distributors/dealers of the approved firms.

2.1.2.2 USE OF PPC While using PPC, the following requirements shall be met with :

(a) PPC shall meet the strength criteria of 43 grade OPC as laid down in IS 8112 – 1989.

(b) The minimum period before striking formwork given in clause 11.3.1 of IS-456 shall be suitably modified at site by the GE/GE.

(c) Mixing of OPC & PPC shall not be allowed in a work.

(d) PPC Cement shall not be used in important structure like overhead reservoirs, underground sump, prestigious buildings (as decided by the GE/GE) and building with span 10 meter or more. In these structures only OPC cement shall be used.

(e) While procuring PPC, the following requirements are to be ensured and certificate to that effect from the manufacturer shall be submitted by the contractor for each batch :-

(i) The quality of fly ash used is strictly as per IS-1489 (Part-I)-2002.(ii) The fly ash is inter ground with clinker and not mixed with clinker.(iii) Dry fly ash is transported in closed containers and stored in silos and

only pneumatic pumping is used.

Contd….CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO.44

PARTICULAR SPECIFICATIONS (Contd....)

(iv) The fly ash is received from thermal power plants using high temperature combustion above 1000 Degree Centigrade.

2.1.2.3 Cement brought by the contractor at site(s) of work shall be in jute/polythene/paper bags containing 50 Kg cement in each bag originally sealed by manufacturer. Before allowing any on account payment for materials at site, test check shall be carried out to ascertain average weight of cement per bag.

2.1.2.4 Contractor shall produce purchase vouchers, test certificates of the batch issued by main producers and other valid documentary proof to the entire satisfaction of the GE/GE for entire quantity of each consignment to prove that cement has been purchased from the main producers or through their authorized dealers as mentioned in para 2.2.2.1 above. The contractor shall also submit particulars of the manufacturer of cement for every lot for verification by the site staff and GE/GE.

2.2.3 TESTING OF CEMENT : 2.2.3.1 The contractor shall submit the manufacturer’s test certificate in original

alongwith the test sheets giving the result of each physical test as applicable and the chemical composition of the cement or authenticated copy thereof, in accordance with BIS provisions duly signed by the manufacturer or his authorized representative with each consignment. The E-I-C shall record these particulars in the Cement Acceptance Register (Format given in Appendix ‘A’ attached herewith).

2.2.3.2 Cement brought to site of work shall remain the property of Govt. Contractor shall in no case, remove any bag of cement unless permitted in writing by the GE/GE. In addition to manufacturer’s test certificates, the GE/GE shall also take random samples of cement drawn from various lots of each consignment as specified in IS Codes and get them tested from any one of the Govt. approved laboratories at his discretion or from SEMT CME, Regional Research Laboratory or Zonal Laboratory, all as per IS-3535 (Method of Sampling Hydraulic Cement), IS-4031 (Method of Physical Analysis Test of Hydraulic Cement) 1985 and IS-4032 (Method of Chemical Analysis of Hydraulic Cement). Irrespective of results, cost of materials for such samples, cost of requisite handling & conveyance etc. shall be borne by the contractor. Cement from each consignment shall be allowed to be incorporated in the work only after the GE/GE is satisfied with the quality of cement brought by contractor.

2.2.3.3 It shall be ensured that tested and untested cement are segregated and stored separately with distinct identification.

2.2.3.4 If the test results on samples of a particular consignment are not within acceptable limits, the matter shall be referred to the Accepting Officer, whose decision regarding acceptability of such cement with price adjustment or removal from the site shall be final and binding. Cement so rejected or any bag of cement in godown showing indication of any setting shall be segregated and removed by

contractor from the site within a week’s time, with due permission of the GE/GE for their removal.

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 45Particular Specifications (Contd....)

2.2.4 STORAGE/CONSUMPTION OF CEMENT

2.2.4.1 Cement in bags shall be stored in proper leak proof/damp proof storage godown, over at least a 20 cm high platform, away from walls in such manner as to prevent deterioration due to moisture or intrusion of foreign matter, all as specified in clause 4.3.1 of SSR Part-I. In case of store rooms, the stack should be at least 20 cm away from floors and walls. Cement of different brands shall be stacked separately by the contractor. The stacking of cement shall not be more than 10 bags high.

2.2.4.2 For the purpose of keeping a record of cement procured and consumed in works, the contractor shall maintain a properly bound register in the form approved by E-I-C showing all procurements, quantity used in the work and balance in hand, at the end of each day and such other information as may be required to control the consumption of cement. Pages of the register shall be numbered and initialed by E-I-C. This register shall be signed daily by the contractor or his representative as token of correctness of the entries made. In token of check, it shall be signed by MES representative also as follows :-

(a) Daily by JE (Civil) in-charge of works.(b) Twice in a week by the E-I-C.

2.2.4.3 The said register shall remain at site of work, in the safe custody of the contractor and on demand same shall be produced for verification of Inspecting Officer. On completion of the work, the register shall be returned to MES. The cement godown shall be provided with two locks on each door. The key of one lock on each door shall remain with the E-I-C or his authorized representative and that of the other lock with the contractor’s authorized agent at site of work so that cement is removed from the godown according to daily requirements and with the knowledge of both the parties.

2.2.4.4 Foregoing provisions shall not, however, absolve the contractor of his responsibility of incorporating required quantity of cement in various items of works as per contract provisions.

2.2.4.5 Cement shall be used in the order in which it is received. It shall be ensured that only one type/make of cement is used in any structural member.

2.2.4.6 Cement shall not be more that 02 months old and shall be consumed within next 02 months of its packing.

2.2.5 DOCUMENTATION :

The contractor shall submit original purchase vouchers from the supplier for the total quantity of cement supplied under each consignment to be incorporated in the work. All consignment received at the work site shall be inspected by the GE

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 46Particular Specifications (Contd....)

alongwith the relevant documents before acceptance. The original vouchers and the test certificates shall be defaced by the E-I-C and kept on record in the office of the GE/GE duly authenticated and with cross reference to the control number recorded in the Cement Acceptance Register. The Cement Acceptance Register will be signed by JE (Civil), E-I-C, GE/GE and the contractor. The Accepting Officer may order a Board of Officers for random check of cement and verification of connected documents. The entire quantity of cement shall be suitably recorded in the Measurement Book also for record purpose before incorporation in the work, as “Not to be abstracted” indicating the voucher number with dates, quantity, date of manufacture/expiry date etc. and shall be signed by E-I-C and the contractor. It shall from the basis for allowing on account payment to contractor through RARs.

2.2.6 SCHEDULE OF SUPPLYThe contractor shall ensure that procurement action is taken immediately after acceptance of the contract so as to adhere to schedule of activities/ CPM Net Work.

2.2.7 The periodicity of striking the form work and curing for works with Ordinary Portland cement , shall be as stipulated in clause 11.3 and 13.5 of IS 456 of 2000 and the same shall be suitably modified by the GE/GE when PPC is used.

2.3 AGGREGATES :

Aggregates for concrete work shall conform to specifications all as specified in clauses 4.4.1 to 4.4.7 of MES Sch Part-I.

2.3.1 FINE AGGREGATE (SAND) :

Grading for fine aggregate shall be within the limits of grading Zone I to II as given in Clause 4.4.7.2 of MES Sch Part-I.

2.3.2 COARSE AGGREGATE :Unless specified otherwise in these particular specifications coarse aggregate for all concrete work in all situations shall be graded crushed stone aggregate of approved quality. The contractor may however use graded stone aggregate/all in aggregate graded of approved quality in lean concrete under foundation and sub base of floor without any price adjustment. However, two types of aggregates shall not be mixed.

2.3.2.1 GRADING OF COARSE AGGREFATE :Graded aggregate of nominal sizes given hereunder, shall be used, unless specified otherwise in the specifications hereinafter :-(a) REINFORCED CEMENT CONCRETE :

(i) For elements of depth/thickness more than and including 100mm - 20mm

(ii) For elements of depth/thickness less than 100mm - 12.5mm

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 47PARTICULAR SPECIFICATIONS (Contd....)

NOTE : However, in no case the nominal size of aggregate shall be greater than one fourth the minimum size of the member and further it should conform to the requirement given in Clause 5.3 of IS 456-2000.(b) PLAIN CEMENT CONCRETE :

(i) Under 30mm thickness : 12.5mm(ii) 30 to 80mm thickness : 20mm(iii) Exceeding 80mm thickness : 40mm

2.4 WATER : Water shall conform to the requirements stipulated in Clause 5.4 of IS 456-2000.

2.4.1 ADMIXTURE : Admixture, if used shall conform to the requirements stipulated in clause 5.5 of IS 456-2000.

2.5 SPECIFICATIONS FOR M-30 DESIGN MIX CONCRETE :SPECIFICATIONS REINFORCED CONCRETEType of mix : Design mixGrade : M-30Type of cement : OPC 43 GradeMax Nominal size of aggregate

: 20mm

Min cement content : 420 Kg/CumMax water cement ratio : 0.45Workability : 25-75mm slumpExposure conditions : Moderate Max temp of the concrete at the time of placing

: Prevailing ambient temp

Method of placing : As specifiedType of Aggregate : Crushed stone aggregate as specified

NOTE : PCC/RCC for other than new building work shall be as specified in relevant Sch or as specified in Particular Specifications hereinafter or as shown on drawing.

2.6 Design mix shall be got carried out by the contractor from Zonal Lab. In case, such facility is not available in Zonal Lab, then only Design Mix shall be got carried out by the contractor from Govt. Engineering College/Govt. approved lab and charges therefor shall be borne by contractor. The minimum cement content for M-30(design mix) shall not be less than 420 Kg per cubic meter. No price adjustment in rates/prices shall be made in case of variation in the quantity of cement beyond 420 kg per cubic meter based on design mix. Contractor’s quoted rates shall be

deemed to include for such variation if any.. The E-I-C shall maintain record of actual consumption of cement in proper register (other than cement register) and the record so maintained shall be signed by the contractor and Engineer-in-Charge.

2.6.1 In case of any change in source/quality of materials, fresh design mix shall be carried out and approved by the GE/GE.

Contd…

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 48Particular Specifications (Contd....)

2.7 IMPORTANT REQUIREMENTS OF REINFORCED CEMENT CONCRETE/PLAIN CEMENT CONCRETE :

2.7.1 (i) All the materials, workmanship, inspection and testing for the cement concrete of grade M-10 & M-15 (Nominal mix) to be used for PCC work shall be as per the requirements given in section 2 of IS-456-2000.

(ii) Testing of cement concrete cubes shall be carried out all as provided in Special Condition 32 hereinbefore. The confirmatory tests when required by the GE/GE shall, however, be carried out in MES laboratory situated in HQ CE Pathankot Zone, for which necessary facilities for casting of samples, curing and conveyance of samples etc. shall be provided by the contractor at his cost. The charges for testing shall be governed as stipulated vide Special Condition 32 mentioned hereinbefore.Testing in Zonal laboratory shall be carried out in the presence of contractor or his authorized representative. In case, the contractor or his authorized representative does not remain present during the time of testing of cubes, the testing shall nevertheless be done by the Officer-in-Charge of MES laboratory. The test reports shall be signed by the E-I-C and the contractor and the same shall be maintained as a record.(iii) Nominal mix shall be by volume if permitted by GE/GE.

2.7.2 All plain cement concrete shall be mixed in a mechanical mixer with hopper of approved type. The coarse and fine aggregates for mixing of cement concrete shall be put in the hopper through measuring boxes. Under no circumstances measuring with other than proper measuring boxes shall be allowed. However, in case of small quantity (i.e. the quantity of concrete required being less that one batch of mix), the contractor may, after obtaining written permission of the E-I-C be allowed hand mixing. Where hand mixing is permitted, it shall be carried out on a water tight platform and care shall be taken to ensure that mixing is continued until the concrete is uniform in colour and consistency.

2.7.2A All concrete for RCC work shall be consolidated/compacted by mechnical vibrators of approved type as specified in para 4.11.11 of MES Sch Part I. Precast/cast-in-situ plain cement concrete shall, however, be rammed and consolidated by tamping and roding.

2.7.3 IMPORTANT REQUIREMENTS FOR M-30 (DESIGN MIX) :

2.7.3.1 Compressive strength of cubes after 28 days shall be 30 N/Sqmm for M-30 (Design mix). Design mix shall be made as per clause 16 and table 11 of IS 456-2000.

2.8 PRELIMINARY TESTS FOR TRIAL MIXES :(i) As soon as possible after receiving the order to commence work, the contractor shall make the trial mixes for concrete in presence of the E-I-C, meeting the strength requirement as per IS-456-2000 which shall be approved by GE.

Contd………

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 49Particular Specifications (Contd....)

[(ii) From each trial mix, nine number preliminary test cubes of size 15x15x15cm shall be made and tested in accordance with IS-516. Three of these cubes shall be tested at seven days (i.e. on 8th day from the date of casting) and another three at 28th days (i.e. 29th date from the date of casting) and the remaining three cubes of the finally approved mix shall be preserved by the GE/GE for one year after completion of work for test in case of subsequent check.(iii) The test after seven days is intended only to give early indication of possible relation with the required strength. The average strength of these preliminary test cubes after 28 days shall not be less than that specified in Table 2 of IS-456-2000. If the difference between highest and lowest values of 28 days from any one trial mix is more than 15 percent of the average strength of the three cubes, testing is to be discarded and a further trial mix made. Any cube not found satisfactory will be destroyed.(iv) On the results of the above tests, the mix actually to be used is to be agreed to and approved by the GE/GE.(v) The approval of the GE/GE will not absolve the contractor of his responsibility to obtain the required minimum strength.(vi) All tests in support of mix design shall be maintained as a record for the contract.

2.9 MIXING OF CONCRETE :(i) The contractor shall use power driven mechanical concrete mixer of adequate capacity with hopper of approved type for mixing. The coarse and fine aggregate for mixing of cement concrete shall be put in the hopper after measuring the same by weigh batching system (with weigh batcher only). The drum shall be loaded with about the half of the coarse aggregate, then with the fine aggregate, then with the cement and finally with remaining coarse aggregate at the top. Water shall be added immediately before the rotation of the drum is started. The period of mixing shall be not less than 2 minutes after adding all the materials in drum and shall continue till the resulting concrete is uniform in appearance.(ii) WEIGH BATCHING :In proportioning design mix concrete, the quantity of both cement and aggregates

shall be determined by weight with weigh batcher. Water shall be either measured by volume in calibrated tanks or weighed. All measuring equipment shall be maintained in a clean serviceable condition and their accuracy periodically checked. In this connection also refer clause 4.11.3 to 4.11.3.5 of SSR Part-I. (iii) Quantity of concrete mixed in any one batch shall not exceed the rated capacity of the mixer. The whole of the mixed batch shall be removed before adding new batch. Concrete mixed above shall not be modified by addition of water or otherwise in order to facilitate handling or for any other purpose.(iv) On cessation of work and other stoppages exceeding 20 minutes, the mixer and other plant used for the wet mix shall be thoroughly washed with clean water.Pick up and throw over blades in the drums of the mixer which are worn down 20mm or more in depths shall be replaced with new blades.

Contd..

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 50Particular Specifications (Contd....)

2.10 TESTS :The following tests shall be carried out during the execution of work. Tests shall be carried out in accordance with IS-516 and IS-1959. The contractor shall provide all facilities and equipment for casting and curing of test cubes and conveyance of test cubes and other material for testing purpose to MES laboratory, the cost for which shall be borne by contractor. However, testing charges shall be levied on contractor for tests carried out in MES laboratory as per special condition clause No. 35 hereinbefore.(a) WORKABILITY TEST : Workability test shall be carried out as per clause 7

of IS-456-2000.

(b)SAMPLING & STRENGTH OF CONCRETE :

(i) SAMPLING : Minimum frequency of sampling of concrete for each grade shall be in accordance with clause 15.2. of IS-456-2000.(ii) TESTING SPECIMEN : A group of nine test specimens (15cmx15cmx15cm cubes) shall be made from each sample.(iii) Three cubes shall be tested at 7 days and three at 28 days for crushing strength and the remaining three cubes shall be kept as reserve exclusively for Govt. use for subsequent testing (if so desired by Govt) and preserved for one year from the date of completion of work under the contract. The contractor can not object testing of other cubes for a purpose, as a matter of right.(iv) For the purpose of subsequent identification of the work test cubes, the concrete to which these pertain shall be cross referred and record of this maintained and signed by the E-I-C and contractor or his authorized representative.

2.11 ACCEPTANCE CRITERIA :

The concrete shall be deemed to comply with the strength requirement when the conditions given in clause 16 of IS-456 are met.

2.12 PLACING AND COMPACTION OF CONCRETE :(i) Concrete shall be transported without delay and incorporated in work at the position of laying within 20 minutes from the time of discharge from the mixer.(ii) Mixed concrete shall be deposited in final position and solidly packed around reinforcement, carefully poured and consolidated by means of portable vibrators mechanically operated and of the kind as suitable for a particular situation as directed by the GE/GE. Care shall be exercised to ensure that no voids or honeycomb pockets are formed. The concrete shall not be laid in position for more than 1 m in height in one concrete operation.

Contd…

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 51Particular Specifications (Contd....)

2.13 WATER CEMENT RATIO :The water ratio for the concrete shall be as per IS-456-2000. To achieve this water cement ratio, the moisture content in respect of coarse aggregate and fine aggregate shall be tested and kept on record. The frequency of testing of moisture content in respect of coarse and fine aggregate shall be as specified in Appx ‘A’ to Special Condition hereinbefore. The amount of water required shall be adjusted depending upon the result of tests for the moisture content carried out. For determination of moisture content in aggregate IS-2386 (Part-III) may be referred to.

2.14 CURING :The concrete shall be protected from premature drying for at least 8 days after pouring and shall be cured as directed by the E-I-C for a period of not less than 14 days.

2.15 FORM WORK :2.15.1Form work shall comply with requirements of para 4.11.6.1 to 4.11.6.5 and 7.15.1.

to 7.15.12 of MES Sch (Part-I).2.15.2Form work may be steel or plywood of adequate strength. In case of any deviation

involving form work, the pricing shall be done on the basis of timber form work. Timber form work shall be such as to give rough finish surface of concrete as specified in clause 7.15.2(a) of MES Sch Part-I.

2.16 EXPOSED SURFACE OF CONCRETE :

2.16.1Exposed cement concrete surfaces (RCC/PCC), which are ultimately required to be finished by application of white/colour wash, distemper, cement base paint or oil paint etc. shall be plastered with cement and sand mortar (1:3), minimum 5mm thick finished even and smooth after removal of form work

2.16.2Exposed surface of lintels, beams, columns etc., which are continuous with plastered surfaces of walls shall be plastered in the same manner as specified for the walls.

2.17 PRECAST CONCRETE ARTICLES :Cement concrete lintels with or without integrally cast chajjas upto 1.5 meter clear span, shelves, bed blocks/plates, cover slabs, fins and the like may either be precast or cast in situ at the contractor’s option, unless otherwise specified elsewhere. If precast, these shall be set in cement mortar (1:3). In case of deviation involving these items, pricing shall be done on the basis of cast-in-situ work.

Contd………

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 52Particular Specifications (Contd....)

3. STONE MASONRY3.1 The stone shall be harder stone such as granite, trap or basalt etc., best quality, locally available. Stone shall be hard, sound, durable and free from weathering, decay and defects like cavities, cracks flow, sand holes injurious voids, patches of loose or soft materials and other similar defects that may adversely affect its strength and appearance. As far as possible ,stone shall be of uniform colour and texture. Generally stone shall not contain cry to cry stelline silica or chart, mica and other deleterious materials like iron oxide, organic impurities, etc.Minimum dimensions of stones shall be as mentioned in SSR for stone masonry.

3.2 TYPE OF MASONRY :Stone masonry shall be random rubble masonry as given in SSR.

3.3 BOND STONES :Bond/ quoin stones shall be provided as specified in MES Schedule. If PCC pre cast

bond stones are used in lieu of through stone bond stones, the payment shall be made under relevant item of SSR in accordence with preamble 6.2.7 on page 74 of SSR 2004 Part-II. No deduction shall be made for the volume of bond stones in the volume of RR masonry. Unless otherwise specified facings shall be hammer dressed all as specified in clause 3.9 of MES Schedule and shall be paid under relevant item of SSR.

3.A BRICK WORK :

3.A.1 MATERIALS :3A.1.1 Bricks : Bricks shall be kiln burnt, available locally or in the neighboring region, best quality conforming to the samples kept in GE office. Bricks shall be sub class ‘B’, old size bricks having minimum crushing strength of 75 kg/Sqcm. Water absorption of bricks shall not exceed 20% when tested in accordance with IS-3495. Sampling and testing of bricks shall be carried out as per IS-5454 and IS-3495. The nominal size of brick shall be 230mm x115mmx75mm. The tolerance in the dimensions shall be +/- 8 percent. The brick masonry shall be carried out in cement mortar as specified in relevant item of work order.3A.1.2 CEMENT : For cement refer clause 2.2 hereinbefore.

3A.1.3 SAND :Sand for mortar shall be as specified in clause 5.4 of MES Schedule Part-I.

3A.2 WORKMANSHIP :

3A.2.1 The brick work in various situations shall be built in cement mortar as specified in relevant item of work order.3A.2.2 Half brick thick wall of height more than 90cm shall be reinforced with two Nos. 8mm dia TMT bars, placed horizontally at every fourth course, starting from top of first course from floor and anchored in wall/column at junctions. The anchorage length provided shall not be less than 100mm. Over laps, if any required in the reinforcement shall not be less that 30cms.

Contd………

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 53Particular Specifications (Contd....)3A.2.3 LAYING AND BONDING : 3A.2.3.1 Bricks shall be laid and bonded, all as specified in clauses 5.22 and 5.23 of MES Sch Part-I as applicable to old size bricks (FPS conventional bricks).3A.2.3.2 Half brick walls upto 2100mm height shall rest directly on sub base of floor. Half brick walls above 2100mm height and dwarf walls shall be provided with foundations.4. WEAR PROOF TOPPING 4.1 For light or heavy duty floor, metalic floor hardner and cement shall be thoroughly mixed to an even colour in dry state in the proportion recommended by the manufacturer. The mixture shall be mixed with crushed granite, basalt/trap as indicated (6mm and down) in the proportion 1:2 by volume. Requisite amount of water shall than be added to form a workable mixture. 4.2 NEW WORK : The topping of the thickness as indicated, shall be laid while the underlying surface is green. When the initial set has taken place, the surface shall be trowelled even and smooth with a steel trowel. Dry cement or mixture of dry cement and sand, shall not be sprinkled directly on to the surface with the object of absorbing moisture or for stiffening the mix. The final trowelling shall not be commenced until such time as the surface has so hardened that pressure with a finger ceases to make any indication. The toping shall be kept them with wet sacks or sand, for seven days before putting to use. 4.3 OLD WORK : The old concrete surface shall be cut and removed to a depth as indicated, generally of not less than 50mm, and all loose particle and dust cleared away. The cleared surface shall then be soaked with water for at least 12 hours before the topping is laid. Surplus water, if any, shall be mopped and neat cement grout shall be thoroughly worked into the surface. While the grout is wet, the layer of cement concrete 1:2:4, type B-1 shall be laid followed by wear proof topping, as described above. 5. ROAD WORK5.1 DRAINAGE OF EARTH FORMATION :At all times, the formation surfaces shall be kept drained by the contractor. The contrctor shall provide such temporary open drains as may be necessary to prevent accumulation of water from any cause what-so-ever.5.1.2 SOLING : The soling shall be of broken stones or boulders best quality locally available and shall be laid all as per description of relevant item of Sch ‘A’ and as specified in SSR Part I .5.2 WBM : The WBM shall be of broken stones/quarried stones of grading 2 of Granite, Trap or Basalt stone and shall be laid as per description of Sch ‘A’ and as specified.5.3 MIX SEAL SURFACING (MSS)5.3.1 Description : The work shall consist of laying and compacting mix seal surfacing in a single course composed of suitable aggregates premixed with binder on a previously prepared base, in accordance with the requirement of specifications. Mix seal surface shall be of Type `A’.5.3.2 Materials : 5.3.2.1 Binder : It shall be as per IS-73, 217 and 454. Paving bitumen shall be directly procured by contractor from one of the Govt. refineries specified in Appendix `C’ or from their authorised distribution network and original purchase voucher(s) with test certificateshall be submitted to E-I-C for verification. However, in case direct procurement

Contd...CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 54Particular Specifications (Contd....)of bitumen by contractor is likely to result into delay in execution of work, GE may allow the procurement of bitumen through the hot mix plant owner from whom the contractor intends to obtain the mix. However, in such case, the original purchase voucher for bitumen in favour of hot mix plant owner, for full quantity of bitumen involved shall be produced by contractor alongwith an undertaking from hot mix plant owner certifying that the bitumen in question is procured by him on behalf of contractor & fully utilized in preparation of mix delivered to him. The purchase voucher so produced by contractor alongwith undertaking as above shall be duly verified and authenticated by E-I-C. The purchase voucher and undertaking in original shall be preserved and produced during technical check of final bill.

5.3.2.2 Course Aggregate : It shall be as per SSR Part-I 1991 (Specifications). The flakiness index shall be limited to Max of 30%.5.3.2.3 Fine Aggregate : It shall be as per SSR Part-I, 1991 (Specifications).5.3.2.4 Aggregate Graduation : The coarse and fine aggregates shall be so graded or combined as to conform to the grading set forth in following table :-

Sieve Designation Percent by weight passing the sieve For Type A Mix

12.5mm -10mm 1004.75mm 40-852.36mm 5-2075 micron 0-4

5.3.3 Proportioning of Material : The total quantity of aggregates used for type A mix seal surfacing shall be 0.34 cubic meters per 10 square metre area. The quantity of binder used for premixing in terms of straight run bitumen shall be 27.7 Kg per 10 square metre area for type A surfacing. Before starting the work the contractor shall get the 0-mix formula for the mix approved by the GE.

5.3.4 Preparation of base for laying of bituminous courses : This work shall consist of preparing base on which bituminous courses are to be laid, by scarifying and relaying the WBM course, repairing potholes and bringing the surface to the specified lines, grades and cross sections. The surface should be throughly sweeped and scraped clean and free of dust and other foreign matter.

5.3.5 Tack Coat : Binder shall be heated to the temprature appropriate to the grade of biutmen and sprayed on the base at the rate specified below. The rate of spread in terms of straight run bitumen shall be 5 Kg per 10 square metre area for an existing bitumen treated surface and 10 Kg per 10 square metre area for an untreated WBM surface. The binder shall be applied uniformly with the aid of sprayer. The tack coat shall be applied just ahead of the oncoming bituminous construction.

5.3.6 Preparation & Transportation of Mix : Hot mix plant of adequate capacity and capable of producing a proper and uniform quality shall be used for preparing the mix.

Contd….

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 55Particular Specifications (Contd....)

The plant may either be of batch type or continous one, having co-ordinated set of essential units such as dryer for heating the aggregates, device for grading & batching/feeding by weight or volume the required quantities of aggregates, a binder heating & control unit for metering out the correct quantity of heated binder together with a paddle mixer for intimate mixing of the binder and aggregates. A fines feeder for incorporation of the correct quantity of filler is also a necessary auxiliary. GE shall depute his representative to the hot mix plant at the time of preparation of mix, to ensure use of desired quantity of bitumen and quality of mix and the contractor shall provide all facilities for the purpose.Temprature, mixing & transportation shall be as per Clause 5.9.7 of IRC but with the variations as per following Table :-TEMPRATURE CONTROL OF VARIOUS STAGESSrl No. Temprature Item of operation1. Heating temprature of bitumen (in case of straight

run 80/100 grade)163° to 177°C

2. Temprature of binder at the time of mixing 150° to 177° C3. Temprature of aggregate at the time of mixing* 155° to 163° C4. Temprature of mix at the time of laying 121° to 163° C5. Temprature of mix at the time of completing

rolling100° C

*At no time the difference in temprature between the aggregates and binder should exceed 14°C. 5.3.7 Spreading : The mix transported from the hot mix plant to the site shall be spread by means of a self propelled mechanical paver as specified in Sch ‘A’. The paver shall have suitable screeds capable of spreading, tamping and finishing the mix true to specified grade, lines & cross sections. The temprature of the mix at the time of laying shall be in the range of 121° - 163° C.

Longitudinal joints and edges shall be constructed true to the delineation lines parallel to the center line of the road. Longitudinal joints shall be off-set by at least 150mm from those in the binder course. All joints shall be cut vertical to the full thickness of the previously laid mix & the surface painted with hot bitumen before placing fresh material.

5.3.8 Rolling and compaction: Immediately after spreading of mix, it shall be thoroughly compacted by rolling with a set of rollers moving at a speed not exceeding 5 Km per hour. The initial or break-down rolling shall be with 8-12 tonne tandem rollers or suitable pneumatic rollers. The wheels of roller shall be kept moist to prevent the mix from adhering to them but in no case shall fuel lubricating oil be used for this purpose. Rolling shall commence longitudinally from the edges and progress towards the center except that on super elevated portions it shall progress from the lower to upper edge parallel to the center line of the pavement. The roller shall proceed on the fresh material with rear or fixed wheel leading so as to minimise the pushing of overlap not less than one third of the track made in the preceding pass. Rolling shall be continued till the density achieved is at least 95% of that of the laboratory Marshall stability number and till all

Contd…

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 56Particular Specifications (Contd....)

roller marks are eliminated. Rolling operation shall be completed in every respect before the temparature of the mix falls below 100° C. Areas of roads/pavements inacessible to the roller shall be throughly compacted with hand tampers. The surface shall be tested by camber boards and straight edges for depressions. All depressions shall be made good by loosening the mix, adding materials as required and recompacted it.5.3.9 Opening of Traffic : Traffic may be allowed immediately after completion of the final rolling when the mix has cooled down to the surrounding temprature.5.3.10Surface finish and Quality Control of Work : The surface finish of construction shall conform to the requirement as per Special Publicaiton-11 of MOST.5.4 PHYSICAL REQUIREMENTS OF AGGREGATE5.4.1 Physical requirements of aggregate shall be as under :-

Aggregate Impact value - 30% MaximumFlakiness Index - 30% MaximumStripping value - 25 %

Water abosorption - 1%5.4.2 Control tests and their frequency for MSS shall be as under : (i) Quality of binder - As required

(ii) Aggregate impact value - One test per 50 Cum of Aggregate (iii) Flakiness Index - One test per 50 Cum of Aggregate (iv) Stripping value and water absorption. - Initially one set of 3 representative

specimens for each source of supply. Subsequently when warranted by changes in the quantitiy of aggregate.

(v) Grading of aggregate - One test per 25 Cum of aggregate (vi) Temperature of binder - At regular intervals. (vii) Binder content - Two tests per day.

5.4.3 TRIAL BAY : Before commencement of work, a trial bay of size as directed by GE will be prepared by contractor to ascertain the following :-Spread thickness of hot mix to achieve consolidated thickness of 25mm of bituminous carpet.Number of passes of set of road roller to achieve desired compacation. Nothing extra shall be admissible to contractor for making trial bay and the cost of same shall be deemed to be included in the rate quoted by the tenderer for relevant item of Sch ‘A’.5.4.4 MEASUREMENT OF STONE CHIPPINGS FOR PREMIXING : Stone chippings for MSS shall be measured in stack at the site of hot mix plant before mixing as specified in clause 20.A.1.2 and 20.A.1.3 of SSR Part-II (2004).

6. BITUMINOUS MACADAM : Bituminous macadam shall be carried out in the manner as described in relevant item of Sch `A’ and as specified in clause 20.B.3 of SSR Part I. Further, the aggregate required for bituminous macadam shall conform to requirements given in clause 20.B.2.3.2 & 20.B.2.3.3 of SSR Part I.

Contd…

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 57Particular Specifications (Contd....)

7. SEMI DENSE ASPHALTIC CONCRETE

7.1. The work shall consist of laying and compacting dense asphaltic concrete in as a single course composed of suitable aggregate premixed with binder and filler on a previously prepared base, in accordance with the requirement of specifications. Clause 20.B.4 and its sub-clauses of MES Schedule 2009 (Part-I) shall be strictly adhered to during execution.

7.2. MATERILS :

7.2.1 BINDER : The binder (bitumen) shall be as per IS-73-2006.

7.2.2. COARSE AGGREGATE : Coarse Aggregate shall be as specified in clause 20.B.2.5.1 and 20.B.2.5.2 of MES Schedule 2009 (Part-I).

7.2.3. FINEAGGREGATE : Fine Aggregate shall be as specified in clause 20.B.2.5.3 of MES Schedule 2009 (Part-I).

7.2.4 AGGREGATE GRADATION FOR SEMI DENSE ASPHALTIC CONCRETE The combined grading of aggregates i.e. Coarse aggregate, fine aggregate and filler shall conform to the following table. The filler shall be an inert material whole of which passes 710 micron sieve, at least 90% passing through 180 micron sieve and not less than 70% passing through 90 micron sieve. Unless otherwise indicated, filler shall be cement (OPC-43 Grade conforming to IS 8112/PPC conforming to IS 1489) :-.

IS Sieve No Cumulative percent by weight of total aggregate passsing the sieve

22.4mm 10013.2mm 79-10011.2mm 68-905.6mm 33-552.80mm 22-38710 Micron 06-22355 Micron 04-14180 Micron 02-0990 Micron 0-05

Contd…

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 58Particular Specifications (Contd....)

7.3 MIX DESIGN CRITERIA FOR :-The design requirement shall be as under :-

Ser No

Properties Dense Bituminous macadam/semi dense asphaltic concrete

Method of test

(a) Marshal stability (75 blow) at 60°C minium

1050 ASTMD: 1559-1979

(b) Marshal flow at 60°C, mm 2.0 - 4.00 ASTMD: 1559-1979

(c) Marshal quotation, Kg/mm 250-500 Stability + Flow(d) Voids in compacted Mix % 3.0- 5.0(e) Requirement of retained stability

after 24 hours in water at 6°C minimum

90 ASTMD : 1075-1979

(f) Coating with aggregate % (Minimum)

- ASTMD : 182

(g) Type of binder As per mix design

(h) Binder coantent percent by weight of total mix

4.5 to 5.5

Notes:-(i) The quantity of binder contrent has been indicated tentatively and shall be as per actual mix design.

(ii) Mix Design Mix shall be got carried out by the contractor from Govt Engineering College/Govt approved lab/agencies and charges thereof shall be borne by contractor.

(iii) Compression test to measure the loss of Marshal stability due to effect of water on the mix shall be conducted for Semi Dense Asphaltic concrete & Dense Asphaltic concrete. If the Index Retained Stability is less thatn 75, the mix shall be rejected or the aggregates shall be processed by approved method to increase the index to minimum of 75, The immersion test shall be carried out on Marshal test specimens of design job mix after stroing in 1% sodium chloride solution v/v distilled water for 24 hours at 60°C, and then tested for Marshal stability Values. The percentage loss or retntion of stability values after immersion in water with reference to the values obtained before immersion is expressed in terms of percentage of the oritinal values.

Contd...

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 59Particular Specifications (Contd....)

7.4 PERMISSIBLE VARIATIONS OF VARIOUS INGREDIENT FROM THE JOB MIX FORMULA

Ser No Sieve Size Semi dense asphaltic concrete

(a) 4.75 sieve . .(b) 2.36mm + 5%(c) Passing through 2.36 and retained on 75

micron+ 3%

(d) Size of minral finer than 75micron + 1%(e) Binder Content + 0.3%(f) Field density Not less than 98%

lab density7.5 PROPORTIONING OF MATERIALS : Before starting the work, the contractor shall get the mix design done from any Govt, approved agency/Lab and the design shall be got approved from the Garrison Engineer before commencement of work. The exact binder content shall be used as per the mix design.7.6 PREPARATION OF BASE FOR LAYING OF BITUMINOUS COURSES : The work shall consist of preparing base on which bituminous courses are to be laid, by scarifying and relaying the WBM course, repairing potholes and bringing the surface to the specified lines, grades and cross sections. The surface shall be thoroughly swept and scraped clean and free of dust and other foreign matter.

7.7 PRIMING/TACK COAT :- Binder shall be heated to the temperature appropriate to the grade of bitumen and sprayed on the base at the rate specified below. The rate of spread in terms of VG-10 bitumen shall be 5 Kg per 10 Sqm area for an existing bitumen treated surfaces and 10 Kg per 10 Sqm area for an untreated WBM surfaces. The binder shall be applied uniformly with the aid of sprayer. The priming/tack coat shall be applied just ahead of the oncoming bituminous constriction.

7.8 PREPARATION AND TRANSPORTATION OF MIX : It shall comply with the clause 20.B.4.4 and 20.B.4.5 of MES Schedule 2009 (Part-I)

Temperature, control at various stages shall be as per table below :-Viscosity

Grade of bitumen

Bitumen Temperature

Aggregate Temperature

Mix Temperature

Laying Temperature

Rolling Temperature

VG-10 150°-177° 155°-163° 140°-160° 130° 80°C min7.9 SPREADING :-

7.9.1. It shall comply with the clause 20.B.4.6 and 20.B.4.6.1 of MES Schedule 2009 (Part-I). The mix transported from the hot mix plant to the site shall be spread by means of a self propelled mechanical paver with suitable screeds capable of spreading, taping and finishing the mix true to specified grade, lines & cross sections. The temperature of the mix at the time of laying shall be in the range of 121° C to 163°C

Contd....

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 60Particular Specifications (Contd....)

7.9.2. The thickness mentioned in Sch ‘A’ is exclusive of depressions of road if any found existing, which shall be made good before providing asphaltic concrete layer and tenderer’s rates quoted in Sch ‘A’ shall include for this provision.

7.9.3. Longitudinal joints and edges shall be constructed true to the delineation lines parallel to the centre line of the road... Longitudinal joints shall be off-set by a least 150mm from those in the binder course. All joints shall be cut vertical to the full thickness of the previously laid mix & the surface painted with hot bitumen before placing fresh material.

7.10 ROLLING AND COMPACTION :- It shall comply with the clause 20.B.4.7 and its sub paras of MES Schedule 2009 (Part-I).

7.11 QUALITY CONTROL :- It shall comply with the clause 20.B.4.9 and its sub paras of MES Schedule 2009 (Part-I). Cost of testing shall be borne by the contractor and all arrangements for testing shall be made by him without any extra cost to Govt.

7.12 CONTROL ON LAID THICKNESS :- It shall comply with the clause 20.B.4.10 of MES Schedule 2009 (Part-I).

7.13 PALNT/MACHINE TO BE USED FOR SEMI DENSE ASPHALTIC CONCRETE :- It shall comply with the clause 20.B.4.11 and its sub paras of MES Schedule 2009 (Part-I).

7.14 OPENING OF TRAFFIC :- Traffic may be allowed immediately after completion of the final rolling when the mix has cooled down to the surrounding temperature.

8. PAINTING LINES, DASHES, ARROWS, LETTERS ETC. WITH HOT THERMOPLASTIC ROAD MARKING PAINT :8.1 GENERAL :(a) The thermoplastic compound shall be screeded/extruded on to the pavement surface in a molten state by suitable machine capable of controlled preparation and laying with surface applicator of glass beads at a specified rate. Upon cooling to ambient temperature of pavement, it shall produce an adherent pavement marking of specified thickness and width and capable of resisting deformation by traffic.

(b)The colour of the compound shall be white or yellow as specified or as directed by EIC.

8.1.1 MATERIAL :

(a) Composition of pigment : Beads and aggregate shall be uniformly dispersed in the resin. The material shall be free from skins, dirt and foreign objects.

Contd…

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 61Particular Specifications (Contd....)

(b) The properties of thermoplastic material when tested in accordance with ASTM/36/BS-3262(Part-I) shall be as below :-

(i) Drying time : When applied at the temperature specified by the manufacturer and to the required thickness, the material shall set to bear traffic in not more than 15 minutes. (ii) Skid resistance : It shall not be less than 45 as per BS 6044.(b) Cracking resistance at low temperature : The material shall not crack on

application to concrete blocks or concrete surfaces.(c) Softening point : It shall be 102.5 +/- 9.5 degree C as per ASTM D 36.(d) Flow resistance : It shall not be more than 25% as per AASHTO m 249.(e) Storage life : The material shall meet the requirements of these specifications for a period of one year. The thermoplastic material must also melt uniformly with no evidence of skin or unmelted particles for the one year storage period. Any material not meeting the above requirements shall be replaced by the contractor at his own cost.(f) Reflectorisation : It shall be achieved by incorporation of beads. The grading and other properties of the beads shall be as specified.(g) Marking : Each container of the thermoplastic material shall be clearly and indelibly marked with the following information :-

(a) The name, trade mark or other means of identification of manufacturer. (b) Batch Number (c) Date of manufacturer (d) Colour (White or Yellow) (e) Maximum application temperature and maximum safe heating

temperature.

(h) Sampling and testing : The thermoplastic material shall be sampled and tested in accordance with the appropriate ASTM/BS method. The contractor shall furnish a copy of certified test reports from the manufacturer of the thermoplastic material showing results of all tests specified herein and shall clarify that the material meets all requirements of this specifications.8.1.2 Preparation : (a) The material shall be melted in accordance with the manufacturer’s instructions in a heater fitted with a mechanical stirrer to give a smooth consistency to the thermoplastic material to avoid local overheating. The temperature of the mass shall be within the range specified by the manufacturer, and shall on no accounts to be allowed to exceed the maximum temperature stated by the manufacturer. The molten material should be used as expeditiously as possible andfor the thermoplstic material which has natural binders or is otherwise sensitive to prolonged heating, the material shall not be maintained in a molten condition for more than 4 hrs.

Contd…

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 62Particular Specifications (Contd....)

(b) After transfer to the laying equipments, the material shall be maintained within the temperature range specified by manufacturer for achieving the desired consistency for laying.

8.1.3 Properties of finished road marking :-

(a) The strip shall not be slippery when wet.(b) The marking shall not lift from the pavement in freezing weather.(c) After application and proper drying, the stripe shall show no

appreciable deformation or discoloration under traffic and under road/surface temperature upto 60 degree C.

(d) The marking shall not deteriorate by contact with sodium chloride, calcium chloride or oil drippings from traffic.

(e) The strip or marking shall maintain its original dimensions and position. Cold ductility of the material shall be such as to permit normal movement with the road surface without chopping or cracking.

(f) The colour of yellow marking shall conform to IS colour No. 356 as given in IS 164.

8.1.4 Application : (a) Marking shall be done by machine. For locations where painting can not be done by machine, approved manual methods shall be used with prior approval of EIC. The contractor shall maintain control over traffic while painting operation are in progress so as to cause minimum inconvenience to traffic compatible with protecting the workmen.(b) The thermoplastic material shall be applied hot either by screeding or extrusion process. After transfer to the laying apparatus, the material shall be laid at a temperature within the range specified by the manufacturer for the particular method of laying being used. The paint shall be applied using a screed or extrusion machine.(c) The pavement temperature shall not be less than 10 degree C during applications. All surfaces to be marked shall be thoroughly cleaned of all dust, dirt, grease, oil and all other foreign matter before application of the paint.

(d) The material when formed into traffic stripes must be readily renewable by placing an overlay of new material directly over an old line of compatible material. Such new material shall so bound itself to the old line that no splitting or separation takes place. (e) Thermoplastic paint shall be applied in intermittent lines of uniform thickness of at least 2.5mm unless specified otherwise. Where arrows or letters are to be provided, thermoplastic compound may be hand sprayed. In addition to the beads included in the material, a further quantity or glass beads of type 2, conforming to the above noted specification shall be sprayed uniformly into a mono-layer on to the hot paint line in quick succession of the paint, spraying operation. The glass beads shall be applied at the rate of 250grams per square meter area.

Contd…

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 63Particular Specifications (Contd....)

(f) The minimum thickness specified is exclusive of surface applied with glass beads.

(g) The finished lines shall be free from ruggedness on sides & ends & be parallel to the general alignment of the carriageway. The upper surface of the lines shall be level, uniform & free from streaks.

9. DISMANTLING/DEMOLITION OF WORK : The work of dismantling/demolition shall be carried out with utmost care without

any harm/damage to existing structure/part of the structure. Any damage to the existing part shall be repaired/made good by the contractor without any extra cost to the Govt. The serviceable material obtained from demolition/dismantling shall be re-used in the same work to the extent approved by the Engr-in-Charge as per the relevant item of Sch ‘A’. The unused material shall be the property of the Govt and shall be deposited in MES store yard by the contractor without any extra cost to the Govt.

Signature of Contractor DCWE (Contracts)Dated: _____________ for Accepting Officer

CA NO: CWE/Y-09/2014-15 SERIAL PAGE NO. 64CEMENT SUPPLY/ACCEPTANCE FORM

Appx ‘A’(E-in-C’s Br AHQ letter No A/90154/57/E2Des-3 dt 03 Mar 20061. CA No & Name of work :2. Control No :3. Name of Manufacturer/Brand Name/Gde of Cement :

(a) Manufacturer :(b)Brand :(c) Grade :

4. Qty of cement & Lot No/Week No (in Bags) :(a) Qty :(b) Lot No/week No :

5. Manufacturer’s test certificates No :6. Random test Details :

(a) Physical Test report from vide their letter No : (Name of approved Lab/Engg College)

(b)Chemical test report from ____________vide their letter No : (Name of approved Lab/Engg Collage)

7. Details of physical & Chemical properties :

Physical requirements (As per IS 4031) Chemical requirements (As per IS 4032)

Spec

ific

su

rfas

dce

(M2/

Kg)

Soun

dnes

s

by

Le

Cha

tella

r

Expa

nsio

n So

undn

ess

by

A

uto

Cla

ve E

xpan

sion

In

itial

Se

tting

Ti

me

Fina

l

Setti

ng

Tim

e 03

Day

s (M

)

07 D

ays

(Mpa

)28

Day

s (M

pa)

Tem

p du

ring

test

ing

0 C

Stan

dard

co

nsis

tenc

y

Lim

e S

atur

atio

n F

acto

r

Alm

ina

Lo

n

Rat

io

Inso

lubl

e R

esdu

e (%

)

Mag

nesi

a (%

)

Sulp

huric

A

nhyd

ride

(%)

Loss

opn

lgni

tion

(%)

Alk

ales

(%)

Chl

orid

es (%

)As per relevant IS

As per manufacturer’s test certificate

As per random test certificate

CA NO. CWE/Y-09/2014-15 SERIAL PAGE NO. 65Appendix ‘C’

LIST OF MAKES/MANUFACTURERS/PRODUCERS (contd..)

1. Bitumen:-a) Indian Oil Corporation Ltd. b) HPCL c) BPCL

2. All other materials

Make and sample shall be as approved by GE

Notes :1. Makes specified in Sch 'A' only shall be provided when makes are mentioned in Sch 'A'.2. Makes specified in Particulars Specifications only shall be provided when no makes are specified in Sch 'A'.3. Makes specified in this Appendix shall be provided only when no makes are mentioned in Sch 'A' and Particulars Specifications.4. Irrespective of makes specified in drawings, the makes as shown here-in-before shall be provided. 5. Contractor will supply the material only after obtaining the written approval from GE regarding use of specific make of items and will supply the material at appropriate time as and when required by the GE.6. To ensure genuineness of material, the contractor will place order only on manufacture or authorised dealer only and the Engineer-in-Charge will receive the material after verifying the delivery challan of the supplier and after satisfying the genuineness of material.

Signature of Contractor DCWE(Contracts)Dated: for Accepting Officer

CA NO: CWE/Y-09/2014-15 SERIAL PAGE N0. 66 to 107

GENERAL CONDITIONS OF CONTRACTS (IAFW-2249-1989 PRINTS)

MEASUREMENT CONTRACTS (IAFW 1779 AND 1779-A)

1. A copy of the General conditions of contracts (IAFW-2249-1989 Print) with errata

1 to 20 and amendments 1 to 17 has been supplied to me/us is in my/our possession. I/We

have read and understood the provisions contained in the aforesaid GENERAL

CONDITIONS OF CONTRACTS before submission of the tender and I/We agree that

I/We shall abide by the terms and conditions thereof as modified, if any, elsewhere in

these tender documents.

2. It is hereby further agreed and declared by me/us, that GENERAL CONDITIONS

OF CONTRACTS (IAFW- 2249-1989 Print) including condition 70 thereof pertaining to

settlement of disputes by arbitration, containing 33 Pages (serial page Nos 58 to 91) with

errata 1 to 20 and amendments No. 1 to 17 containing 8 pages (Serial page No. 92 to 99)

form part of these tender documents.

____________________ DCWE(Contracts)Signature of contractor for Accepting OfficerDated:________________

CA NO.CWE/Y-09/2014-15 SERIAL PAGE NO. 108

SCHEDULE OF MINIMUM WAGES

It is hereby agreed that the “SCHEDULE OF MINIMUM WAGES” as published

vide Government of India, Ministry of Labour notification as applicable on date shall form

part of these tender documents.

My/our signature here under amounts to my/our having signed the aforesaid documents

forming part of this tender.

Signature of Contractor DCWE(Contracts)Dated: _____________ for Accepting Officer

Note :- Schedule of Minimum wages referred to above is available for reference in the office of CWE Yol

CA NO: CWE/Y-09/2014-2015 SERIAL PAGE NO. 34

Appx to SC 32

SPECIAL CONDITIONS (CONTD..)MATERIALS AND TESTS

Srl No.

Material Tests Method of Testing

Frequency of tests Level of test

Rate (Rs.)

Remarks

1 2 3 4 5 6 7 81 Bricks (i) Compressive

strengthIS-3495 (Pt-II)

As per IS :5454 ----as given under

A 180/- Checks for visual and dimensional characteristics shall also be carried out as per IS:5454.

(ii) Water absorption IS-3495 (Pt-II)

Lot size Sample size

Permisible Nos. of defective bricks

A 150/-

(iii) Efflorescence IS-3495 (Pt-I)

1001 to 05 01000010001 10 0to 3500035001 15 01to 50000

A 180/- LEGENDA-Site LabB-Zonal LabC-Approved Test House/Engg. College

2. Coarse aggregate

(i) Sieve analysis IS-2386 (Pt-I)

One test for every 15 cubic metre of aggregates or part thereof brought to site.

A 120/-

Contd...

CA NO: CWE/Y-09/2014-2015 SERIAL PAGE NO 35 Appx to SC 32

SPECIAL CONDITIONS (CONTD..)

MATERIALS AND TESTSSrl No

Material Tests Method of Testing

Frequency of tests of test Level of test

Rate Remarks

1 2 3 4 5 6 7 8

Coarse aggregate(contd ...)

(ii) Flakiness Index IS-2386 (Pt-I)

One test for every 15 cubic metre of aggregates or part thereof brought to site.

A 90/-

(iii) Estimation of deleterious materials.

IS-2386 (Pt-I)

One test for every 100 cubic metre of aggregates or part thereof brought to site.

A 120/-

(iv) Organic impurities. IS-2386 (Pt-I)

One test per source of supply. C 120/-

(v) Moisture content. IS-2386 (Pt-II)

Regularly as required. A 120/-

(vi) Specific gravity IS-2386 (Pt-II)

One test for each source of supply. B 120/-

3. Fine aggregate

(i) Sieve analysis IS-2386 (Pt-I)

One test for every 15 cubic metre of fine aggregate or part thereof brought to site

A 180/-

(ii) Test for clay, silt and impurities

IS-2386 (Pt-II)

One test for every 15 cubic metre of fine aggregate or part thereof brought to site

A 90/-

Contd...

CA NO: CWE/Y-09/2014-2015 SERIAL PAGE NO. 36 Appx to SC 32

SPECIAL CONDITIONS (CONTD..)MATERIALS AND TESTS

1 2 3 4 5 6 7 8Fine aggregate(Contd.....)

(iii) Specific gravity IS-2386 (Pt-II)

One for each source of supply B 180/-

(iv) Moisture content

IS-2386 (Pt-II)

Regularly as required subject to 2 tests/day when being used.

A 180/-

(v) Test for organic impurities

IS-2386 (Pt-II)

One test for each source of supply

C 180/-

4 Structural concrete (M-15 grade & above)

(i) Slump test (OR) compacting factor test (OR) Vee-Bee time

IS-1199 The minimum frequency of sampling of concrete of each grade shall be as under :-

A

180/-

(i) Random sampling shall be carried out to cover all mix units.

Qty of concrete in the work (Cum)

No of samples

(ii) Compressive strength

IS-516 1 to 5 016 to 15 0216 to 30 0331 to 50 0451 & above 4+1 for each additional 50 Cum or part thereof

A 120/- (ii) Refer IS-456 of 2000, clause 15.2 for frequency of sampling.

Contd…………..

CA NO: CWE/Y-09/2014-2015 SERIAL PAGE NO. 37 Appx to SC 32

SPECIAL CONDITIONS (CONTD..)

MATERIALS AND TESTS1 2 3 4 5 6 7 85. (a) PCC Blocks for

walling (Hollow Block)

(i) Compressive strength

IS-2156-1984(Appx ‘B’)

8 blocks out of 14 A 60/- Sample-14 blocks from consignment of every 5000 blocks or part thereof.

(ii) Water absorption

IS-2156-1984 (Appx ‘E’)

3 blocks out of 14 B 120/-

(iii) Density IS-2156-1984 (Appx ‘A’)

3 blocks out of 14 B 90/-

(b) PCC solid block for walling

(i) Compressive strength

IS-2185 12 block out of 18 A 60/- Samples-18 blocks from consignment of every 1000 blocks or part thereof.

(ii) Water absorption

IS-2185 3 blocks out of 18 B 120/- These blocks to be checked for dimensions and weight.

(iii) Density IS-2185 3 blocks out of 18 B 120/-

6 Cement flooring tiles/terrazzo tiles

(i) Water absorption

IS-1237 (Appx’D’) 6 tiles out of 18 B 180/- Samples of 18 tiles from each source of supply selected at random.

(ii) Wet transverse strength

IS-1237 (Appx’E’) 6 tiles out of 18 B 144/-

(iii) Resistance to wear

IS-1237 (Appx ‘F’) 6 tiles out of 18 C 540/-

Contd………….

CA NO: CWE/Y-09/2014-2015 SERIAL PAGE NO. 38 Appx to SC 32

SPECIAL CONDITIONS (CONTD..)

MATERIALS AND TESTS2 3 4 5 6 7 8

7. Burnt clay roofing tiles (hand made) as per IS-2690 (Pt-II)

(i) Water absorption IS-3495 (Pt-II)

6 tiles out of 12 B 216/- Sample : 12 tiles from each source of supply selected at random.

LENGTH150mm to 250mm

(ii) Compressive strength

IS-3495 (Pt-I)

6 tiles out of 12 A 180/-

WIDTH100mm to 200mmTHICKNESS35mm to 50mm

8 Cement (i) Setting time IS:4031-1963 (affirmed 1980)

Once for each consignment or as and when required

B 180/-

(ii) Soundness -do- -do- B 120/-(iii) Compressive strength

-do- -do- B 360/-

(iv) Fineness -do- -do- C 120/- Contd...

CA NO: CWE/Y-09/2014-2015 SERIAL PAGE NO. 39 Appx to SC 32

SPECIAL CONDITIONS (CONTD..)MATERIALS AND TESTS

2 3 4 5 6 7 89. Mangalore

pattern roofing tiles

(i) Water absorption IS-654 (Appx ‘A’)

6 tiles out of 32 B 180/- Sample :32 tiles from each consignment of 3000 tiles or part thereof.

(ii) Breaking load IS-654 (Appx’C’)

6 tiles out of 32 B 120/- These tiles shall be checked for dimensions.

10 Timber (i) Specific gravity and weight

IS-1708 Minimum 3 samples from a lot of 4 cum or 250 pipes of seasoned timber

B 120/-

(ii) Moisture content IS-1708 -do- A 120/-

11. Water for construction purposes

(i) Test for acidity IS-456 & 3015

Once at the stage of approval of source of water

B 240/- Also refer clause 5.4 of IS-456 and its subsequent sub clauses regarding suitability of water.

(ii) Test of alkalinity IS-456 &3015 -do- B 240/-

(iii) Test for solid content

IS-456 & 3015

-do- C 300/-

Contd...

CA NO: CWE/Y-09/2014-2015 SERIAL PAGE NO. 40Appx to SC 32

SPECIAL CONDITIONS (CONTD..)MATERIALS AND TESTS

2 3 4 5 6 7 812. Welding of steel

workVisual inspection test

IS-822 clause 7.1

100% visual inspection Work site

360/- Specialised tests, their method and frequency to be decided on consideration of their importance by the Accepting Officer.

13 Timber panelled and glazed door/ window shutters (including factory made shutters)

(a) Dimensions sizes, workmanship and finish

IS-1003- (Pt-I)

Frequency of sampling from each lot shall be as under :Lot Size Sample Size26 to 50 551 to 100 8101 to 150 13151 to 300 20301 to 500 32501 to 1000 501001 and above 80

A 180/-

(b) Strength test(i) Slamming

IS:1303 From each lot 5% of the factory made shutters shall be manufacturer tested for strength tests.

(ii) Impact Indentation

IS-1303

(iii) Shock resistance IS-1303

(iv) Edge loading IS-1303 Contd..

CA NO: CWE/Y-09/2013-2014 SERIAL PAGE NO. 41 Appx to SC 32

SPECIAL CONDITIONS (CONTD..)MATERIALS AND TESTS

1. 2 3 4 5 6 7 814 Ply wood

(IS-303)(a) Moisture content IS:1734- (Pt-

I)Six test pieces cut from each of the boards selected as per table shall be subjected to tests.

C 240/- Sampling shall be as per IS : 7835 tables.

15 Wood particle board (Medium density IS: 3097)

(a) Density IS-2360(Pt-III)

Three test specimen from each sample (size 150mmx75mm)

A 60/- Sampling shall be as per IS : 3487 with moisture metre.

(b) Moisture content -do- -do- A & B

60/-

(c) Water absorption -do-( Pt-16)

-do- (Size 300mmx300mm) A 60/-

(d) Swelling due to surface absorption

-do- (Pt-17)

-do- (Size 125mmx100mm) A 60/-

(e) Swelling in water -do- -do- (Size 200mmx100mm) A 60/-

(f) Modulus of rupture -do-(Pt-4)

Three test specimen as per IS:2380

B 90/-

(g) Screw withdrawal strength

-do-(Pt-4)

Three test specimen as per IS :2385

C 120/-

Signature of contractor. DCWE (Contracts) Dated :_____________ for Accepting Officer