100% found this document useful (1 vote)
1K views309 pages

Tender Docs

This document is an index page for the tender document for the work of "Provision of OTM and Allied Infra in Design & Build Basis at Transit Camp at Old Airfield Srinagar". It contains 16 sections including the index page, tender forwarding letter, instructions to tenderers, notice of tender, integrity pact certificate, joint venture agreement, schedule of rates, special conditions, particular specifications, list of drawings, general conditions of contract, schedule of minimum fair wages, bill of quantities, errata/amendments to tender, relevant correspondence, and acceptance letter. The total number of pages in the tender document is provided on the last page along with the total number of drawings sheets. The contractor is
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
100% found this document useful (1 vote)
1K views309 pages

Tender Docs

This document is an index page for the tender document for the work of "Provision of OTM and Allied Infra in Design & Build Basis at Transit Camp at Old Airfield Srinagar". It contains 16 sections including the index page, tender forwarding letter, instructions to tenderers, notice of tender, integrity pact certificate, joint venture agreement, schedule of rates, special conditions, particular specifications, list of drawings, general conditions of contract, schedule of minimum fair wages, bill of quantities, errata/amendments to tender, relevant correspondence, and acceptance letter. The total number of pages in the tender document is provided on the last page along with the total number of drawings sheets. The contractor is
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 309

CA No.

CESZ- /2022-23 Serial Page No 1

MILITARY ENGINEER SERVICES


HQ CHIEF ENGINEER 31 ZONE
INDEX PAGE

NAME OF WORK: PROVN OF OTM AND ALLIED INFRA IN DESIGN & BUILD BASIS AT TRANSIT CAMP
AT OLD AIRFIELD SRINAGAR

Srl. Description Page No.


No

1 2 3
1. Index Page 1

2. Tender forwarding letter 2 to 3

3. Instructions to tenderers on filling and submission of tender documents 4 to 5

4. Notice of tender (IAFW-2162) including Appendix ‗A‘ & amendment thereto if any 6 to 15

5. Annexure-I to NIT (Integrity Pact certificate) 16 to 21

6. Annexure- II & III to NIT (Joint Venture Agreement ) 22 to 26

7. Lump sum tender and contract for works required IAFW-2159 (Revised) i.e. 27 to 84
Schedule ‗A‘, ‗B‘, `C‘ & ‗D‘.
8. Special Conditions 85 to 109

9. Particular Specifications including relevant Appendices 110 to 297

10. List of drawings including clarification to drawings, if any 298 to 306

11. General Conditions of contracts IAFW-2249 (1989 Print) including errata & 307 to 357
amendments thereof
12. Schedule of minimum fair wages 358 to 366

13. BOQ

14. Errata/ Amendments to tender documents

15. Relevant correspondence

16. Acceptance letter.

Total No of Pages:

Total Drawings: Sheets

(SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

CONTD/…
CA No. CESZ- /2022-23 Serial Page No 2

Tele : 0194-2953123 REGISTERED/SPEED POST


Fax : 0194-2465142 Headquarter
Email : [email protected] Chief Engineer 31 Zone
PIN-914631
C/o 56 APO

800119 / 78 / E8 20 Jul 2022

M/s______________________

_________________________

__________________________

NAME OF WORK: PROVN OF OTM AND ALLIED INFRA IN DESIGN & BUILD BASIS AT TRANSIT CAMP
AT OLD AIRFIELD SRINAGAR
(TENDER ID : 2022_MES_521593_2 )
Dear Sir(s),

1. Tender documents in respect of above work are uploaded on the site https://defproc.gov.in. The
tender is based on single stage two cover e-tendering system. The contents of Cover-1 & Cover-2 are specified
in NOTICE OF TENDER.
2. Bids will be received online by ACCEPTING OFFICER upto the date and time mentioned in the NOTICE
INVITING TENDER (NIT). No tender/ bid will be received in physical form and any tender/ bid received in such
manner will be treated as non bonafide.
3 Bid will be opened on line on a due date fixed for opening as per critical dates given in the portal. Cover 1
will be opened first. Tenderers may see the result of the opening of Cover 1 on the tender portal. Date of opening
of Cover 2 shall be decided after technical evaluation of Cover 1 keeping in view the various eligibility criteria
given in the NIT and the same will be intimated to the tenderers while uploading the technical evaluation on the
tender portal.

4. Your attention is also drawn to ―instruction on filling and submission of tender‖ attached herewith. You
may forward your points on tender documents through email and/or depute your technical representative for
discussion on tender/drawings and to clarify doubts, if any, before the bid submission starts. You are requested
not to write piece meal points and forward your points duly consolidated in one go. You may also attend the pre
bid meeting on the date given in the tender.
5. Unenlisted contractors are required to submit the scanned copies (in pdf file) of documents required as
per eligibility criteria mentioned in instructions for filling the tender documents and Appendix ‗A‘ to NIT alongwith
EARNEST MONEY DEPOSIT (EMD) and tender fee on procurement portal mentioned above and submit the
physical documents in the office of HQ Chief Engineer 31 Zone, PIN -914631, C/o 56 APO within time limit
specified in NIT. Inadequacy /deficiency of documents shall make the bid liable for rejection resulting in
disqualification for opening of finance bid.
6. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment letter, tender fee and
such other documents as mentioned in Appx ‗A‘ to NIT on Defence e Procurement portal and submit physical
documents in the office of HQ Chief Engineer 31 Zone, PIN -914631, C/o 56 APO before date and time fixed
for this purpose.
7. The contractor must ensure that the tender/ bid is uploaded on the tender portal using the authorized
DSC in time as the Accepting Officer will take no cognizance of any quotations/offer received in any other
electronic or physical form like email/ fax/ by hand/ through post from tenderer/ bidder.
8. Keeping in view of delays due to system failure or other communication related failures, it is suggested
that the tender/ bid may be uploaded sufficiently in advance of the last due date and time fixed on the portal.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No 3

9. General Conditions of Contracts (IAFW-2249) (1989 Print) and errata and amendments thereto, Schedule
of Minimum Fair Wages and MES SSR (Part-I and Part-II) are not enclosed with these documents. These are
available for perusal in the Office of GE concerned and this office. Tenderer is also requested to keep the copy of
these documents with him as same are available in the market.

10. PERFORMANCE SECURITY DEPOSIT

After acceptance of the Tender, the contractor will be required to lodge with the Accepting Officer
PERFORMANCE SECURITY DEPOSIT @ 3% of contract amount. The amount is required to be lodged
within 28 (Twenty eight) days of the receipt by the contractor of notification of acceptance of tender/bid,
failing which action as stipulated in Condition 19 of IAFW-2249 GCC shall be taken.

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


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

Yours‘ faithfully,

(SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

CONTD/…
CA No. CESZ- /2022-23 Serial Page No 3

9. General Conditions of Contracts (IAFW-2249) (1989 Print) and errata and amendments thereto, Schedule
of Minimum Fair Wages and MES SSR (Part-I and Part-II) are not enclosed with these documents. These are
available for perusal in the Office of GE concerned and this office. Tenderer is also requested to keep the copy of
these documents with him as same are available in the market.

10. PERFORMANCE SECURITY DEPOSIT

After acceptance of the Tender, the contractor will be required to lodge with the Accepting Officer
PERFORMANCE SECURITY DEPOSIT @ 3% of contract amount. The amount is required to be lodged
within 28 (Twenty eight) days of the receipt by the contractor of notification of acceptance of tender/bid,
failing which action as stipulated in Condition 19 of IAFW-2249 GCC shall be taken.

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


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

Yours‘ faithfully,

(SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

CONTD/…
CA No. CESZ- /2022-23 Serial Page No 5

INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER (Contd)


3. BOQ:

3.1 The tenderer/ bidder shall quote his rate on the BOQ EXCEL FILE only as per guideline of e procure web
portal. No alteration to the format will be accepted and such bid will be disqualified.

3.2 In case any tenderer/ bidder wishes to revise/ modify the rates quoted in the BOQ (excel sheet), he can
do so only in the BOQ files before uploading the tender through https://defproc.gov.in site only before the bid
closing date and time.

3.3 After the uploading of tender, Department may upload the errata/amendment through corrigendum. The
tenderer/ bidder should submit their offer considering the errata/amendment carried out through corrigendum
issued from time to time.

3.4 While uploading the bid, the tenderers/bidders should specifically check whether any revised BOQ has
been uploaded by department through corrigendum prior to Bid submission start date. Tenderers/bidders
attention is specifically drawn to the fact that they should submit their offer on revised BOQ only. In case any
tenderer/bidder submits offer on pre-revised BOQ in lieu of Revised BOQ, it will be considered as a willful
negligence by the tenderer/bidder and quotation shall be considered non-bonafide.

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

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

6. The contractor shall employ Indian Nationals after verifying their antecedents and loyalty. Attention is
also drawn to relevant provisions in Special Condition referred here-in-after and also Conditions 24 & 25 of
IAFW-2249 (General Conditions of Contract).

7. PROJECT MANAGEMENT TECHINIQUE:


7.1 The project planning for work covered in the scope of tender is based on CPM/PERT.
7.2 The tenderer/ bidder is expected to be fully conversant with the CPM technique and employ technical
staff who can use the technique in sufficient details. Sufficient books and other literature on the subject are widely
available in the market which the tenderer/ bidder may make use of.
7.3 The tender‘s/ bidder‘s attention is drawn to special condition of the tender regarding preparation of the
detailed network analysis and time schedule for the work and his liability for employing sufficient resources to
adhere to this schedule. Any inability on the part of the tenderer/ bidder in using the technique will be taken as his
technical inefficiency and will affect his class of enlistment and future prospect/ invitation to tenders for future
works.
8. Department may issue amendments/ errata in form of CORRIGENDUM to tender/ revised BOQ to the
tender documents. The tenderer/ bidder is requested to read the tender documents in conjunction with all the
errata/ amendments/ corrigendum, if any, issued by the department.
9. Alteration of bidders is drawn to the official secret Act, particularly section 5 thereof for compliance.
10. These instructions shall form part of the tender documents and shall be signed along with the tender
documents during signing of contract agreement.

(SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

CONTD/…
CA No. CESZ- /2022-23 Serial Page No 6

MILITARY ENGINEER SERVICES


NOTICE INVITING TENDER (NIT)

1. A tender is invited for the work as mentioned in Appendix ‗A‘ to this Notice Inviting Tender (NIT).

2. The work is estimated to cost as indicated in aforesaid Appendix ‗A‘. This estimate, however, is not a
guarantee and is merely given as a rough guide and if the work costs more or less, the tenderer/bidder will have
no claim on this account. The tender shall be based as mentioned in aforesaid Appendix ‗A‘.

3. The work is to be completed within the period as indicated in aforesaid Appendix ‗A‘ in accordance with
t h e phasing, if any, indicated in the tender from the date of handing over site, which will be on or about
two weeks after the date of Acceptance of Performance Security.

4. Contractors whose names are on the MES approved list, and within whose financial category the
estimated amount would fall and un-enlisted contractors may submit tender/bid subject to other criteria
mentioned in Appendix ‗A‘. Not more than one tender shall be submitted/uploaded by one contractor/ firm. Under
no circumstances will a father and his son(s) or other close relations who have business dealing with one another
be allowed to tender/bid for the same contract as separate competitors. Two firms shall be deemed to have
business dealing if any of the partners/proprietor/director is common among both of them. A breach of
this condition will render the tenders/bids of both the parties liable for rejection.

5. The Chief Engineer 31 Zone, PIN-914631 C/O 56 APO will be the Accepting Officer here in after
referred to as such for the purpose of this contract.

6. The Technical and Financial Bid (Cover-1 & 2) shall be uploaded by the tenderer/ bidder on or before
the date & time mentioned in NIT. A scanned copy of DD with enlistment details/ documents as specified in
Appendix ‗A‘ shall be uploaded as Cover-1 (Technical bid) of the tender/bid on e-tendering portal. DD is
refundable in case tenderer/bidder is not considered eligible in Technical Evaluation of Cover-1 resulting in non
opening of Cover-2 i.e. financial bid. The applicant tenderer/bidder shall bear the cost of bank charges for
procuring and encashing the DD including revalidation of DDs and shall not have any claim from Government
whatsoever on this account.

7. Tender forms and conditions of contract and other necessary documents shall be available on
https://defproc.gov.in site for download and shall form part of contract agreement in case the tender/ bid is
accepted.

8. In the case of MES enlisted contractor who has not executed the „Standing Security Bond‟, and un-
enlisted contractor, the cover-1 shall be accompanied by „Earnest Money‟ for the amount mentioned in
Appendix ‗A‘ in the form of deposit at call receipt in favour of concerned GE (see Appendix ‗A‘) by a Scheduled
Bank or in received Treasury Challan the amount being credited to the revenue deposit of the concerned GE
(see Appendix ‗A‘). The Garrison Engineer will return the Earnest Money, wherever applicable, to all unsuccessful
tenderers/ bidders by endorsing an authority on the Deposit at Call Receipt for it‘s refund, on receipt of intimation
from the Accepting Officer to do that.

9. In case of successful contractor i.e. the lowest contractor having submitted EMD, he shall have the option
of converting the EMD instrument into part of the Performance Security to be deposited by him within 28 days from
the receipt of intimation of acceptance of tender from Accepting Officer.

10. Sample of materials and stores to be supplied by the contractor will also be available for inspection by the
bidder at the office of concerned GE during working hours. The bidder is advised to visit the site of work by making
prior appointment with GE, who is the Executing Agency of the work (see Appendix 'A'). The bidder shall be
deemed to have full knowledge of all relevant documents, samples, site etc whether he has inspected them or not.

11. Any bid which proposes any alteration to any of the conditions laid down or proposes any other new
condition whatsoever, is liable to be rejected.

12. The uploading of bid by a bidder implies that bidder has read this notice and the conditions of contract and
has made himself aware of the scope and specification of work to be done and of the conditions and rates at which
stores (as applicable) etc will be issued to him and local conditions and other factors having bearing on the
execution of the work.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No 7

NOTICE INVITING TENDER (NIT)

13. Tenderer must be in possession of a copy of applicable MES Standard Schedule of Rates (see Appx
‗A‘) including amendments/ errata thereto, Schedule of Minimum Fair Wages, MES Standard Schedule of Rates,
Part-I (2009) (Specifications), MES Standard Schedule of Rate, Part-II (2020) and Scales of Accommodation for
Defence Services, 2009 including amendments and errata thereto.

14. Accepting Officer does not bind himself to accept the lowest or any tender/bid or to give any reason for not
doing so.

15. The Accepting Officer reserves the right to accept a tender submitted by a public sector undertaking/ a
Small and Medium Enterprises (SMEs), giving a price preference/purchase preference over other tender(s)/
bids which may be lower, as are admissible under the Govt. Policy. No claim for any compensation or otherwise
shall be admissible for such tenderer/ bidder whose tender/ bid is rejected.

16. The Notice Inviting Tender (NIT) including Appendix 'A' shall form part of the contract agreement.

(SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 8

MILITARY ENGINEER SERVICE


APPENDIX „A‟ TO NOTICE INVITING TENDER (NIT)
Chief Engineer 31 Zone, PIN-914631 C/O 56 APO on behalf of the President of India invites E-tenders
(on line in two cover system) from eligible enlisted contractors of MES and enlisted/ un-enlisted contractors
working with other Govt./ semi Govt. departments meeting eligibility criteria for selection of contractors for issue
of tender of under mentioned work:-

1. Name of work : PROVN OF OTM AND ALLIED INFRA IN DESIGN & BUILD BASIS AT
TRANSIT CAMP AT OLD AIRFIELD SRINAGAR
2. Estimated cost : Rs. 12200 Lakhs (AT PAR MARKET)
3. Period of completion : 1460 days
4. Cost of tender documents : Rs. 3000/- in the shape of Demand Draft/ Banker‘s Cheque from any
Nationalized/ Scheduled Bank in favour of Assistant Garrison
Engineer (I) (P) Srinagar and payable at Srinagar.

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

6. Type of contract : The tender shall be based on drawings and specifications (IAFW-2159)
and General Condition of Contracts (IAFW-2249) with schedule ‗A‘ (List
of works) to be priced by contractor. The contractor is required to quote
the lump sump amounts for parts of Schedule ‗A‘ and quote rates
against items of other parts of schedule ‗A‘ in BOQ.
7. Timeline Details :-
(a) Bid submission
start date
(b) Bid submission Refer critical dates on the website.
end date
(c) Date of bid
opening

8. Eligibility criteria :-
(a) For MES enlisted : Contractor shall satisfy the following : -
contractors.
(i) Enlisted in Class SS and Category „(a) (i) BUILDING WORKS‟
as per MES enlistment rules.
(ii) Shall not carry any adverse remarks in Work Load Return or any
similar report circulated by the competent engineer authority.
(iii) Prequalification criteria (PQC) as in Note No. 1 below.
(b) For contractors not : (i) The firms not enlisted with MES shall meet the enlistment
enlisted with MES. criteria of „SS‟ Class MES contractors and category „(a) (i) BUILDING
WORKS‟ with regard to satisfactorily completion of requisite value works
with Central/ State Govt/ Central/ State PSUs/ AWHO/ AFNHB/
CGEWHO/ DGMAP, annual turnover, bank solvency, working capital
and other requirements given in Para 1.4 & 1.5 of Section 1 of MES
Manual of Contracts 2020 as available in all MES formations as well as
MES website (www.mes.gov.in).
(ii) Not carrying adverse remarks in Work Load Return (WLR) if
already working in MES or any similar report circulated by any
competent authority.

(iii) Not suspended/debarred/blacklisted (either permanently or


temporarily) from participating in any bid or business dealings by any
Central/State Government Department or any Central /State
Government PSU or any Autonomous Body under Central /State
Government or any local body as on the bid submission end date.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No 7

NOTICE INVITING TENDER (NIT)

13. Tenderer must be in possession of a copy of applicable MES Standard Schedule of Rates (see Appx
‗A‘) including amendments/ errata thereto, Schedule of Minimum Fair Wages, MES Standard Schedule of Rates,
Part-I (2009) (Specifications), MES Standard Schedule of Rate, Part-II (2020) and Scales of Accommodation for
Defence Services, 2009 including amendments and errata thereto.

14. Accepting Officer does not bind himself to accept the lowest or any tender/bid or to give any reason for not
doing so.

15. The Accepting Officer reserves the right to accept a tender submitted by a public sector undertaking/ a
Small and Medium Enterprises (SMEs), giving a price preference/purchase preference over other tender(s)/
bids which may be lower, as are admissible under the Govt. Policy. No claim for any compensation or otherwise
shall be admissible for such tenderer/ bidder whose tender/ bid is rejected.

16. The Notice Inviting Tender (NIT) including Appendix 'A' shall form part of the contract agreement.

(SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 8

MILITARY ENGINEER SERVICE


APPENDIX „A‟ TO NOTICE INVITING TENDER (NIT)
Chief Engineer 31 Zone, PIN-914631 C/O 56 APO on behalf of the President of India invites E-tenders
(on line in two cover system) from eligible enlisted contractors of MES and enlisted/ un-enlisted contractors
working with other Govt./ semi Govt. departments meeting eligibility criteria for selection of contractors for issue
of tender of under mentioned work:-

1. Name of work : PROVN OF OTM AND ALLIED INFRA IN DESIGN & BUILD BASIS AT
TRANSIT CAMP AT OLD AIRFIELD SRINAGAR
2. Estimated cost : Rs. 12200 Lakhs (AT PAR MARKET)
3. Period of completion : 1460 days
4. Cost of tender documents : Rs. 3000/- in the shape of Demand Draft/ Banker‘s Cheque from any
Nationalized/ Scheduled Bank in favour of Assistant Garrison
Engineer (I) (P) Srinagar and payable at Srinagar.

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

6. Type of contract : The tender shall be based on drawings and specifications (IAFW-2159)
and General Condition of Contracts (IAFW-2249) with schedule ‗A‘ (List
of works) to be priced by contractor. The contractor is required to quote
the lump sump amounts for parts of Schedule ‗A‘ and quote rates
against items of other parts of schedule ‗A‘ in BOQ.
7. Timeline Details :-
(a) Bid submission
start date
(b) Bid submission Refer critical dates on the website.
end date
(c) Date of bid
opening

8. Eligibility criteria :-
(a) For MES enlisted : Contractor shall satisfy the following : -
contractors.
(i) Enlisted in Class SS and Category „(a) (i) BUILDING WORKS‟
as per MES enlistment rules.
(ii) Shall not carry any adverse remarks in Work Load Return or any
similar report circulated by the competent engineer authority.
(iii) Prequalification criteria (PQC) as in Note No. 1 below.
(b) For contractors not : (i) The firms not enlisted with MES shall meet the enlistment
enlisted with MES. criteria of „SS‟ Class MES contractors and category „(a) (i) BUILDING
WORKS‟ with regard to satisfactorily completion of requisite value works
with Central/ State Govt/ Central/ State PSUs/ AWHO/ AFNHB/
CGEWHO/ DGMAP, annual turnover, bank solvency, working capital
and other requirements given in Para 1.4 & 1.5 of Section 1 of MES
Manual of Contracts 2020 as available in all MES formations as well as
MES website (www.mes.gov.in).
(ii) Not carrying adverse remarks in Work Load Return (WLR) if
already working in MES or any similar report circulated by any
competent authority.

(iii) Not suspended/debarred/blacklisted (either permanently or


temporarily) from participating in any bid or business dealings by any
Central/State Government Department or any Central /State
Government PSU or any Autonomous Body under Central /State
Government or any local body as on the bid submission end date.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 11

APPENDIX „A‟ TO NOTICE INVITING TENDER (NIT) CONTD….

3(A) Bid Securing Declaration:-


(i) All bidders shall be required to sign the Bid Securing Declaration as below:-
― I/We…………………………… hereby understand and accept that if I/We withdraw or modify
my/our bids during the period of validity, or if I/We are awarded the contract and on being called upon to
submit the Performance Security Deposit, fail to submit the Performance Security Deposit before the
deadline defined in the request for bid documents/Notice Inviting Tender, I/We shall be debarred from
exemption of submitting Earnest Money Deposit for a period of 6(six) months, from the date I/We are
declared disqualified from exemption from submission of Earnest Money Deposit/ Security Deposit, for all
tenders issued by MES during this period.‖
(ii) In case of applications/ bids (enlisted contractor as well as un-enlisted contractor) where
scanned copies of Bid Security Declaration is uploaded but the same are not received in
physical form within stipulated time, such bids shall not qualify for opening of finance bid.
4. Un-enlisted contractors shall be considered provided he meets the criteria. Foreign firms shall not be
eligible for this tender. However Indian Firms having foreign national / Indian nationals staying abroad / Indian
national having taken foreign citizenship, as director(s) shall be considered subject to security clearance from the
concerned authorities.

5. Contractors enlisted with MES will upload following documents in Cover 1 for checking eligibility:-
A. (Cover 1)
(a) Application for tender on Firms‘ letterhead.
(b) Enlistment letter issued by the Registering Authority duly renewed for the cycle period in vogue.
(c) Scanned copy of DD/ Bankers Cheque toward cost of tender and EMD instrument in Case SSD
bond is not signed at the time of registration.
(d) Documents required in respect of PQC criteria including copy legally enforceable agreement
with specialist contractor for execution of execution of STP works, Lift Work, Fire Fighting System and
Central Heating System.
(e) The applicant/ firms/ Co shall submit the copy of power of attorney/ other documents to exhibit
that the person signing the application can bind the firm/Co. for all actions taken by him on behalf of the
firm/ Co.
(f) Scanned copy of Integrity Pact duly signed on each page.
(g) Scanned copy of Registration of Goods and Services Tax (GST) registration No.
(h) Scanned copy of Bid Security Declaration
(j) Details of works in hand showing names of work, names of Accepting Officer, Contract amount,
dates of commencement and completion (stipulated) and progress as on bid submission end date.
(k) Documents in support of Criteria of up-gradation to the stipulated eligible class based on past
experience of completed works (individual work experience and average annual turnover) and
financial soundness (solvency/ financial soundness and working capital).
(l) Any other document required as per NIT.

Note:- MES enlisted contractors entering into Joint Venture Agreement will be considered as un-
enlisted contractors and they should upload documents as applicable for un-enlisted contractors

B. (Cover 2)
Bill of quantities (BOQ) (price/ financial Bid) shall be uploaded by bidder duly digitally signed
in excel sheet (.xls) format between the duration (time) allowed for bid submission.
Notes
(i) The price Bid/ BOQ of those contractors who are considered technically qualified as per
their documents in cover-I, shall only be opened.
(ii) Bidders to upload their updated priced BOQ of the tender.
(iii) The tenderer/bidder shall quote his rates on the BOQ file only. No alteration to the format
will be accepted else the bid will be disqualified.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 12

APPENDIX „A‟ TO NOTICE INVITING TENDER (NIT) CONTD….


6. Contractors not enlisted with MES will be required to upload following documents in Cover 1 for checking
eligibility:-
A. (Cover 1)
(a) Application for tender on Firm‘s letter head.
(b) Scanned copy of DD/ Bankers cheque toward cost of tender and Earnest Money Deposit (EMD)
Instrument.
(c) Scanned copy of Police Verification Report/Police Clearance Certificate/ Character Certificate
from the Police Authority of the area where the registered office of the firm is located/notarized copy of
valid passport of Proprietor/each partner/each Director.
(d) All documents required for enlistment in MES for the class mentioned in Para 8(b) above as per
Para 1.5 of Section 1 of MES Manual on Contracts 2020.
(e) Documents required in respect of PQC criteria including copy of legally enforceable agreement
with specialist contractor for execution of STP works, Lift Work, Fire Fighting System and Central Heating
System.
(f) Details of works being executed in MES, if any.
(g) Coloured copy of Bid Security Declaration
(h) The applicant/ firms/ Co shall submit the copy of power of attorney/ other documents to exhibit
that the person signing the application can bind the firm/ Co. for all actions taken by him on behalf of the
firm/ Co.
(j) Scanned copy of Integrity Pact duly signed on each page.
(k) Scanned copy of Registration of Goods and Services Tax (GST) registration No.
(l) Scanned copy of application of enrolment as Contractor on IAFW -2190 (Photographs affixed on
Application shall be got attested by any Government Gazetted Officer).
(m) Details of three highest valued similar nature of works executed during last five years, financial
year-wise in tabular form giving name of work, Accepting Officer‘s details, viz, Address, Telephone, Fax
No, E-mail ID etc, date of acceptance of tender and actual date of completion. This shall be duly signed
by proprietor/ all partners/ authorised Director of Pvt/ Public Ltd, as applicable. It should indicate whether
extension was granted or compensation was levied. Attested copy of acceptance letter and completion
certificate shall be enclosed of each work. In case performance report has been given by the client same
shall also be submitted duly attested.

(Note:- Similar works mentioned above shall mean Construction of prefabricated multistorey
buildings having minimum three storeys.)
(n) Copy of annual turnover certificate from CA/ Income tax deduction at source (TDS) certificates
(26AS) in support of annual turnover during last 5 years.
(o) Copy of balance sheet of last 5 years in case of Limited Companies.
(p) Coloured CTC copy of solvency and working capital certificate from scheduled bank indicating
that the bidder is solvent upto Rs. 8.00 Crores OR financially sound for engagement upto Rs. 40.00
crores and having working capital not less than Rs. 0.75 Crore.
Note : Above certificates shall not be older than 3 months as on date of submission of Bid. Signatory
shall endorse his rubber seal, indicate his name & bank employee number, bank address, particulars like
full address, telephone & fax number.
(q) Copy of affidavit that no Govt. recovery is due against the firm.
(r) Copy of affidavit that contractor is not involve in Arbitration/ Court cases.
(s) Copy of affidavit that the applicant firm is not black listed or banned by any Govt.
(t) Copy of valid passport duly notarized or police verifications of each of the director/ partner or
Proprietor of company/ firm from police authority of the area where the registered office is located.
(u) Copy of performance report of work done by bidder issued by the concerned appropriate
authority.
(v) Copy of list of work in progress as on date of submission of bid as per format given in tender.
(w) Constitution of firm on an affidavit duly notarized indicating status of firm, i.e. whether it is
proprietorship or partnership or Limited firm.
(x) Certified copy of Certificate of registration of firm with Registrar of Companies for
partnership firms and certified copy of memorandum of articles for Pvt Ltd. Companies.
(y) Certified copy of PAN No. /TIN No. of proprietor / partners/ firm.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 10

APPENDIX „A‟ TO NOTICE INVITING TENDER (NIT) CONTD….


(h) EMPLOYMENT OF ENGINEER FOR SUPERVISION OF WORKS
The contractor shall have following qualified engineers in his employment as on bid submission end
date:-

Ser Description Qualification Experience Nos Remarks


No
1 2 3 4 5 6
(i) Civil Engineer Bachelor of Civil Minimum Two One of the
Engineering or experience of five Engineers
equivalent (05) years. should have
qualification capability to
use Project
(ii) Civil Engineer Diploma in Civil Minimum Three Management
Engineering or experience of eight Software like
equivalent (08) years. MS Projects/
qualification Primavera
(iii) Electrical Bachelor of Minimum One
Engineer Electrical experience of five
Engineering or (05) years.
equivalent
qualification

Notes : Following documents shall be uploaded by bidder in Cover-1 :-


(aa) Necessary qualification and experience certificate of Engineers.
(ab) Copy of appointment letter of Engineers issued by the Firm/Company.
(ac) Proof of remittance of salary in accounts of Engineers.

2. After opening of Cover-1, if the number of MES enlisted contractor of ‗SS‘ Class as well as un-enlisted
contractors, if any, fulfilling the stipulated eligibility criteria given in NIT are less than 7 (Seven), applications in
respect of contractors one class below the eligible class shall also be considered subject to fulfillment of PQC as
per Note 1 above and other eligibility criteria given in the NIT. Therefore, MES contractors one class below may
also bid for this tender. However contractors of one class below the eligible class shall not be considered in
case their present residual works in hand is more than twice their present tendering limit. Such bidders shall
upload in their Cover-I bid details of works in hand showing names of works, names of Accepting Officers,
Contract amounts, date of commencement and completion (stipulated) and progress as on bid submission end
date. These details shall be verified by the Tender Issuing Authority from concerned formations in case bids of
such contractors are considered for evaluation.

3. In case after opening of Cover 1, the number of MES enlisted contractors of ‗SS‘ Class as well as un-
enlisted contractors, if any, fulfilling the other eligibility criteria given in NIT, are 7(Seven) or more, applications of
only those one class below the eligible class bidders shall be considered who fulfill the PQC as per Note1 above
and are meeting the criteria of up-gradation in ‗SS‘ Class with respect of past experience of completed works
(individual work experience and average annual turnover) and financial soundness (solvency/financial soundness
and working capital) as per details given in Manual on Contracts 2020. Therefore, such contractors shall upload
the requisite information/documents in the Cover -1.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 11

APPENDIX „A‟ TO NOTICE INVITING TENDER (NIT) CONTD….

3(A) Bid Securing Declaration:-


(i) All bidders shall be required to sign the Bid Securing Declaration as below:-
― I/We…………………………… hereby understand and accept that if I/We withdraw or modify
my/our bids during the period of validity, or if I/We are awarded the contract and on being called upon to
submit the Performance Security Deposit, fail to submit the Performance Security Deposit before the
deadline defined in the request for bid documents/Notice Inviting Tender, I/We shall be debarred from
exemption of submitting Earnest Money Deposit for a period of 6(six) months, from the date I/We are
declared disqualified from exemption from submission of Earnest Money Deposit/ Security Deposit, for all
tenders issued by MES during this period.‖
(ii) In case of applications/ bids (enlisted contractor as well as un-enlisted contractor) where
scanned copies of Bid Security Declaration is uploaded but the same are not received in
physical form within stipulated time, such bids shall not qualify for opening of finance bid.
4. Un-enlisted contractors shall be considered provided he meets the criteria. Foreign firms shall not be
eligible for this tender. However Indian Firms having foreign national / Indian nationals staying abroad / Indian
national having taken foreign citizenship, as director(s) shall be considered subject to security clearance from the
concerned authorities.

5. Contractors enlisted with MES will upload following documents in Cover 1 for checking eligibility:-
A. (Cover 1)
(a) Application for tender on Firms‘ letterhead.
(b) Enlistment letter issued by the Registering Authority duly renewed for the cycle period in vogue.
(c) Scanned copy of DD/ Bankers Cheque toward cost of tender and EMD instrument in Case SSD
bond is not signed at the time of registration.
(d) Documents required in respect of PQC criteria including copy legally enforceable agreement
with specialist contractor for execution of execution of STP works, Lift Work, Fire Fighting System and
Central Heating System.
(e) The applicant/ firms/ Co shall submit the copy of power of attorney/ other documents to exhibit
that the person signing the application can bind the firm/Co. for all actions taken by him on behalf of the
firm/ Co.
(f) Scanned copy of Integrity Pact duly signed on each page.
(g) Scanned copy of Registration of Goods and Services Tax (GST) registration No.
(h) Scanned copy of Bid Security Declaration
(j) Details of works in hand showing names of work, names of Accepting Officer, Contract amount,
dates of commencement and completion (stipulated) and progress as on bid submission end date.
(k) Documents in support of Criteria of up-gradation to the stipulated eligible class based on past
experience of completed works (individual work experience and average annual turnover) and
financial soundness (solvency/ financial soundness and working capital).
(l) Any other document required as per NIT.

Note:- MES enlisted contractors entering into Joint Venture Agreement will be considered as un-
enlisted contractors and they should upload documents as applicable for un-enlisted contractors

B. (Cover 2)
Bill of quantities (BOQ) (price/ financial Bid) shall be uploaded by bidder duly digitally signed
in excel sheet (.xls) format between the duration (time) allowed for bid submission.
Notes
(i) The price Bid/ BOQ of those contractors who are considered technically qualified as per
their documents in cover-I, shall only be opened.
(ii) Bidders to upload their updated priced BOQ of the tender.
(iii) The tenderer/bidder shall quote his rates on the BOQ file only. No alteration to the format
will be accepted else the bid will be disqualified.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 15

APPENDIX „A‟ TO NOTICE INVITING TENDER (NIT) CONTD….

15. INTEGRITY PACT (included as Annexure-I here-in-after) and JOINT VENTURE AGREEMENT (as
applicable) (included as Annexure-II & III here-in-after) shall form part of NIT.

16. Before releasing / placing work order after Finalization / Acceptance of tender the contractor shall
be liable to submit EPF Code number to GE.

17. GST REGISTRATION NUMBER: The contractor shall be in possession of GST Registration Number.

18. Any change/ modification in the tender enquiry will be intimated & updated through above mentioned
website only. Bidders are therefore requested to visit our website regularly to keep themselves updated
19. Court of the place from where tender has been issued shall alone have jurisdiction to decide any dispute
out of or in respect of this tender. After acceptance of tender, Condition 72- Jurisdiction of Courts on IAFW-2249
shall be applicable.
20. Full notice of tender IAFW-2162 & enlistment criteria are available in all offices of MES and also on
MES website.
21. This appendix shall form part of contract documents.

Sd/---
Signature of contractor Dy Dir (Contracts)
For Accepting Officer

File No:800119/ 78 /E8

HQ Chief Engineer 31 Zone


C/O 56 APO
Dated : 20 Jul 2022

Distribution:-
1. HQ CE NC, C/o 56 APO 2. HQ 133 WE, C/o 56 APO
3. HQ 134 WE C/o 56 APO 4. GE (AF) Awantipur, C/o 56 APO
5. HQ CWE (AF) Srinagar, C/o 56 APO 6. GE 861 EWS, C/o 56 APO
7. GE 874 EWS, C/o 56 APO 8. GE 864 EWS, C/o 56 APO
9. GE 969 EWS, C/o 56 APO 10. GE 970 EWS, C/o 56 APO
11. GE (AF) Srinagar, C/o 56 APO 12. GE(P) (AF) Srinagar, C/o 56 APO
13. AGE (I) CIF) (K), C/o 56 APO 14. AGE (I) (P) Srinagar,

REGD /SPEED POST


MES Builders Association of India (Regd) - For your info.
Srinagar Branch
House No 1, Palpor Sonwar
Behind Contonment Shopping Complex
P.O. Batwara Srinagar J&K -190004

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 16
INTEGRITY PACT
ANNEXURE I TO NIT
General

1. Whereas the President of India, represented by Chief Engineer 31 Zone Srinagar, hereinafter referred to
as Principal/ Owner and the first part, has floated the Tender (CA No CESZ- /2022-23) and intends to award,
under laid down organizational procedure, contract for “PROVN OF OTM AND ALLIED INFRA IN DESIGN &
BUILD BASIS AT TRANSIT CAMP AT OLD AIRFIELD SRINAGAR” hereinafter referred to as works/ Services
and M/s ____________________________________ represented by, ____________________________
(which term unless expressly indicated by the contract, shall be deemed to include its successors and its
assignees), hereinafter referred to as the Bidder/ Contractor and the second part is willing to carryout the works/
services.

2. Whereas the Bidder is a Proprietorship Concern/ Partnership Firm/ Limited Liability Partnership Firm/
Private Limited Company/ Limited Company/ Joint Venture constituted in accordance with the relevant law in the
matter and the Principal/ Owner is Chief Engineer 31 Zone Srinagar performing its functions on behalf of the
President of India.

Objectives

3. Now, therefore, the Principal/ Owner and the Bidder agree to enter into this pre-contract agreement,
referred to as INTEGRITY PACT (IP), to avoid all forms of corruption by following a system that is fair,
transparent and free from any influence/ prejudiced dealings prior to, during and subsequent to the conclusion of
the contract to be entered into with a view to:-

3.1 Enabling the Principal/ Owner to get the desired works/ services at a competitive price in conformity with
the defined specifications of the Services by avoiding high cost and the distortionary impact of corruption on
public procurement.

3.2 Enabling Bidders to abstain from bribing or any corrupt practice in order to secure the contract by
providing assurance to them that their competitors will also refrain from bribing and other corrupt practices and
the Principal/ Owner will commit to prevent corruption, in any form, by their officials by following transparent
procedures.

Commitments of the Principal / Owner

4. The Principal/ Owner commit itself to the following:-

4.1 The Principal/ Owner undertakes that, no official of the Principal/ Owner, connected directly or indirectly
with the contract will demand, take a promise for or accept, directly or through intermediaries, any bribe,
consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the Bidder,
either for themselves or for any person, organization or third party related to the contract: in exchange for an
advantage: in the bidding process, bid evaluation, contracting or implementation process related to the Contract.

4.2 The Principal/ Owner will, during the pre-contract stage, treat all Bidders alike and will provide to all
Bidders the same information and will not provide any such information to any particular Bidder which could
afford an advantage to that particular Bidder in comparison to other Bidders.

4.3 All the officials of the Principal/ Owner will report to the appropriate Government office any attempted or
completed breach (s) of the above commitments as well as any substantial suspicion of such a breach.

5. In case of any such preceding misconduct on the part of such official(s) is reported by the Bidder to the
Principal/ Owner with willful and verifiable facts and the same is prima facie found to be correct by the Principal/
owner, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may
be initiated by the Principal/ Owner and such a person shall be debarred from further dealing related to the
tender/ contract process. In such a case while an Inquiry is being conducted by the Principal/ Owner, the tender
process/ proceedings under the contract would not be stalled.

Commitments of Bidders

6. The Bidder commits himself to take all measures necessary to prevent corrupt practices, unfair means
and illegal activities during any stage of his bid or during any pre-contract or post-contract stage in order to
secure the contract or in furtherance to secure it and in particular commits himself to the following:-

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 17
INTEGRITY PACT
ANNEXURE I TO NIT
6.1 Bidder will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour any
material or non-material benefit or other advantage, commission, fee, brokerage or inducement to any official of
the Principal/ Owner, connected directly or indirectly with the bidding process or to any person, organization or
third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and
implementation of the Contract.

6.2 The Bidder further undertakes that he has not given, offered or promised to give, directly or indirectly any
bribe, gift, consideration, reward, favour any material or non-material benefit or other advantage, commission,
fees, brokerage or inducement to any official of the Principal/ Owner or otherwise in procuring the Contract or
forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other
contract with the Government for showing or for bearing to show favour or disfavour to any person in relation to
the Contract or any other Contract with the Government.

6.3 The Bidder will not collude with other parties interested in the contract to impair the transparency,
fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.

6.4 The Bidder will not accept any advantage in exchange for any corrupt practice, unfair means and illegal
activities.

6.5 The Bidder would not enter into conditional contract with any Agent(s), broker(s) or any other
intermediaries wherein payment is made or penalty is levied, directly or indirectly, on success or failure of the
award of the contract.

6.6 The Bidder commits to refrain from giving any complaint directly or through any other manner without
supporting it with full and verifiable facts. Complaint will be processed as per Guidelines for Handling of
Complaints in vogue. In case the complaint is found to be vexatious, frivolous or malicious in nature, it would be
constructed as a violation of Integrity Pact.

7. Previous Transgression

7.1 The Bidder declares that no previous transgression occurred in the last three years immediately before
signing of this Integrity Pact with any other company in respect of any corrupt practices envisaged hereunder or
with any Public Sector Enterprises in India or any Government Department in India.

7.2 If the Bidder makes incorrect statement on this subject, Bidder can be disqualified from tender process or
the contract and if already awarded, same can be terminated for such reason.

8. Company Code of Conduct

8.1 Bidders are advised to have a company code of conduct (clearly rejecting the use of bribes and other
unethical behavior) and a compliance program for the implementation of the code of conduct throughout the
country.

9. Sanction for Violation

9.1 Any breach of the aforesaid provisions by the Bidder or any one employed by him or acting on his behalf
(whether with or without the knowledge of the Bidder) or the commission of any offence by the Bidder or any
employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the
Prevention of Corruption Act 1988 or any other act enacted for the prevention of corruption shall entitle the
Principal / Owner to take all or any one of the following actions, wherever required:-

(i) Technical bid of the Bidder will not be opened. Bidder will not be entitled to or given any
compensation. However, the proceedings with the other Bidder(s) would continue.

(ii) Financial bid of the Bidder will not be opened. Bidder will not be entitled to or given any
compensation. However, the proceedings with the other Bidder(s) would continue.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 18
INTEGRITY PACT
ANNEXURE I TO NIT
(iii) The Earnest Money Deposit shall stand forfeited either fully or partially, as decided by the
Principal / Owner, in case contract is not awarded to the Bidder and the Principal/ Owner shall not be
required to assign any reason therefor. For enlisted contractors an amount less than or equal to Earnest
Money Deposit as decided by the principal/ Owner shall be deducted from any amount held with the
Department/ any payment due.

(iv) To immediately cancel the contract, if already concluded/ awarded without any compensation to
the Bidder.

(v) To encash the Performance Security furnished by the Bidder.

(vi) To cancel all or any other Contract(s) with the Bidder.

(vii) To temporarily suspend or temporarily debar/ permanently debar the bidder as per the extant
policy.

(viii) If adequate amount is not available in the present tender/ contract, the deficient amount can be
recovered from any outstanding payment due to the Bidder from the Principal/ Owner in connection with
any other contract for any other works/ services.

(ix) If the Bidder or any employee of the Bidder or any person acting on behalf of the Bidder, either
directly or indirectly, is closely related to any of the officers of the Principal/Owner, or alternatively if any
close relative of an officer of the Principal/Owner has financial interest/ stake in the Bidder‘s firm, the
same shall be disclosed by the Bidder at the time of submission of tender. Any failure to disclose the
interest involved shall entitle the Principal/Owner to debar the Bidder from the bid process or rescind the
contract without payment of any compensation to the Bidder. The term ‗close relative‘ for this purpose
would mean spouse whether residing with the Government servant or not, but does not include a spouse
separated from the Government servant by a decree or order of a competent Court; son or daughter or
step son or step daughter and wholly dependent upon Government servant, but does not include a child
or step child who is no longer in any way dependent upon the Government servant or of whose custody
the Government servant has been deprived of by or under any law, any other person related, whether by
blood or marriage, to the Government servant or to the Government servant‘s wife or husband and
wholly dependent upon Government servant.

(x) The Bidder shall not lend to or borrow any money from or enter into any monetary dealings or
transactions, directly or indirectly, with any employee of the Principal/ Owner and if he does so, the
Principal/ Owner shall be entitled forthwith to cancel the contract and all other contracts with the Bidder.

9.2 The decision of the Principal/ Owner to the effect that a breach of the provisions of this integrity Pact has
been committed by the Bidder shall be final and binding on the Bidder. However, the Bidder can approach the
Independent External Monitor(s) (IEMs) appointed for the purposes of this Pact.

10. Independent External Monitor(s) (IEMs)

10.1 MoD has appointed the following Independent External Monitors for this pact in consultation with the
Central Vigilance Commission: -

Sl No Name of IEM e-mail id and Mobile number


1 Shri Sudhir Bhargava, IAS (Retd) [email protected]
House No.C-24, Ground Floor, West End, Mobile No.9818271861
New Delhi-110021
2 Shri Vikram Srivastava, IPS (Retd) [email protected]

10.2 Details of Nodal officer nominated by E-in-C‘s Branch are as follows:-


Name : Shri Sanjay Kumar Gupta, Dir (Contracts), Engineer-in-Chief‘s Branch
e-mail id : [email protected]
Mobile No : 8826908855
Tele Ph : 011-23015619
Address : Room No 174, Dte of Contract Management, Engineering-in-Chief‘s Branch
Kashmir House, Rajaji Marg, New Delhi-110011

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 19
INTEGRITY PACT
ANNEXURE I TO NIT

10.3 In case of any complaint with regard to violation of Integrity Pact, either party can approach IEMs with
copy to the Nodal Officer and the other party. If any such complaint from bidder is received by the Principal/
Owner, the Principal/ Owner shall refer the complaint to the Independent External Monitors for their
recommendations/ inquiry report.
10.4 If the IEMs need to peruse the relevant records of the Principal/ Owner and / or the Bidder/ Contractor in
connection with the complaint sent to them, the Principal / Owner and/ or the Bidder / Contractor shall make
arrangement for such perusal of records by the IEMs as demanded by them including unrestricted and
unconditional access to the project documentation and minutes of meeting. If records/ documents of Sub-
Contractors(s) are also required to be perused by the IEMs, the Bidder shall make arrangement for such perusal
by the IEMs, as demanded by them. IEMs are under obligation to treat the information and documents of the
Principal / Owner and Bidder/ Contractor/Sub-Contractors with confidentiality.
10.5 The task of the IEMs, is to review independently and objectively, any complaint received with regard to
violation Integrity Pact and offer recommendations or carry out inquiry as deemed fit. The IEMs are not subject to
any instructions by the representatives of the parties and shall perform their functions neutrally and
independently. The report of inquiry, if any made by the IEMs shall be submitted to either of the following for a
final and appropriate decision in the matter keeping in view the provision of this Pact:-
(a) Engineer-in-Chief in normal cases.
(b) CVO (MES & BRO) MoD in cases involving vigilance angle.
11. Examination of Books of Accounts
In case of any allegation of violation of any provisions of this Integrity Pact or payment of commission,
the Principal/ Owner or its agencies shall be entitled to examine the Books of Account of the Bidder and the
Bidder shall provide necessary information of the relevant financial documents in English and shall extend all
possible help for the purpose of such examination.
12. Law and Place of Jurisdiction

This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the Principal/
Owner.
13. Other legal Actions

The actions stipulated in this Integrity pact are without prejudice to any other legal action that may follow
in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.
14. Signing of Integrity Pact on behalf of Bidder

(a) Proprietorship Concern –The Integrity Pact must be signed by the proprietor or by an
authorized signatory holding power of attorney signed by the proprietor.

(b) Partnership firm –The Integrity Pact must be signed by all partners or by one or more partner
holding power of attorney signed by all partners.

(c) Limited Liability Partnership firm –The Integrity Pact must be signed by all partners or by one or
more partner holding power of attorney signed by all partners.

(d) Private Limited/ Limited Company –The Integrity Pact must be signed by a representative
duly authorized by Board resolution.

(e) Joint Venture – The Integrity Pact must be signed by all partners and members to Joint
Venture or by one or more partner holding power of attorney signed by all partners and all members to
the Joint Venture.

15. Validity
15.1 The validity of this Integrity Pact shall be from date of its signing. It expires for the
Contractor after the final payment under the contract has been made or till the continuation of Defect
liability period, whichever is later and for all other bidders, till the Contract has been awarded.

15.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact
remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 15

APPENDIX „A‟ TO NOTICE INVITING TENDER (NIT) CONTD….

15. INTEGRITY PACT (included as Annexure-I here-in-after) and JOINT VENTURE AGREEMENT (as
applicable) (included as Annexure-II & III here-in-after) shall form part of NIT.

16. Before releasing / placing work order after Finalization / Acceptance of tender the contractor shall
be liable to submit EPF Code number to GE.

17. GST REGISTRATION NUMBER: The contractor shall be in possession of GST Registration Number.

18. Any change/ modification in the tender enquiry will be intimated & updated through above mentioned
website only. Bidders are therefore requested to visit our website regularly to keep themselves updated
19. Court of the place from where tender has been issued shall alone have jurisdiction to decide any dispute
out of or in respect of this tender. After acceptance of tender, Condition 72- Jurisdiction of Courts on IAFW-2249
shall be applicable.
20. Full notice of tender IAFW-2162 & enlistment criteria are available in all offices of MES and also on
MES website.
21. This appendix shall form part of contract documents.

Sd/---
Signature of contractor Dy Dir (Contracts)
For Accepting Officer

File No:800119/ 78 /E8

HQ Chief Engineer 31 Zone


C/O 56 APO
Dated : 20 Jul 2022

Distribution:-
1. HQ CE NC, C/o 56 APO 2. HQ 133 WE, C/o 56 APO
3. HQ 134 WE C/o 56 APO 4. GE (AF) Awantipur, C/o 56 APO
5. HQ CWE (AF) Srinagar, C/o 56 APO 6. GE 861 EWS, C/o 56 APO
7. GE 874 EWS, C/o 56 APO 8. GE 864 EWS, C/o 56 APO
9. GE 969 EWS, C/o 56 APO 10. GE 970 EWS, C/o 56 APO
11. GE (AF) Srinagar, C/o 56 APO 12. GE(P) (AF) Srinagar, C/o 56 APO
13. AGE (I) CIF) (K), C/o 56 APO 14. AGE (I) (P) Srinagar,

REGD /SPEED POST


MES Builders Association of India (Regd) - For your info.
Srinagar Branch
House No 1, Palpor Sonwar
Behind Contonment Shopping Complex
P.O. Batwara Srinagar J&K -190004

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 16
INTEGRITY PACT
ANNEXURE I TO NIT
General

1. Whereas the President of India, represented by Chief Engineer 31 Zone Srinagar, hereinafter referred to
as Principal/ Owner and the first part, has floated the Tender (CA No CESZ- /2022-23) and intends to award,
under laid down organizational procedure, contract for “PROVN OF OTM AND ALLIED INFRA IN DESIGN &
BUILD BASIS AT TRANSIT CAMP AT OLD AIRFIELD SRINAGAR” hereinafter referred to as works/ Services
and M/s ____________________________________ represented by, ____________________________
(which term unless expressly indicated by the contract, shall be deemed to include its successors and its
assignees), hereinafter referred to as the Bidder/ Contractor and the second part is willing to carryout the works/
services.

2. Whereas the Bidder is a Proprietorship Concern/ Partnership Firm/ Limited Liability Partnership Firm/
Private Limited Company/ Limited Company/ Joint Venture constituted in accordance with the relevant law in the
matter and the Principal/ Owner is Chief Engineer 31 Zone Srinagar performing its functions on behalf of the
President of India.

Objectives

3. Now, therefore, the Principal/ Owner and the Bidder agree to enter into this pre-contract agreement,
referred to as INTEGRITY PACT (IP), to avoid all forms of corruption by following a system that is fair,
transparent and free from any influence/ prejudiced dealings prior to, during and subsequent to the conclusion of
the contract to be entered into with a view to:-

3.1 Enabling the Principal/ Owner to get the desired works/ services at a competitive price in conformity with
the defined specifications of the Services by avoiding high cost and the distortionary impact of corruption on
public procurement.

3.2 Enabling Bidders to abstain from bribing or any corrupt practice in order to secure the contract by
providing assurance to them that their competitors will also refrain from bribing and other corrupt practices and
the Principal/ Owner will commit to prevent corruption, in any form, by their officials by following transparent
procedures.

Commitments of the Principal / Owner

4. The Principal/ Owner commit itself to the following:-

4.1 The Principal/ Owner undertakes that, no official of the Principal/ Owner, connected directly or indirectly
with the contract will demand, take a promise for or accept, directly or through intermediaries, any bribe,
consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the Bidder,
either for themselves or for any person, organization or third party related to the contract: in exchange for an
advantage: in the bidding process, bid evaluation, contracting or implementation process related to the Contract.

4.2 The Principal/ Owner will, during the pre-contract stage, treat all Bidders alike and will provide to all
Bidders the same information and will not provide any such information to any particular Bidder which could
afford an advantage to that particular Bidder in comparison to other Bidders.

4.3 All the officials of the Principal/ Owner will report to the appropriate Government office any attempted or
completed breach (s) of the above commitments as well as any substantial suspicion of such a breach.

5. In case of any such preceding misconduct on the part of such official(s) is reported by the Bidder to the
Principal/ Owner with willful and verifiable facts and the same is prima facie found to be correct by the Principal/
owner, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may
be initiated by the Principal/ Owner and such a person shall be debarred from further dealing related to the
tender/ contract process. In such a case while an Inquiry is being conducted by the Principal/ Owner, the tender
process/ proceedings under the contract would not be stalled.

Commitments of Bidders

6. The Bidder commits himself to take all measures necessary to prevent corrupt practices, unfair means
and illegal activities during any stage of his bid or during any pre-contract or post-contract stage in order to
secure the contract or in furtherance to secure it and in particular commits himself to the following:-

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 17
INTEGRITY PACT
ANNEXURE I TO NIT
6.1 Bidder will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour any
material or non-material benefit or other advantage, commission, fee, brokerage or inducement to any official of
the Principal/ Owner, connected directly or indirectly with the bidding process or to any person, organization or
third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and
implementation of the Contract.

6.2 The Bidder further undertakes that he has not given, offered or promised to give, directly or indirectly any
bribe, gift, consideration, reward, favour any material or non-material benefit or other advantage, commission,
fees, brokerage or inducement to any official of the Principal/ Owner or otherwise in procuring the Contract or
forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other
contract with the Government for showing or for bearing to show favour or disfavour to any person in relation to
the Contract or any other Contract with the Government.

6.3 The Bidder will not collude with other parties interested in the contract to impair the transparency,
fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.

6.4 The Bidder will not accept any advantage in exchange for any corrupt practice, unfair means and illegal
activities.

6.5 The Bidder would not enter into conditional contract with any Agent(s), broker(s) or any other
intermediaries wherein payment is made or penalty is levied, directly or indirectly, on success or failure of the
award of the contract.

6.6 The Bidder commits to refrain from giving any complaint directly or through any other manner without
supporting it with full and verifiable facts. Complaint will be processed as per Guidelines for Handling of
Complaints in vogue. In case the complaint is found to be vexatious, frivolous or malicious in nature, it would be
constructed as a violation of Integrity Pact.

7. Previous Transgression

7.1 The Bidder declares that no previous transgression occurred in the last three years immediately before
signing of this Integrity Pact with any other company in respect of any corrupt practices envisaged hereunder or
with any Public Sector Enterprises in India or any Government Department in India.

7.2 If the Bidder makes incorrect statement on this subject, Bidder can be disqualified from tender process or
the contract and if already awarded, same can be terminated for such reason.

8. Company Code of Conduct

8.1 Bidders are advised to have a company code of conduct (clearly rejecting the use of bribes and other
unethical behavior) and a compliance program for the implementation of the code of conduct throughout the
country.

9. Sanction for Violation

9.1 Any breach of the aforesaid provisions by the Bidder or any one employed by him or acting on his behalf
(whether with or without the knowledge of the Bidder) or the commission of any offence by the Bidder or any
employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the
Prevention of Corruption Act 1988 or any other act enacted for the prevention of corruption shall entitle the
Principal / Owner to take all or any one of the following actions, wherever required:-

(i) Technical bid of the Bidder will not be opened. Bidder will not be entitled to or given any
compensation. However, the proceedings with the other Bidder(s) would continue.

(ii) Financial bid of the Bidder will not be opened. Bidder will not be entitled to or given any
compensation. However, the proceedings with the other Bidder(s) would continue.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 23

ANNEXURE-II to NIT Contd…

1.10 JV concluded up to the date of bid submission are permitted to apply. Copy of JV should be
uploaded alongwith Technical Bid (Cover-1). The Department reserves the right to verify the
particulars furnished by the applicant independently. If any information furnished by the applicant JV
is found incorrect and/or misleading and/or false representation and/or deliberately suppressed
information, at a later stage, the JV and both the parties shall be liable to be debarred from
tendering/taking up of any work in MES.

1.11 Party/parties will not be allowed to bid for the same tender in their independent capacity as well as
under JV. Also, no party will be allowed to bid for the same tender under multiple JVs. In case of
violation (party/parties bidding independently as well as under JV for the same tender, party/parties
bidding for the same tender under multiple JVs), the bid of the party/parties concerned as well as the
bid(s) of the related JV(s) shall not be opened (i.e. shall not be qualified in 'T' bid Cover-1).

1.12 The lead party shall attend all progress review meetings and shall be answerable to all issues
relating to the project.
1.13 For any of the defaults as under of the JV, administrative action shall be taken against both the
parties of JV :-
(a) In case of non-submission of physical original documents of cost of tender, EMD —
Barring from bidding for six months.
(b) Due to default in performance of Contract etc — Administrative actions as per existing
instructions.
1.14 Any unrealized recovery from JV shall be recovered proportionately from the parties in proportion to
their percentage share in the JV. If it is not possible to recover proportionate share (partly/fully) from
one party, it shall be recovered from other party.
1.15 The provisions of JV including its related stipulations shall form part of the NIT.

(SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

CONTD/…
CA No. CESZ- /2021-22 Serial Page No. 24

ANNEXURE-III to NIT

FORMAT FOR JOINT BIDDING AGREEMENT FOR JOINT VENTURE


(to be executed on stamp paper of appropriate value)

THIS JOINT BIDDING AGREEMENT is entered into on the……… day of…….20…

AMONGST

1. …………………… having its registered office at ………............. (here-in-after referred to as the ‗First Part‘
which expression shall, unless repugnant to the context include its successors and permitted assigns)

AND

2……………………… having its registered office at ………............. (here-in-after referred to as the 'Second Part'
which expression shall, unless repugnant to the context include its successors and permitted assigns).

The above-mentioned parties of the FIRST & SECOND PART are collectively referred to as the "Parties" and
each is individually referred to as a "Party"
WHEREAS,
(A) The Military Engineer Services, represented by HQ CHIEF ENGINEER 31 ZONE, PIN-914631, C/O 56
APO and having its office at Srinagar (here-in-after referred to as the "Authority" which expression shall, unless
repugnant to the context or meaning thereof, include its administrators, successors and assigns) has invited bid
by its (TENDER ID : 2022_MES_521593_2) for PROVN OF OTM AND ALLIED INFRA IN DESIGN & BUILD
BASIS AT TRANSIT CAMP AT OLD AIRFIELD SRINAGAR.

(B) The Parties are interested in jointly bidding for the tender as member of a Joint Venture and in
accordance with the terms and conditions of the tender document in respect of the work, and

(C) It is necessary condition under the pre-qualifying criteria (PQC) that the parties of the Joint Venture shall
enter into a Joint Bidding Agreement and furnish a copy thereof with the Application.

NOW IT IS HEREBY AGREED as follows:

1. Definitions and Interpretations. In this Agreement, the capitalized terms shall, unless the context
otherwise requires, have the meaning ascribed thereto under the PQC in the Notice Inviting Tender.

2. Joint Venture.

(a) The parties do hereby irrevocably constitute a Joint Venture for the purposes of jointly
participating in the Bidding Process for the project.

(b) The Parties hereby undertake to participate in the Bidding Process only through this Joint Venture
and not individually and/or through any other Joint Venture constituted for this Project, either directly or
indirectly.

3. Covenants. The parties hereby undertake that in the event the Joint Venture is declared the selected
Bidder and awarded the contract, it shall perform all its obligations as the Contractor in terms of the Contract.

4. Role Of The Parties. The parties hereby undertake to perform the roles and responsibilities as
described below:
(a) Party of the First Part shall be the Lead member of the Joint Venture and shall have the power of
attorney from the other Party for conducting all business for and on behalf of the Joint Venture during the
Bidding Process and execution process as well as post execution process.

(b) Party of the Second Part shall be the Member of the Joint Venture.
CA No. CESZ- /2022-23 Serial Page No. 20
INTEGRITY PACT
ANNEXURE I TO NIT

To
............................................
............................................
............................................

SUB- PROVN OF OTM AND ALLIED INFRA IN DESIGN & BUILD BASIS AT TRANSIT CAMP AT OLD
AIRFIELD SRINAGAR

Dear Sir,

It is hereby declared that MES is committed to follow the principle of transparency, equity and competitiveness in
public procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder will sign the
Integrity Pact, which is an integral part of tender/bid documents, failing which the tenderer/bidder will stand
disqualified from the tendering process and the bid of the bidder would be summarily rejected.
This declaration shall form part and parcel of the Integrity Pact and signing of the same shall be deemed as
acceptance and signing of the Integrity Pact on behalf of the MES.

Yours faithfully

SSW
(For Accepting Officer)

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 21
INTEGRITY PACT
ANNEXURE I TO NIT

To,
Chief Engineer
Military Engineer Services
HQ Chief Engineer, 31 Zone,
Srinagar-914631

PROVN OF OTM AND ALLIED INFRA IN DESIGN & BUILD BASIS AT TRANSIT CAMP AT OLD AIRFIELD
SRINAGAR

Dear Sir,

I/We acknowledge that MES is committed to follow the principles thereof as enumerated in the Integrity Pact
enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that I/We will sign
the enclosed Integrity Pact, which is an integral part of tender documents, failing which I/We will stand
disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE BID SHALL BE
REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of the Conditions of the NIT.

I/We confirm acceptance and compliance with the Integrity Pact in letter and spirit and further agree that
execution of the said Integrity Pact shall be separate and distinct from the main contract, which will come into
existence when tender/bid is finally accepted by MES. I/We acknowledge and accept the duration of the Integrity
Pact, which shall be in the line with Para 1 & 6 of the enclosed Integrity Pact.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Pact, while submitting the
tender/bid, MES shall have unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject
the tender/bid in accordance with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

CONTD/…
CA No. CESZ- /2021-22 Serial Page No. 22

ANNEXURE-II to NIT
JOINT VENTURE AGREEMENT

1 Joint Venture in MES Works

1.2 Joint Venture (JV) shall not comprise more than two firms (called parties of JV). The lead party
shall have at least 60% share of interest in the JV. The other than lead party shall have at least 30%
share of interest in the JV. The format of agreement is at ANNEXURE-III to NIT. The JV shall be
considered as un-enlisted contractor. The JV shall submit Earnest Money Deposit for all tenders
mandatorily. Any bid received from JV firm without EMD shall be considered as non-bonafide tender.

1.2 A valid agreement shall exist between the parties of JV defining clearly the role, responsibility and
scope of work of each party, percentage share of each party along with nomination of leader (Lead
Party) for the purpose of this work and a confirmation that the parties of the JV are jointly and
severally responsible.

1.3 Joint Venture shall be allowed only for works more than 100 crores.

1.4 (a) Foreign Companies shall not be permitted to participate in JV.

(b) (i) Indian Companies having Director(s) of foreign origin and Indian Companies having
Director(s) of Indian origin but residing abroad/having foreign citizenship shall be permitted to
participate in JV. However, security clearance in such cases shall be processed as brought
out in Section 1.3 of Manual on Contracts 2020 (Copy available on www.mes.gov.in).

(ii) Case for security clearance shall be processed to E-in-C's Branch on PRIORITY
after opening 'T' bid (Cover-1). Further, processing of tender to open Finance Bid (Cover-2)
shall not be held up awaiting receipt of security clearance. However, if the JV requiring
security clearance of Director(s) becomes L1, the tender shall be accepted only on receipt of
security clearance. For this, the Accepting Officer will pursue the security clearance
vigorously.

1.5 JV as a single unit or each party of the JV shall have Permanent Account Number(PAN) and GSTIN.
However, if the contract is awarded to the JV, then PAN & GSTIN shall be obtained by the JV as a
single unit.

1.6 Parties to the JV shall meet the following laid down criteria for the purpose of forming a JV:-

Criteria Lead party Other than lead Overall as a JV


party
Average Annual Min 60% Min 30% 100%
turnover as per NIT/
Tender documents
Technical Capacity as Min 30% of Pre- Min 30% of –
per NIT/Tender qualification Criteria Pre-qualification
documents Criteria

1.7 (a) The JV shall collectively meet the working capital criteria as contained in the NIT/Tender
documents.

(b) The JV shall collectively meet the Bank solvency/Financial soundness for engagement criteria as
contained in the NIT/Tender documents.

1.8 Both the parties to the JV either individually (single entity of the JV) or collectively (lead and other
than lead) shall fulfill the 100% of the Technical qualifying criteria as stipulated in the NIT/Tender
documents.

1.9 Both the parties of the JV shall jointly possess the required T&P, machinery and
Engineering/supervision staff. T&P can be either on ownership basis or leasehold as stipulated in
NIT/Tender documents and documentary proof of the same shall be submitted.
CA No. CESZ- /2022-23 Serial Page No. 28
SCHEDULE `A‟
LIST OF WORKS AND PRICES
NAME OF WORK : PROVN OF OTM AND ALLIED INFRA IN DESIGN & BUILD BASIS AT TRANSIT CAMP
AT OLD AIRFIELD SRINAGAR
(A) NOTES (GENERAL) APPLICABLE TO ALL PARTS
1. Schedule ‗A‘ of this contract is included in the BOQ attached and divided into various parts as detailed
below:-
(a) Part – I - Building Works
(b) Part - II - Internal Electrification Works
(c) Part - III - Internal Water supply Works
(d) Part -IV - Sewage Disposal Works
(e) Part - V - Road, Path, Culvert, Road Furniture and Hard Standing/Paved Area Works
(f) Part - VI - Area Drainage Works
(g) Part - VII - Compound Wall and Steel Gate Works
(h) Part - VIII - External Water Supply Works
(j) Part - IX - Site Clearance and Earth Works
(k) Part - X - External Electrification Works
(l) Part - XI - Lightening Protection Works
(m) Part -XII - Refrigeration Works
(n) Part -XIII - Demolition/Dismantling Works
(o) Part -XIV - Building Works Based on Design and Build (Rates to be quoted in BOQ Srl No 3.00)
(p) Part -XV - Internal Electrification Works (Rates to be quoted in BOQ Srl No 4.00)
(q) Part -XVI - Internal Water Supply Works (Rates to be quoted in BOQ Srl No 5.00)
(r) Part -XVII - Sewage Disposal Works (Rates to be quoted in BOQ Srl No 6.00)
(s) Part -XVIII - Road/Path/Culverts/Road Furniture Works (Rates to be quoted in BOQ Srl No 7.00)
(t) Part -XIX - External Water Supply Works (Rates to be quoted in BOQ Srl No 8.00)
(u) Part -XX - Bore Well Works (Rates to be quoted in BOQ Srl No 9.00)
(v) Part -XXI - External Electric Supply Works (Rates to be quoted in BOQ Srl No 10.00)
(w) Part-XXII - DG Set Works (Rates to be quoted in BOQ Srl No 11.00)
(x) Part-XXIII - Hot Water Supply Works (Rates to be quoted in BOQ Srl No 12.00)
(y) Part-XXIV - Laundry Machine Works (Rates to be quoted in BOQ Srl No 13.00)
(z) Part-XXV - Refrigeration Works (Rates to be quoted in BOQ Srl No 14.00)
(aa) Part-XXVI - Air Curtain Works (Rates to be quoted in BOQ Srl No 15.00)
(ab) Part-XXVII - Lift Works (Rates to be quoted in BOQ Srl No 16.00)
(ac) Part-XXVIII - Fire Fighting Works (Rates to be quoted in BOQ Srl No 17.00)
(ad) Part-XXIX - Fire Detection and Alarm System Works (Rates to be quoted in BOQ Srl No 18.00)
(ae) Part-XXX - Sewage Treatment Plants (STP) Works (Rates to be quoted in BOQ Srl No 19.00)
(af) Part-XXXI - Lightening Protection Works (Rates to be quoted in BOQ Srl No 20.00)
(ag) Part-XXXII - Earthing Works (Rates to be quoted in BOQ Srl No 21.00)
(ah) Part-XXXIII - LT Panel Works (Rates to be quoted in BOQ Srl No 22.00)
(aj) Part-XXXIV - Central Heating System Works (Rates to be quoted in BOQ Srl No 23.00)
(ak) Part-XXXV - Maintenance and Operations Works during defect liability period (Rates to be quoted in
BOQ Srl No 24.00)
(al) Part-XXXVI - Maintenance and Operations Works after defect liability period (Rates to be quoted in
BOQ Srl No 25.00)
(am) Part-XXXVII Comprehensive maintenance of Lifts after defect liability period (Rates to be quoted in
BOQ Srl No 26.00)
(an) Part-XXXVIII - Schedules of Credit (To be deducted from total amount quoted to arrive at contract sum)

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 29
SCHEDULE „A‟ NOTES CONTD...
2. This contract covers all works described in various Sections of schedule ‗A‘, General Summary, Special
Conditions, particular Specifications and all as shown on drawings.
3. Description of building works and services given in various sections of Schedule `A‘ are in brief. These
are deemed to be amplified and read in conjunction with special condition, particular specifications, specification
for material and workmanship and conditions and preambles in relevant trade sections of MES Standard
Schedule of Rates Part-I (2009) & Part-II (2020) & Contract drawings (including notes thereon).
3A. For the purpose of acceptance of tender the total amount of all the parts of Sch A listed in Note 1
hereinafter shall be treated as contract sum and performance security deposit by the un-enlisted/ enlisted
contractor shall be released only after the satisfactory completion of work as listed in all Parts of Schedule ‗A‘
(Phase- I ,II ,III & IV) as per General Conditions of contract IAFW-2249. However, for the purpose of
execution as well as payments of works listed in Sch „A‟ Part-I to XXXIV & XXXVIII shall be clubbed in
Phase-I & II. Sch „A‟ Part-XXXV (M&O) shall be treated as Phase-III. Sch „A‟ Part-XXXVI (M&O) and Sch „A‟
Part-XXXVII (Comprehensive Maintenance of Lifts) shall be clubbed as Phase-IV. After satisfactory
completion of works of Phase-I, completion certificate shall be issued for Phase-I to the contractor as per General
Conditions of contract IAFW-2249. Accordingly, after satisfactory completion of works of Phase-II, completion
certificate shall be issued separately. However, after completion of Phase-II final bill of the work covered under
Phase-I & II will be prepared and paid as per General Condition of Contract as per IAFW-2249. Final Bill for
Phase-III & IV will be paid separately after satisfactory completion as per Condition of Contract as per IAFW-
2249.
4. Period of Completion :-
(a) Phase-I : The work of detailed soil survey, structural design, preparation, vetting and approval of
Architectural and Structural drawings shall be completed in 180 days from date of handing over of site as
mentioned in work order No 1 to be placed by the GE.
Note:- For the purpose of Condition 50 of IAFW 2249 (GCC), five percent of the quoted amount of
Schedule „A‟ Part-XIV shall be considered as value of Phase-I
(b) Phase-II : The remaining works covered in Sch „A‟ Part-I to XXXIV & XXXVIII shall be
completed in 1460 days from date of handing over site as mentioned in work order No 1 to be placed by
the GE. Site for all items of work shall be handed over simultaneously or as per Note-14 here-in- after.
Note:- Special Condition 18 for reimbursement/ refund in variation in price/wages will only be
applicable for Phase I & II only.
(c) Phase-III : The work mentioned in Sch „A‟ Part-XXXV shall be completed in 730 days from date
of handing over site as mentioned in work order No 1 to be placed by the GE. The work covered under
Sch „A‟ Part-XXXV will be executed through different work order to be placed by the Garrison Engineer
with specific dates of commencement and completion mentioned therein. However, Work Order for Sch
„A‟ Part-XXXV shall commence from the next day of the certified date of completion of works covered in
Phase-I & II.
(d) Phase-IV : The works mentioned in Sch „A‟ Part-XXXVI and Sch „A‟ Part-XXXVII shall be
completed in 1095 days from date of handing over site as mentioned in work order No 1 to be placed by
the GE. The works covered under Sch „A‟ Part-XXXVI and Sch „A‟ Part-XXXVII will be executed
through different work order to be placed by the Garrison Engineer with specific dates of commencement
and completion mentioned therein. However, Work Order for Sch „A‟ Part-XXXVI and Sch „A‟ Part-
XXXVII shall commence from the next day of the certified date of completion of works covered in Phase-
III.
5. Tentative distribution of various items of internal and external services is indicated on drawings and
included in Schedule ‗A‘ Part-II to XIII & Part-XV to XXXIV and XXXVIII. However, these shall not be varied
beyond the limits laid down in condition 7 of IAFW-2249 (General Conditions of Contracts). The contractor shall
not be entitled for any claim on account of such variation.
6. Layout of buildings indicated in the site plan is tentative. Final layout of buildings/ structures and relative
infrastructure will be approved by GE. No adjustment in price shall be done on account of final layout within the
site plan area.
6A The tenderer‘s are advised to visit the site proposed for the work to get familiar with the site conditions
and working space before uploading the tender. Any claim whatsoever on this ground will not be entertained
whether the tenderer visited the site or not.

7. Unless specified/ indicated otherwise, the items of works in various parts of schedule ‗A‘ shall be deemed
to include material and labour or supplying and fixing, jointing, connecting, testing etc. complete in all respects.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 30
SCHEDULE „A‟ NOTES CONTD...
7A. The tenderer should fully aware himself of the prevailing conditions at the proposed site, meteorological
conditions like climate rainfall, relative humidity, wind, storm and cyclones, visibility, oceanographic conditions,
local conditions, site specific parameters and shall include for all such conditions, contingent measures in the bid
including those which may not have been specifically brought out in the tender documents or not.

8. (a) Schedule „A‟ Part-XIV to Part- XXXIV has not been priced by MES. The tenderers are required
to workout and quote their rates for each item of works as catered in this schedules in the manner set out
in condition 6A(D) of IAFW-2249 and quote their rates per unit in the BOQ based on the description of
items, drawings, specification, special conditions, general conditions and other conditions of the contract
for each item separately.
(b) Schedule „A‟ Part-I to XIII have been priced by MES. The tenderers shall calculate their own
lump sum price for these Parts in the manner set out in condition 6A (B) of IAFW-2249 and quote their
lump sum in BOQ. Auto generated percentage shall be applicable for deviation in provisional quantities
and Lump Sum as applicable depending on respective item.
(c) Tenderers to note that the pre-priced cost against Schedule „A‟ Part-I to Part-XIII are given as
guidance only and their correctness is not guaranteed. Tenderers are required to work out their amount
against respective part of Schedule ‗A‘ based upon their own estimate/ pricing and quote the tender
accordingly. No claim whatsoever on account of any in accuracy in pre-pricing shall be admissible. .
9. The rates inserted by MES or quoted by the contractor for items of works in various sections of Schedule
‗A‘ shall be deemed to include ‗Material and Labour‘ or ‗Supplying and fixing‘, Jointing, commissioning and testing
etc complete in all respects, unless mentioned specifically ‗laying only‘, ‗fixing only‘ , ‗supply only‘ or ‗hanging
only‘.
10. In case, details in respect of items shown on main drawings are not given in the drawing referred to in the
main drawings, then the same shall be followed from any other drawings listed in the list of drawings. Any
drawings referred in the contract and/ or details of works shown on drawings but drawings in such case is/ are
inadvertently not included in the list of drawings, the same shall also be deemed to form part of the contract.
11. Rates quoted against all items shall be deemed to include all taxes, Goods & Services Tax (CGST,
IGST & SGST) on works contracts, levies, duties, Octroi, entry tax, labour welfare cess and shall also include all
other local taxes as levied by the State Government, local bodies payable under respective statutes etc directly
related to contract value, employees provident fund as EPF & MP Act 1952 and all taxes applicable to contracts.
In this connection clause 35 of Special Conditions shall also be referred. No claim whatsoever shall be
entertained by the department on account of any misunderstanding in this regard. Any other condition stipulated
by the tenderer regarding any other taxes/ duties will not be considered and such tender shall be liable for
rejection.
12. Pricing of Deviations
12.1 In case of deviations involved under Schedule „A‟ Part-I to XIII shall be priced at relevant rates given in
MES Schedule of Rates Part-II–2020, and adding/deducting on these rates as per derived percentage against
Sch ‗A‘ Part-I. The items for which rates are not available/existing in MES Schedule shall be priced as per
Condition 62 of IAFW-2249.
12.1A In case of deviations involved under Schedule „A‟ Part-XIV shall be priced at relevant rates given in
MES Schedule of Rates Part-II–2020, and deducting ten percentages on these rates. The items for which rates
are not available/existing in MES Schedule shall be priced as per Condition 62 of IAFW-2249.

12.2 Additional items if required at site against Schedule „A‟ Part-II to Part- XIII shall be priced at relevant
rates given in MES schedule of Rates Part-II – 2020 and adding/deducting on these rates as per derived
percentage against relevant Schedule ‗A‘ Parts. The items of which rates are not available /existing in MES
schedule shall be priced as per condition 62 of IAFW 2249.

12.3 Contractor‘s special attention is invited to the fact that no deviation at site shall be implemented/executed
without prior written approval of deviation along with details of rates & mode of measurement by the of
competent authority (Accepting Officer/CWE/GE). It is also added that deviation if any executed by the contractor
at site without written approval, he shall be doing so at his risk & cost. No payment for such work carried out by
contractor shall be made to him in RARs/Final Bill. In case, payment on this account is released by the MES in
any of the RARs inadvertently, MES may deduct the same at a later stage from any subsequent RARs or Final
Bill and contractor shall not have any claim whatsoever on this account at a later date.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 31
SCHEDULE „A‟ NOTES CONTD...
12.4 Approval of Star Rates:
(a) In case of any deviation, mode of pricing shall be decided by Accepting Officer in terms of Conditions
62 of IAFW-2249.
(b) In the event of a deviation order involving fixation of Special (Star) Rate, Draft Rate shall be prepared
by GE (within a maximum period of 30 days ) while initiating the proposal for deviation seeking approval
of Accepting Officer and notified to contractor. While notifying the Draft Rate, it will be clearly stipulated
that the same is merely an estimated rate and firm rate shall be fixed based on actuals and receipt of
supporting documents from contractor such as vouchers/ literature of product/ test certificates etc (as
applicable) on completion of the work involving Star Rate. Any objection to the method of fixing Star Rate
will be dealt as per Condition 7 of IAFW-2249.
(c) Draft Star Rate shall be made based on market enquiry through telephonic enquiry/
quotations/email/rate lists/ internet based sources, material & labour constants available in various civil
engineering books and record available in respect of Star Rates approved in the past for similar items of
work etc. Contractor may also assist GE office in preparation of draft Star Rate.
(d) The Draft Star Rate shall be purely a draft rate and shall not be used for claiming final payment
during execution of work. However, GE shall allow part payment to the tune 80% based on the draft rate
after Approval in Principle (AIP) of Accepting Officer during execution of work to avoid any financial
hardship to contractor.
(e) After completion of the item of work involving Star Rate, contractor shall submit the vouchers/
literature of product/test certificates (as applicable, decision of GE being final in case of any
disagreement) for finalization of Star Rate. The Star Rate shall be technically checked by DCWE (C)/
Director (C) depending upon the financial effect & approved by competent authority within a period of one
month from submission of the relevant documents by contractor as mentioned above.
(f) The star rate as approved by competent authority after technical check by DCWE (C)/ Director (C)
depending upon the financial effect shall be referred as ―the rate decided by GE‖ under Para 62(G) of
IAFW-2249.
13. The testing instruments/ equipments, material and labour required for testing shall be provided by the
contractor without any extra cost to the government. If the test(s) result of any item(s) is/ are found unsatisfactory,
such item(s) shall be removed from the site and replaced with proper item(s)/ material by the contractor without
any extra cost to Govt.
14. Site for execution of work shall be available as soon as the work is awarded. In case it is not possible for
the Deptt to make entire site available on the award of contract, the contactor will have to arrange his working
programme accordingly. No claim whatsoever for not giving him the entire site on award of contract and for giving
the site gradually will be admissible.
15. The abbreviation "Cum", "Sqm", "RM", "Kg" and ―Qtl‖ wherever appear in the tender documents
especially under column of unit rate of Sch "A" shall have the meaning ―Cubic metre‖, ―Square metre‖, ―Running
metre‖ "Kilogram" and ―quintal‖ respectively.

16. Irrespective of whether described or not, the following shall be deemed to have been inserted under
column 3 of all schedules:-
‗As applicable as per list of Drgs for all items of this Schedule‘
17. Irrespective of whether described or not, the following shall be deemed to have been inserted under
column 7 of all schedules:-
‗Refer Srl Note No.4 on Srl Page No.23 for all items of this Schedule‘
18. Irrespective of whether described or not, the following shall be deemed to have been inserted under
column 8 of all schedules:-
‗Refer Schedule ‗A‘ notes, special condition and particular specification for all items of this Schedule‘

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 32
SCHEDULE „A‟ NOTES CONTD...
19. Makes of various items to be incorporated in the work have been specified in various documents viz.
Schedule ‗A‘, Particular Specifications, Appendix ‗B-1‘ & Appendix ‗B-2‘ to the particular specifications which may
be at variance with each other. In case of such variance, makes of the items shall be preferred in following order:-
(i) Make(s) specified in schedule ‗A‘.
(ii) Make(s) specified in Particular Specifications.
(iii) Makes specified in Appendix ‗E‘ to Particular Specifications.
Note:- Brands/ Makes/ Manufacturer under Group 1 of Appendix „E‟ shall be followed by the
contractor.
20. The Contractor shall meet the requirement of minimum T&P and Machinery etc as per Special
Condition Clause-7 during execution of the work and GE will ensure that minimum T&P and Machinery etc
required as per subject provisions of the contract are held by the contractor during execution of work.
21. Stage-wise Photographs : Contractor shall maintain an album containing photos of each stage (stage
wise) 02 photographs at different angle per stage per building and album shall be kept at site. On completion of
work, same will be deposited in GE office. The cost of the same is deemed to be included in the quoted rate by
contractor. In case of prohibited area for photograph no minus price adjustment shall be made.
22. All stones/boulders (as described below) obtained from excavation under this contract shall be supplied
to the contractor either for use in this work provided the same meets the contract specifications or alternatively for
disposal as deemed appropriate by the department. Department shall recover credit for hard rock/boulders at the
rate of Rs 880/- per cubic meter from the payments due to the contractor under subject work. Mode of
measurement of stones/boulders for the purpose of recovery shall be as follows:
(a) Hard rock/boulders (size 80 mm or above) obtained during excavation from hard/dense soil and
soft/disintegrated rock shall be neatly stacked at site by the contractor without any extra cost to the
Department. A deduction of 50% shall be made for voids in stack measurements and accordingly
quantity of stones/boulders shall be worked out.
(b) In case hard rock is met at site, complete quantity of hard rock obtained during excavation shall
be issued to the contractor @ Rs 880/- per Cum. Quantity of hard rock for issue purpose shall be
considered same as that of excavation done in Hard Rock.
(c) The hard rock/stone boulders shall be issued to the extent available from the excavation.
23. POWER OF ATTORNEY :- Contractor will not be allowed to execute the work by subletting or through
power of attorney holder on his behalf to a third party/ another firm except sons/ daughters of proprietor / Spouse
of proprietor/ partner/ Director and firm‘s own employees, Director, Project Manager.
24. Cost of testing charges shall be borne by the contractor which is required as per contract provision as
well as specified in relevant clause of SSR/IS Code.
25. Equivalency Of Makes/Brands in Sch “A” Part I to Part XXXIV: The Equivalency of makes/brands as
specified in Sch “A” Part I to Part XXXIV to be read in conjunction with Appendix „E‟, shall be decided by the
GE whose decision shall be final and binding. No claim for any compensation or otherwise shall be admissible in
this regard. The contractor shall be deemed to have taken into consideration the above provisions before quoting
his lump sum cost and submitting the tender.
26. INDIAN STANDARDS : The applicable relevant Indian Standards shall be of latest version irrespective
of whatever mentioned elsewhere in the tender documents.
27. EPF Code & UAN :- All contractors shall mandatorily be in possession of the EPF Code Number and
UAN of employees working under their establishment under EPF & MP Act 1952. So far this tender is concern,
before release of work order the contractor shall submit EPF Code number to GE. The contractor shall also
ensure that Sub Contractor if engaged by him shall also comply with provisions of EPF & MP Act 1952.
28. As per Government of India, Ministry of Labour and Employment New Delhi circular No 35025/02/ 2014-
SS II dated 15 Jul 2015, it is mandatory to the contractor that all the workers deployed by him are enrolled as
members of provident fund and shall have the Universal Account Number (UAN).
29. It is mandatory that GE while clearing the bills/ payments (RAR) of contractors, a certificate shall be
obtained from the contractor that all workers employed by him directly or indirectly are registered for EPF and the
due contributions have been credited into their accounts.
30. Cat part No of certain items have been given in the BOQ. The contractor shall provide items preferably
of cat part No of make/ brand as specified in Sch ‗A‘ to the relevant bldg.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 33
SCHEDULE „A‟ NOTES CONTD...
31. The TD drawings as referred in list of drawing or in reference of main drawing are not enclosed with the
tender documents however contractor may get Xerox copy of TD folder from E-8 section of this HQ on any
working day against payment of Rs 2000.00 in shape of Demand Draft payable in favour of AGE (I) (P) Srinagar.
32. Particular attention of the Tenderer is invited to the ―TENDER PAGE‖ immediately after Schedule ‗D‘
based upon which the execution of the works under this contract is agreed to by the Contractor.
33. PERFORMANCE SECURITY DEPOSIT :-
33.1 Irrespective of whether the contractor is enlisted in MES or not, the successful bidder/Contractor has to
submit within 28 (Twenty Eight) days of receipt of the letter of Acceptance of contract a performance security
deposit for an amount equivalent to 3% of the contract sum as per Condition-19 of IAFW-2249 and Special
Condition- 28.
33.2 The Performance Security shall be in favour of Accepting Officer and Work Order No 1 shall be placed
by Garrison Engineer only after submission of Performance Security of adequate value by the contractor.

34. DEFECT LIABILITY PERIOD :-


The defect liability Period shall be TWENTY FOUR CALENDAR MONTHS, after actual date of completion of
entire work as per Condition 46 of IAFW 2249 .

35.. The contractor shall provide necessary barricading around the entire work area as shown on site plan
using CGI sheets mounted on MS angle or other tubular sections. Height of barricading shall not be less than
3.00 m. Cost of barricading shall be deemed to be included in contractors quoted lump sum.
(B) NOTES APPLICABLE TO SCHEDULE `A‟ PART-I :-
1. The unit rate for work under Schedule `A‘ Part-I shall be deemed to include for all relevant items of work
all as specified in these tender documents, and shown on drawings, notes thereon and/or specified in particular
specifications complete for entire completion of works.

2. The unit rate of buildings of Schedule `A‘ Part-I shall also be deemed to include the cost of the following
items of works in addition to all works shown on drawings whether specifically specified and shown on drawings
or not :-
(a) Fittings, fixtures, fitments, mirror, sanitary appliances, sanitary fittings, overhead PVC/HDPE
water service tanks of shape as shown on drawings with ball valve and accessories, wash hand basin
mixer/pillar tap, PVC connection, Glass shelf assembly, steps, soap niche/dish, shelves, towel rail CP,
SS laboratory sink, Ramp and all other sundry and miscellaneous items including accessories as shown
in the drawings and specified in the particular specifications.

(b) Provision of niches of specifications as directed by G.E. for housing the main distribution boxes
and distribution boards.

(c) All other details of works shown on drawings (except in- applicable details in typical drawings)
whether described in particular specifications or not.

(d) Cost of plumbing works with and including provision of soil, waste and vent pipes including. all
fittings, floor traps/ nahani traps and gully traps, cost of provision of soil pipes up to first manhole
complete for entire completion of the works all as specified and shown on the drawings.

(e) Foundation, plinth, earthwork/excavation, cable duct with MS chequered plate.

(f) The Gap (if any) occurring between roof sheet and exterior wall/ exterior roof beam during
execution shall be filled with brick masonry in CM 1:6 and plastered in CM 1:6 as specified in the bldg.
quoted rates shall be deemed to cater for this provisions.

(g) Preparatory works/ Cuttings/ leaving/ forming chases, holes etc, through/ in walls, floors and
ceiling as required and making good to match with the adjoining surfaces required in connection with the
work included in Schedule `A‘ to Part-I. No adjustment shall however be made on the quoted price on
this account while pricing of any deviation for items in respect of Schedule `A‘ Part-I and also due to any
variation in quantities indicated as ‗PROVISIONAL‘ in the tender documents.
(j) Number plates (with engraved numbers) including painting thereof as shown on drawing No.
(k) Plinth protection, saucer drain, steps, dwarf walls, platform, rolling shutters, steel door and ramp
wherever shown in the drawings connected with the building.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 34
SCHEDULE „A‟ NOTES CONTD...
(l) Apron/ ramp and saucer drain connected with garages as per drawings.

(m) Preparation of PSMBs of bldgs listed at Srl No. 1 to 10 of Schedule ‗A‘ Part-I along with
completion drawings of each bldg before completion of work by the contractor & submitted to
AGE (I) (P) Srinagar.
(n) Built in furniture items all as specified and shown on drawings.
(o) Provision of gusset plates alongwith welding as structurally required at all locations whether
specifically shown or not on drgs.
(p) Fire fighting Tank including all the pipes, hose, hydrant and other accessories as shown in the
drawings and directed.

3. All drawings forming part of the contract shall be read as mutually explanatory to each other. For
structural details, structural drawings shall only be referred. If there is any discrepancy between architectural and
structural drawings with regard to structural details, details shown on structural drawings shall prevail. Similarly, if
there is discrepancy between architectural and structural drawings with regards to architectural details, details
shown on architectural drawings shall prevail. The decision of the Accepting Officer as to what constitutes
structural or architectural details shall be final, conclusive and binding.

4. Rates quoted for a particular item and/ or lump sum quoted by the tenderer shall be deemed to include
for any minor details/ items of work 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 to be included in the contract or not shall be final, conclusive and binding. Some of the minor
details/ items which are deemed essential for execution and entire completion of work are detailed below for
guidance:-
(a) For missing reinforcement details, if any, of RCC work, minimum reinforcement as required as
per IS shall be adopted.
(b) Dwarf wall in situations like verandah, passage, ramp etc not indicated in drawings.
(c) Lintels over doors, windows, openings and electric meter box not shown in drawings.
(d) In case where type and size of beam, slabs and column etc are not indicated these shall be
provided as decided by the Accepting Officer.
(e) If there is any discrepancy regarding general notes on RCC works in TD (typical details)
drawings and structural drawings, structural drawings shall be followed. Similarly, details in main
drawings shall be followed in case of discrepancy between main drawings and TD drawings.
(f) In all the above and other similar cases, the details indicated elsewhere in the drawings which
are similar or near similar to the missed out items of work shall be followed. In the absence of any other
similar or near similar details, minimum essential requirement for completion of the work from structural
and utility point of view shall be deemed to be included in the lump sum quoted.
(g) Nothing extra shall be admissible on account of work executed as stated above and the
contractor shall be deemed to have taken into consideration the above provisions before quoting his
lump sum cost and submitting the tender.
(h) In the event of any dispute, decision of the Accepting Officer shall be final, conclusive and
binding.
5. SEISMIC PROVISIONS: - Seismic provision Zone-V shall be followed for Sch ‗A‘ Part-I and quoted rates
shall be deemed to cater for the provision.
6. Foundation details given in various drawings shall be followed and where foundation details are not
indicated on the drawings, the same shall be followed from the typical foundation details drawings based on safe
bearing capacity of soil indicated on structural drawings. Building under Schedule ‗A‘ Part-I shall have the
foundation for safe bearing capacity as specified/ shown on drawings. Variation in safe bearing capacity of soil if
found at site and require redesigning of the foundation, the same shall be referred to Accepting Officer before
execution at site. In case safe bearing capacity is not mentioned in drgs, matter shall be referred to AO for
necessary clarification/ decision.
7. In the event of any discrepancy between inner dimensions and outer dimensions of building, the inner
dimensions shall be maintained and outer dimension of the building shall be deemed corrected accordingly
without any extra cost to the Govt.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 35
SCHEDULE „A‟ NOTES CONTD...
8. EXCAVATIONS AND EARTH WORK:
(a) Where ―GL‖ is mentioned in drawings or indicated in the tender documents, the same shall be
deemed to mean “Minimum ground level” of the existing site(s) of the proposed layout of each
building/blocks, which is to be decided by the GE before execution of the work. The depth of foundation
as shown in respective drawing below GL shall be maintained from “Minimum ground level”.
(b) To determine the “Minimum ground level”, levels of existing site in both the directions at
intervals as decided by the GE (but not more than 3.0 m in any case) shall be taken, recorded and
signed by the contractor, JE, Engineer-in-Charge, the GE and the contractor within 30 days of
commencement of the work as per Work Order No 1 at different site(s) separately and shall be submitted
to CWE office before making any payment.
(c) All items of excavation and earth work for Schedule ‗A‘ Part- I carried-out above “Minimum ground
level” except surface dressing shall be termed as ― Site development‖ and shall be measured and paid
under extra at lowest of the percentage quoted by contractor against Schedule ‗A‘ Part-I or the
percentage derived against Schedule „A‟ Part-IX.
9. Immediately on acceptance of tender (within 30 days), contractor shall submit detail estimate of all the
bldgs covered under Schedule ‗A‘ Part-I for which yard stick has not been given in the tender duly typed on
computer prints alongwith soft copy i.e. CD with proposed yard stick to GE. GE will check and verify the proposed
yard stick and submit the same to CWE for approval. The final approval of yard stick shall be given by CWE. In
case the detailed estimate of the building is not submitted within 30 days of acceptance of tender and yard stick
rd
is not approved, 3 RAR shall not be paid.
10. In case any particular door/ window/ ventilator is not marked for the door opening on drg but the same is
required from functional point of view in that case the same shall be provided from door details of other similar
locations. Decision of GE in this regard shall be final and binding.
11. Contractor shall provide granite stone plate of adequate size at the place as directed by GE, engraving
the following information in the project works. Cost of this provisions shall be deemed to be inclusive in the
lumpsum cost of tender :-
(a) Job No.
(b) CA No & year
(c) Name of work
(d) Name of Contractor
(e) Name of Garrison Engineer
(f) Name of Engineer-in-Charge
(g) Date of commencement
(h) Date of completion
(j) Date of expiry of defect liability period.
(k) Date of expiry of warranty period given against ATT, water proofing etc. (if any).

(C) NOTES APPLICABLE TO SCHEDULE `A‟ PART-XIV:


1. This is a turn-key job where the responsibility of the contractor shall include Design, Supply,
Construction, and Erection of Buildings on Design and Build Concept. The scope of work includes entire civil
and other works for completing the buildings from technical and functional point of view. The scope of work shall
also include all preparatory work, topographical and soil surveys, leveling and dressing of site, excavation/earth
work including dewatering and lowering of sub soil water if required, disposal of all surplus earth at suitable site
and structures as specified in the description in the respective items of the BOQ. The tenderer are required
to work out their own lump sum price and quote their rates in BOQ for each Building as described in BOQ based
on their own design. The scope of work of the turn-key contract for the contractor and the unit rate of buildings of
Schedule `A‘ Part-XIV shall also be deemed to include the cost of the following items of works in addition to all
works shown on drawings whether specifically specified and shown on drawings or not :-
(a) The bidder shall conduct detailed soil survey at the site with view to analyse the safe bearing
capacity, swelling properties, angle of friction, cohesion, the lateral resistance of the solid and the general
soil conditions, grain size, Atturburgs Limits , specific gravity etc. or any other test for his satisfaction. The
Building RCC foundation shall accordingly be designed and constructed cast in situ.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 36
SCHEDULE „A‟ NOTES CONTD...
(b) Detailed design of each Building complete as described in BOQ including preparation of
drawings of all civil works as per SBC report on the basis of layout given in the architectural Drawings
Design. The Contractor shall be fully responsible for the technical suitability of the design based on the
specifications, sound engineering practices, the relevant standard designs and I.S. provisions. The
designs and drawings shall be vetted from any IIT (not by professor in his individual capacity). The whole
scheme shall be submitted by the contractor before commencement of work for approval of Accepting
officer (AO).
(c) After acceptance of tender the lowest bidder shall follow the following procedure for approval of
Architectural and structural drawings as mentioned in Schedule ‗A‘ PART-XIV:

(i) The contractor shall be required to submit the Detailed drawings and structural design of
all buildings of all civil work along with SBC report vetted by Indian Institute of Technology within
three months from the date of handing over of site of Phase- I. All Codal (BIS) provisions
including seismic provisions as stipulated for this station shall be incorporated in the structural
design. These drawings shall be submitted initially in triplicate and after approval shall be
submitted in six sets.
(ii) After approval of the drawings, the contractor shall submit complete take of quantities of
all material duly abstracted alongwith yard stick of each building for approval of CWE as
specified here-in-after.
(d) Doors, Windows, Fittings, fixtures, fitments, mirror, sanitary appliances, sanitary fittings,
overhead PVC/HDPE water service tanks of shape as shown on drawings with ball valve and
accessories, wash hand basin mixer/pillar tap, PVC connection, Glass shelf assembly, steps, soap
niche/dish, shelves, towel rail CP, SS laboratory sink, Ramp and all other sundry and miscellaneous
items including accessories as shown in the drawings and specified in the particular specifications.

(e) Provision of cast in situ RCC Foundation.

(f) All other details of works shown on drawings whether described in particular specifications or not.

(g) Cost of plumbing works with and including provision of soil, waste and vent pipes including all
fittings, floor traps/ nahani traps and gully traps, cost of provision of soil pipes up to first manhole
complete for entire completion of the works all as specified and shown on the drawings.
(h) Foundation, plinth, earthwork/excavation, cable duct with MS chequered plate.
(j) The Gap (if any) occurring between roof sheet and exterior wall/ exterior roof beam during
execution shall be filled with suitable materials.
(k) Preparatory works/ Cuttings/ leaving/ forming chases, holes etc, through/ in walls, floors and
ceiling as required and making good to match with the adjoining surfaces required in connection with the
work included in Schedule `A‘ to Part-I. No adjustment shall however be made on the quoted price on
this account while pricing of any deviation for items in respect of Schedule `A‘ Part-I and also due to any
variation in quantities indicated as ‗PROVISIONAL‘ in the tender documents.
(l) Number plates (with engraved numbers) including painting thereof as shown on drawing No.
(m) Plinth protection, saucer drain, steps, dwarf walls, platform, rolling shutters, steel door and ramp
wherever shown in the drawings connected with the building.
(n) Apron/ ramp and saucer drain.
(o) Preparation of PSMBs of bldgs listed at Srl No. 3.01 to 3.22 of Schedule ‗A‘ Part-XIV along with
completion drawings of each bldg before completion of work by the contractor & submitted to AGE (I) (P)
Srinagar.
(p) Built in furniture items all as specified and shown on drawings.
(q) Provn of Framed structure, deck floor slabs, external & internal walls, flooring, ceiling, roofing
and other required items for completing the buildings from technical and functional point of view.
(r) Fire fighting Tank including all the pipes, hose, hydrant and other accessories as shown in the
drawings and directed.
(S) Different type of finishes as specified in particular specification and Schedule of Finishes.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 37
SCHEDULE „A‟ NOTES CONTD...
2. The existing Areas/grounds where the Buildings covered in this Schedule are to be constructed are
assumed not having much undulations. At the initial stage, the levels of the ground shall be recorded jointly by
the Contractor and Engineer-in-Charge and from these levels, final proposed levels keeping in view the depths
indicated in the drawings (the depths shown in the drawings to be considered from the ground level after doing
surface dressing and surface excavation as specified in the particular specifications) shall be worked out and
recorded. After actual excavation, again levels shall be taken and these levels should match with the proposed
levels. Levels of the existing ground and after doing excavation shall be taken at least 3 meters intervals in both
sides as directed by the GE. The records of the leveling shall be kept duly signed by the Contractor, JE (Civil),
Engineer-in-Charge and the GE. For computation, Simpson‘s and Trapezoidal formula for working out actual
areas at cross-Parts and actual volume of the excavation and earth work shall be followed. The Contractor‘s
quoted rates shall be deemed to include all the above aspects.

3. Contractor shall submit separate complete list of drawings comprising of main drawings for Buildings
(BOQ Item No-3) as well as all supporting structural/detailed drawings if required necessary for proper execution
of work. Contractor shall provide all connected and missing detail, if any, in connection with Architectural and
structural design essential for work and also provide all fixing arrangements of items connected with buildings.
4. All environmental clearances from Central/State Govt bodies/Pollution Central Board initial/as well as
from time to time shall be the responsibility of the Contractor including maintenance and operation period. Water
analysis from approved lab of CPCB/PPCB shall be submitted before issue of completion certificate.
5. The unit rate for work under Schedule `A‟ Part-XIV shall be deemed to include for all relevant items of
work all as specified in these tender documents, and shown on drawings, notes thereon and/or specified in
particular specifications complete for entire completion of works.

6. All drawings forming part of the contract shall be read as mutually explanatory to each other. For structural
details, structural drawings shall only be referred. If there is any discrepancy between architectural and structural
drawings with regard to structural details, details shown on structural drawings shall prevail. Similarly, if there is
discrepancy between architectural and structural drawings with regards to architectural details, details shown on
architectural drawings shall prevail. The decision of the Accepting Officer as to what constitutes structural
or architectural details shall be final, conclusive and binding.
7. Rates quoted for a particular item and/ or lump sum quoted by the tenderer shall be deemed to include
for any minor details/ items of work 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 to be included in the contract or not shall be final, conclusive and binding.

8. SEISMIC PROVISIONS: - Seismic provision Zone-V shall be followed for Sch ‗A‘ Part-XIV and quoted
rates shall be deemed to cater for the provision.
9. Foundation of various drawings shall be as per safe bearing capacity of soil to be ascertained by the
contractor as per Design Basis Report included in Particular Specifications and the rates quoted shall be deemed
to include this provision and nothing extra will be paid on this account.
10. In the event of any discrepancy between inner dimensions and outer dimensions of building, the inner
dimensions shall be maintained and outer dimension of the building shall be deemed corrected accordingly
without any extra cost to the Govt.
11. EXCAVATIONS AND EARTH WORK:
(a) Where ―GL‖ is mentioned in drawings or indicated in the tender documents, the same shall be
deemed to mean “Minimum ground level” of the existing site(s) of the proposed layout of each
building/blocks, which is to be decided by the GE before execution of the work. The depth of foundation
as as per design in respective drawing below GL shall be maintained from “Minimum ground level”.
(b) To determine the “Minimum ground level”, levels of existing site in both the directions at
intervals as decided by the GE (but not more than 3.0 m in any case) shall be taken, recorded and
signed by the contractor, JE, Engineer-in-Charge, the GE and the contractor within 30 days of
commencement of the work as per Work Order No 1 at different site(s) separately and shall be submitted
to CWE office before making any payment.
(c) All items of excavation and earth work for Schedule ‗A‘ Part- XIV carried-out above “Minimum
ground level” including surface dressing shall be termed as ― Site development‖ and the same shall be
deemed to be included in Lump Sum rates.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 38
SCHEDULE „A‟ NOTES CONTD...
12. Immediately on approval of design & Drgs, contractor shall submit detail estimate of all the bldgs covered
under Schedule ‗A‘ Part-XIV duly typed on computer prints alongwith soft copy i.e. CD with proposed yard stick to
GE. GE will check and verify the proposed yard stick and submit the same to CWE for approval. The final
approval of yard stick shall be given by CWE. In case the detailed estimate of the building is not submitted within
rd
30 days of approval of design & Drgs and yard stick is not approved, 3 RAR shall not be paid.
13. In case any particular door/ window/ ventilator is not marked for the door opening on drg but the same is
required from functional point of view in that case the same shall be provided from door details of other similar
locations. Decision of GE in this regard shall be final and binding.
14. Contractor shall provide granite stone plate of adequate size at the place as directed by GE, engraving
the following information in the project works. Cost of this provisions shall be deemed to be inclusive in the
lumpsum cost of tender :-
(i) Job No.
(j) CA No & year
(k) Name of work
(l) Name of Contractor
(m) Name of Garrison Engineer
(n) Name of Engineer-in-Charge
(o) Date of commencement
(p) Date of completion
(l) Date of expiry of defect liability period.
(m) Date of expiry of warranty period given against ATT, water proofing etc. (if any).

(D) NOTES APPLICABLE TO SCHEDULE `A‟ PART-XXX:


1. This is a turn-key job where the responsibility of the contractor will include Design, Supply, Installation,
Testing and Commissioning of Sewage Treatment Plant based on Moving Bed Bio-reactor (MBBR) attached
growth technology to include entire civil and electromechanical works for complete functioning of STP along with
requisite electrical control panels, all interconnecting pipes, cables and wires related to plant of capacities as
given in BOQ including all preparatory work, topographical and soil surveys, levelling and dressing of site,
excavation/earth work including dewatering and lowering of sub soil water if required, disposal of all surplus
earth at suitable site and structures as specified in the description in the respective items of the BOQ. The
tenderer are required to work out their own lump sum price and quote their rates in BOQ for each STP as
described in BOQ based on their own design. The scope of work of the turn-key contract for the contractor shall
include: -
(a) The bidder to conduct detailed soil survey at the site with view to analysis the safe bearing
capacity, swelling properties, angle of friction, cohesion, the lateral resistance of the solid and the general
soil conditions, grain size, Atterberg's Limits, specific gravity etc. or any other test for his satisfaction. The
plant foundation shall accordingly be designed and constructed without deviation cost for changes in
foundation, if any as approved by the deptt.
(b) Detailed design of STP Plant complete as described in BOQ including preparation of drawings of
all civil works as per SBC report, mechanical, electrical and Electro-mechanical equipment on the basis
of the approved process Design, layout and arrangement. The Contractor shall be fully responsible for
the technical suitability of the design based on the specifications, sound engineering practices, the
relevant standard designs and I.S. provisions. The designs and drawings shall be vetted from any IIT
(not by professor in his individual capacity). The whole scheme shall be submitted by the contractor
before commencement of work for approval of Accepting officer (AO).

(c) Suggestive layout and P & I of the system is attached, however the bidder shall submit his own
layout, P&I and all Parts location and arrangement of all units taking into account the interfaces to the
other project compliments. The sizes of various components wherever shown shall not be varied at site.
The details all other items if not shown in drawings shall be designed by the contractor.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 39
SCHEDULE „A‟ NOTES CONTD...
(d) After acceptance of tender the lowest bidder shall follow the following procedure for approval of
STP Plant and other structures as mentioned in Schedule ‗A‘ PART-XXX:

(i) Detailed GA drawings at first stage shall be submitted within one month from the date of
acceptance of contract.
(ii) P&I drawings, detailed plant layout with all mechanical and electrical equipments to be
installed at various/different levels at second stage within two weeks from the date of approval of
GA Drawings.
(iii) On finalization of the plant layout the contractor will be required to submit the process
and design of STP and structure design of all civil work / drawings along with SBC report,
complete take of quantities of all material duly abstracted within one month which too will have to
be vetted by Indian Institute of Technology. All Codal (BIS) provisions including seismic
provisions as stipulated for this station shall be incorporated in the structural design.
(iv) These drawings shall be submitted initially in triplicate and after approval shall be
submitted in six sets.
(j) Final site clearance and levelling, excavation of the working spaces for all structures,
trench excavation for pipes and other ancillary works in all sorts of soil/rock, refilling and disposal
of surplus earth/rock at suitable site outside MD land as directed by the Engineer-in-Charge.
(i) Erection of all buildings, water retaining structures, channels and other civil engineering
structures.
(ii) Manufacturing, shop testing, inspection, transportation to site, installation and testing of
all the hydraulic, mechanical, electrical and Electro-mechanical equipment.
(iii) Trial runs and testing of the complete plant, and commissioning.
(iv) Submission of ―As Built‖ drawings and preparation of O&M Manuals.
(v) The successful bidder shall also assist technically the Employer in obtaining No
Objection Certificate (NOC) from State/Central Pollution Control Board for discharging treated
sewage water after achieving prescribed parameters as mentioned above. Fee payable to
State/Central Pollution Control Board shall be deemed to be included in quoted lump sum
for Schedule „A‟ PART-XXX
(e) Rate quoted shall also include training of MES personnel & trial run of STP upto 90 days before
the date of completion of work.
(f) Testing charges for treated water for all phases.
(g) Submission of a guarantee that the treated water will correspond to the table given in documents.
(h) Invert level of incoming sewer will be decided by the GE as per site requirements and bidder is
accordingly required to design the Sewage Treatment Plant (STP).
(m) Contractor shall submit yardstick indicating the break down detail of civil works and mechanical
works required for STP for payment purpose for approval of accepting officer.
(n) Contractor shall submit the Authorization letter of the firm while submitting their quoted tender for
our scrutiny and record.
2. Where specifications for any item of work are not given in MES Schedule or particular specifications,
specifications as given in relevant Indian Standard or code of practice shall be followed.
3. The location of sump and its orientation is shown on plan. The incoming sewerage shall be received in
collection sump cum equilization tank by direct pumping arrangement by the Deptt. This reference may be
considered by tenderer to decide on the level of plant.
4. The only deviation allowable is in case tenderer fails to give the complete structure/switch gear details of
the panel at this stage. Initially, the tenderer may submit line plan and detailed switch gear details may be
submitted later but prior to execution for the approval of Accepting Officer. It may be noted that the switch gears
etc then shall have to be provided as approved by department and nothing extra shall be payable to the
contractor on this account.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 40
SCHEDULE „A‟ NOTES CONTD...
5. The existing Areas/grounds where the plant/structures covered in relevant BOQ Sch is to be provided
are assumed not having much undulations. At the initial stage, the levels of the ground shall be recorded jointly
by the Contractor and Engineer-in-Charge and from these levels, final proposed levels keeping in view the depths
indicated in the drawings (the depths shown in the drawings to be considered from the ground level after doing
surface dressing and surface excavation as specified in the particular specifications) shall be worked out and
recorded. After actual excavation, again levels shall be taken and these levels should match with the proposed
levels. Levels of the existing ground and after doing excavation shall be taken at least 3 meters intervals in both
sides as directed by the GE. The records of the levelling shall be kept duly signed by the Contractor, JE (Civil),
Engineer-in-Charge and the GE. For computation, Simpson‘s and Trapezoidal formula for working out actual
areas at cross-Parts and actual volume of the excavation and earth work shall be followed. The Contractor‘s
quoted rates shall be deemed to include all the above aspects.
6. Contractor shall submit separate complete list of drawings comprising of main drawings for STP
(BOQ Item No-19) as well as all supporting structural/detailed drawings if required necessary for proper
execution of work.
7. All environmental clearances from Central/State Govt bodies/Pollution Central Board initial/as well as
from time to time shall be the responsibility of the Contractor including maintenance and operation period. Water
analysis from approved lab of CPCB/PPCB shall be submitted before issue of completion certificate.
8. Lab equipment shall be provided by the contractor and cost shall be deemed to be included in Lump Sum
rate quoted (List as given in PS).
9. Tenderers intention is invited to relevant clauses of Section 25 ―SEWAGE TREATMENT PLANT‖ of SSR
Part I (2009). If any provision not covered under Sch ‗A‘ Special condition, particular specification Part II but
mentioned in relevant clauses of SSR Part I (2009) and is required for completion of work then same shall be
taken in to consideration and no extra cost shall be paid to the contractor on this account and in such event
decision of Accepting Officer shall be final and binding.
10. WARRANTY:- The contractual/ manufactures of Sewage Treatment Plant shall warrant the each
equipment being supplied against defects in workmanship and material for a period of one year from certified
date of completion of phase-I.
11. The provisions of Section 25 of MES Schedule (Part-I) shall be strictly complied with.
(E) NOTES APPLICABLE TO SCHEDULE `A‟ PART-XXXIV:
1. This is a turn-key job where the responsibility of the contractor will include Design, Supply, Installation,
Testing and Commissioning of Central Heating System based on oil fired Glycol based Hot water generator to
include entire civil and electromechanical works for complete functioning of CHS along with requisite electrical
accessories , all interconnecting pipes, cables and wires related to plant of capacities as given and specified in
the description in the respective items of the BOQ. The tenderer are required to work out their own lump sum
price and quote their rates in BOQ for each CHS as described in BOQ based on their own design. The scope of
work of the turn-key contract for the contractor shall include: -
(a) Detailed design of CHS Plant complete as described in BOQ including preparation of drawings of
all civil, mechanical, electrical and Electro-mechanical equipment on the basis of the approved process
Design, layout and arrangement. The Contractor shall be fully responsible for the technical suitability of
the design based on the specifications, sound engineering practices, the relevant standard designs and
I.S. provisions. The designs and drawings shall be vetted from any IIT (not by professor in his individual
capacity). The whole scheme shall be submitted by the contractor before commencement of work for
approval of Accepting officer (AO).

(b) The bidder shall submit his own layout and all Parts location and arrangement of all units taking
into account the interfaces to the other project compliments. The details all the items shall be designed
by the contractor.
(c) After acceptance of tender the lowest bidder shall follow the following procedure for approval of
CHS Plant and other structures as mentioned in Schedule ‗A‘ Part-XXXIV:-

(i) Detailed drawings at first stage shall be submitted when progress of building work is
more than 50%.
(ii) Layout drawings, detailed plant layout with all mechanical and electrical equipments to
be installed at various/different levels at second stage within two weeks from the date of approval
of Drawings.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 41
SCHEDULE „A‟ NOTES CONTD...
(iii) On finalization of the plant layout, the contractor will be required to submit the process
and design of CHS and structure design of all civil work / drawings along with all requisite duly
abstracted within one month which too will have to be vetted by Indian Institute of Technology .
Makes of all items will also be submitted by the contractor alongwith design details which will be
approved by Accepting Officer.
(iv) These drawings shall be submitted initially in triplicate and after approval shall be
submitted in six sets.
(v) Final site clearance and leveling, excavation of the working spaces for all structures,
trench excavation for pipes and other ancillary works in all sorts of soil/rock, refilling and disposal
of surplus earth/rock at suitable site outside MD land as directed by the Engineer-in-Charge.
(vi) Installation of CHS Plants by Specialist Firm as per legally enforceable agreement
entered at the time of quoting of tender, trial runs and commissioning of the complete plant, and
testing by an Officer to be detailed by the Accepting Officer.
(vii) Submission of ―As Built‖ drawings and preparation of O&M Manuals.
(d) Rate quoted shall also include training of MES personnel & trial run of CHS upto 90 days before
the date of completion of work.
(e) Contractor shall submit the Authorization letter of the firm while submitting their quoted tender for
our scrutiny and record.
2. Where specifications for any item of work are not given in MES Schedule or particular specifications,
specifications as given in relevant Indian Standard or code of practice shall be followed.
3. Contractor shall submit separate complete list of drawings comprising of main drawings for CHS for
proper execution of work.
4. Lab equipment (if any) shall be provided by the contractor and cost shall be deemed to be included in
Lump Sum rate quoted (List as given in PS).
5. WARRANTY:- The contractual/ manufactures of CHS shall warrant the each equipment being supplied
against defects in workmanship and material for a period of two year from certified date of completion of work.
6. The provisions of Section 22 of MES Schedule (Part-I) shall be strictly complied with.

(F) NOTES APPLICABLE TO SCHEDULE `A‟ PART-II TO XII (PRE-PRICED) & PART-XXIX, XXXI to
XXXIII (BOQ):-

1. All quantities are `PROVISIONAL‘.

2. Special Condition in MES schedule and preambles in items given in MES Schedule (Part-II) under
respective trades shall be applicable. If any provision in the description of items of Schedule ‗A‘ and/ or in
particulars specification is/ are at variance with the provision in special condition in MES Schedule Part-II and/ or
preambles to MES Schedule items, the provision in Schedule ‗A‘ and particular specifications shall take
precedence thereon. However, condition 6A of IAFW- 2249 shall also be referred in this regard.

3 Wherever any damage is caused to the existing road for taking sewage line/ water supply lines across
the road, the same shall be made good to match with the original surface by the contractor under his own
arrangement and without extra cost to Govt.

4. Method of measurements for all Provisional Schedules shall be as given in MES Standard Schedule of
rates unless specifically stated otherwise in these tender documents for any particular item of work.

5. B/R & E/M services marked on site plan are tentative and may be changed as per requirement. The
tenderer shall not be entitled for any extra payment on account of such variation. On completion of work a
schematic diagram showing internal services in each building and external services shall be prepared by the
contractor shall be submitted to the Garrison Engineer duly signed by both parties i.e. Contractor and Engineer-
in-Charge without any extra cost to the Govt. Necessary certificate in this regard shall be attached alongwith
Final Bill duly signed by the GE.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 42

SCHEDULE „A‟ NOTES CONTD...


(G) NOTES APPLICABLE TO SCHEDULE „A‟ PART-XXVII (LIFT WORKS):-
1. Installation of lifts shall be carried through their original OEM as per Legally Enforceable Agreement
submitted at the time of submission of bid. Further, the successful tender shall submit lift license issued by
concerned Statutory Authority.
2. The department can communicate directly to the authorized OEM of which MoU submitted by the
contractor in case of any emergency. The rates quoted in BOQ shall be deemed to include for the items as
specified in BOQ and particular specification.
3. Testing of the lift shall be done as per statutory requirement, particular specifications by Competent
Statutory Authority in presences of an officers to be detailed by the Accepting Officer and the rates quoted are
deemed to be include the same.
4. The provisions of Section 23 of MES Schedule (Part-I) shall be strictly complied with.

(H) NOTES APPLICABLE TO SCHEDULE „A‟ PART-XIII & XXXVIII


1. The quantity and amount inserted against respective item in Schedule „A‟ Part- XIII
(Demolition/Dismantling works) & Part-XXXVIII (Schedule of credit) is not firm.
2. Tenderer to note that certain items which are retrieved from demolition/dismantling shall be the
contractor‘s property. The amount of credit as mentioned in Schedule of credit shall be recovered from the
contractor for the buildings which are handed over for demolition. Any change in quantity of demolition/
dismantled material shall be measured at site and corrected at the time of completion of demolition.
3. The contractor shall plan demolition/dismantling of buildings in such a manner that the demolition of
buildings coming in the area of construction of new buildings shall be taken up immediately so that construction
of new buildings is not delayed.
4. The tenderer shall ensure that no damage is caused to the existing services/ structures/ buildings nearby
the site of demolition/ dismantling. The building/ structure shall be demolished carefully after taking all safety
precautions and measures specified in IAFW-2249 without any extra cost to the Govt. The dismantled/
demolished materials shall become the contractor‘s property and shall be removed from the site to outside the
MOD land and the site shall be left tidy and clean at no extra cost to the department. The removal of the
materials under Schedule of Credit shall be allowed only after the amount of credit has been recovered from the
contractor. The rubbish shall be disposed off outside the Defense land.
5 The scope of demolition/ dismantling of the buildings/ structures/ electrical items shall be upto existing
ground level. However, at locations where the foundation of the proposed building(s)/ services is coming up, no
extra shall be admissible for the excavation, breaking up these foundations. Also no claim of the contractor shall
be entertained in case of variation in the quantity of such excavation/ breaking of foundation/ footing of existing
building(s)/ electrical items, on account of any changed layout of the proposed building(s).
6 The tenderer shall ensure visit to the site for verifying the actual scope of work i.e. quantity/ quality of
material involved in demolition/ dismantling. Irrespective of the fact whether the tenderer actually visited/
inspected the site or not for verifying the condition of the buildings/ structures/ electrical items to be dismantled/
demolished, tenderer shall be deemed to have visited the site and inspected the buildings and has arrived at the
scope of dismantling/ demolition. No claim, what-so-ever, on this account from the contractor shall be
entertained.

CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 43
SCHEDULE „A‟ NOTES CONTD...
7. Electric service connection are to be disconnected by the contractor after taking proper shut down from
MES authority prior to starting of demolition. Accordingly water connections from rising main are to be removed
and plugged properly. The rates quoted shall be deemed to include of these factors.
8. Tenderers to note that old retrieved materials shall not be allowed to be reused in the work.
9. No reduction/ rebate offered by the contractor shall be applicable on the amount of credit. However the
increase of credit amount by the contractor shall be considered.
10. Quoted lump sum will be worked out after deducting amount of Schedule of Credit from quoted
amount in BOQ.
11. The provisions of Section 21 of MES Schedule (Part-I) shall be strictly complied with.

(SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

CONTD/…
CA NO: CESZ- /2020-21 Serial Page No 44

SCHEDULE ‘A’ PART-I

LIST OF ITEMS OF WORKS AND PRICES FOR BUILDING WORKS

Srl No Description of item of work Drg Rate (Rs) No of Units Amount (Rs) Period of Remarks
No Required completion of
indl item after
date of
handing over
of site
1 2 3 4 5 6 7 8

1 Construction of Balance of existing MI room 1609000.00 1.00 1609000.00


Single storey complete all as specified and Each
shown on drawings.

2 Construction of Sentry Box complete all as 32500.00 16.00 520000.00


specified and shown on drawings. Each

3 Construction of Incinerator complete all as 49000.00 2.00 98000.00


specified and shown on drawings. Each

4 Construction of Garbage Bin complete all as 57500.00 4.00 230000.00


specified and shown on drawings. Each

5 Construction of Washing Platforms for three 218500.00 1.00 218500.00


vehicles of size 11.25mx 9.30m alongwith drain Each
and plinth protection complete all as specified
and shown on drawings.

6 Construction of RCC Static Water Tank of 807000.00 1.00 807000.00


capacity 50000 Litres complete all as specified Each
and shown on drawings.

7 Construction of RCC O/H reservoir tank of 16561000.00 2.00 33122000.00


capacity 50000 gallons at 18 metre staging Each
complete all as specified and shown on
Drawings.

8 Construction of Under Ground Sump of capacity 3165000.00 1.00 3165000.00


50000 gallons complete all as specified and Each
shown on drawings.

9 Construction of LPG Store complete all as 1172000.00 1.00 1172000.00


specified and shown on drawings. Each
10 Construction of Spl KOT (balance) including 5319000.00 1.00 5319000.00
Armoury Single storey complete all as specified Each
and shown on drawings.

Total amount of Sch ‘A’ Part-I carried over to BOQ under Srl item No. 2.01 46260500.00

SIGNATURE OF CONTRACTOR SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd...
CA NO: CESZ- /2020-21 Serial Page No 45

SCHEDULE ‘A’ PART-II

LIST OF ITEMS OF WORKS AND PRICES FOR INTERNAL ELECTRIFICATION WORKS

Srl No Description of item of work Drg Rate No of Units Amount (Rs) Period of Remarks
No Unit required completion of
indl item after
date of
handing over
of site
1 2 3 4 5 6 7 8
1 Supply & fix switch flame proof rotary type with 1609.00 10.00 16090.00
termination box in LM6, 16A, single pole 250V Each
complete all as specified and directed.

2 Supply & fix switch piano, flush type, single pole, 120.80 4727.00 571021.60
1 way, 6 Amp, 240 volts complete all as Each
specified and directed.
3 Supply & fixing socket outlet flush type 2-in-1, 5 142.60 173.00 24669.80
Amp 240 volts complete all as specified and Each
directed.

4 Supply & fixing switch socket combination 2-in-1, 372.20 1516.00 564255.20
3 pin 6 Amp flush type 240 volts complete all as Each
specified and directed.

5 Supply & fixing switch socket combination 2-in-1, 379.40 1314.00 498531.60
6 pin 6 and 16 Amp flush type 240 volts
Each
complete all as specified and directed.

6 Supply & fixing ceiling rose surface bakelite 3 65.70 3656.00 240199.20
terminals 65 x 50mm complete all as specified Each
and directed.

7 Supply and fixing Stepped type electronic fan 365.90 1087.00 397733.30
regulator flush type single phase 240 Volt on the Each
existing phenolic laminated sheet complete all
as specified and directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 46

SCHEDULE ‘A’ PART-II (Contd….)


1 2 3 4 5 6 7 8

8 Supply and fixing bell push piano type 5 Amps 134.10 127.00 17030.70
complete all as specified and directed. Each

9 Supply and fixing electric bell ding dong 240V 430.40 127.00 54660.80
complete all as specified and directed. Each

10 Supply and fixing sheet metal enclosures single 1544.40 5.00 7722.00
pole and neutral 240V double door fitted with Each
200 A rated bus bar and neutral link for MCB
(without MCBs) 4 ways complete all as specified
and directed.

11 Supply and fixing sheet metal enclosures single 2264.90 136.00 308026.40
pole and neutral 240V double door fitted with Each
200 A rated bus bar and neutral link for MCB
(without MCBs) 12 ways complete all as
specified and directed.

12 Supply and fixing sheet metal enclosures triple 3186.20 11.00 35048.20
pole and neutral 415V double door fitted with Each
200A rated bus bar and neutral link for MCB
(without MCBs) 6 ways complete all as specified
and directed.

13 Material and labour for sub main wiring with two 211.58 2207.00 466957.06
runs of single core FRLS PVC insulated multi- Running
stranded copper conductor 4 Sqmm 1100V and Metre
one run of 4 Sqmm for continuous earth wire
including suitable PVC casing capping ISI
marked complete all as specified and directed.
Note : Two runs of PVC cable & one run of
earth wire including PVC casing capping
will be considered as one unit.

14 Material and labour for sub main wiring with two 255.78 4379.00 1120060.62
runs of single core FRLS PVC insulated multi- Running
stranded copper conductor 6 Sqmm 1100V and Metre
one run of 6 Sqmm for continuous earth wire
including suitable PVC casing capping ISI
marked complete all as specified and directed.
Note : Two runs of PVC cable & one run of
earth wire including PVC casing capping
will be considered as one unit.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 47

SCHEDULE ‘A’ PART-II (Contd….)


1 2 3 4 5 6 7 8

15 Material and labour for sub main wiring with four 558.04 110.00 61384.40
runs of single core FRLS PVC insulated multi- Running
stranded copper conductor 10 Sqmm 1100V Metre
and one run of 10 Sqmm for continuous earth
wire including suitable PVC casing capping ISI
marked complete all as specified and directed.
Note : Four runs of PVC cable & one run of
earth wire including PVC casing capping
will be considered as one unit.
(For Internal electrification works = 20.00
For Laundry works = 90.00)

16 Material and labour for sub main wiring with four 837.48 72.00 60298.56
runs of single core FRLS PVC insulated multi- Running
stranded copper conductor 16 Sqmm 1100V Metre
and one run of 16 Sqmm for continuous earth
wire including suitable PVC casing capping ISI
marked complete all as specified and directed.
Note : Four runs of PVC cable & one run of
earth wire including PVC casing capping
will be considered as one unit.

17 Supply and fixing Rigid non-metallic, 20mm 75.20 1120.00 84224.00


external dia PVC conduit exclusive of boxes Running
(junction / terminal) but inclusive of all tees, Metre
bends, elbows, reducers, bell mouth tube ends
and fixing accessories such as couplers, lock,
nuts, saddles, pipe hooks etc. complete all as
specified and directed.

18 Supply and Fixing sheet metal enclosure 3 6832.00 6.00 40992.00


Phase, 415 Volt, 50 Hz with Triple pole and Each
earth enclosure with a three pin and earth plug
with socket complete with one triple pole MCB
63 Amp and complete all as spcified and
directed.

Total amount of Sch ‘A’ Part-II carried over to BOQ under Srl item No. 2.02 4568905.44

SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd...
CA NO: CESZ- /2020-21 Serial Page No 48

SCHEDULE ‘A’ PART-III

LIST OF ITEMS OF WORKS AND PRICES FOR INTERNAL WATER SUPPLY WORKS

Srl No Description of item of work Drg Rate No of Units Amount (Rs) Period of Remarks
No Unit required completion of
indl item after
date of
handing over
of site

1 2 3 4 5 6 7 8
Note: Excavation/ earthwork required shall be measured and paid for under schedule ‘A’ Part-IX, if specifically not mentioned in the item.

1 S & F 16 mm outer diametre 3-layer PP-R 122.40 1520.00 186048.00


polypropylene random copolymer) concealed Running
pipes SDR 7.4 (PN16) UV stabilized and Metre
antimicrobial fusion welded having thermal
stability for hot & cold water supply including all
PP-R plain & brass threaded polypropylene
random fittings fixed complete to walls, ceilings
or in floors etc.complete all as specified and
directed.

2 S & F 20 mm outer diametre 3-layer PP-R 145.16 1772.00 257223.52


polypropylene random copolymer) concealed
Running
pipes SDR 7.4 (PN16) UV stabilized and Metre
antimicrobial fusion welded having thermal
stability for hot & cold water supply including all
PP-R plain & brass threaded polypropylene
random fittings fixed complete to walls, ceilings
or in floors etc.complete all as specified and
directed.

3 S & F 25 mm outer diametre 3-layer PP-R 174.20 1520.00 264784.00


polypropylene random copolymer) concealed Running
pipes SDR 7.4 (PN16) UV stabilized and Metre
antimicrobial fusion welded having thermal
stability for hot & cold water supply including all
PP-R plain & brass threaded polypropylene
random fittings fixed complete to walls, ceilings
or in floors etc.complete all as specified and
directed.

4 S & F Lagging to 25 mm bore pipes used in 258.10 600.00 154860.00


internal water supply or plumbing all round with, Running
40min thick bonded mineral wool preformed Metre
‘SNAP ON’ pipe sections of density 144 Kg/cum
conforming to IS 9842 with chicken mesh wire
netting 25 gauge, 20mm mesh with 0.01mm
aluminium foil complete all as specified and
directed.

5 S & F Lagging to 20 mm bore pipes used in 248.62 800.00 198896.00


internal water supply or plumbing all round with, Running
40min thick bonded mineral wool preformed Metre
‘SNAP ON’ pipe sections of density 144 Kg/cum
conforming to IS 9842 with chicken mesh wire
netting 25 gauge, 20mm mesh with 0.01mm
aluminium foil complete all as specified and
directed.
6 S & F 15mm bore Stop valves, cast copper 380.66 30.00 11419.80
alloy, screwed down, high pressure, with crutch Each
or butterfly handle, screwed both ends for iron
pipe or for unions complete all as specified and
directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 49

SCHEDULE ‘A’ PART-III (Contd….)


1 2 3 4 5 6 7 8

7 S & F 20mm bore Stop valves, cast copper 401.46 20.00 8029.20
alloy, screwed down, high pressure, with crutch Each
or butterfly handle, screwed both ends for iron
pipe or for unions complete all as specified and
directed.

8 S & F Bib taps 15 mm bore, cast copper alloy 607.57 119.00 72300.83
with crutch or butterfly handle,screwed down,
Each
screwed for iron pipe or for brass ferrule fancy
type chromium plated complete all as specified
and directed.

9 S & F PVC connection 15mm dia with PTMT 150.00 681.00 102150.00
nuts, of length 450mm complete all as specified Each
and directed.

10 S & F 15 mm dia brass CP wall mixer for mixing 1743.41 211.00 367859.51
hot & cold water screwed down for iron pipe and Each
fixed complete all as specified and directed

11 S & F Brass chromium plated shower rose 409.25 282.00 115408.50


125mm size complete all as specified and
Each
directed.

12 S & F Stop Valve 15 mm bore fancy type, CP 720.14 160.00 115222.40


with long shank & cup (conncelaed type), cast Each
copper alloy screwed down high pressure, with
crutch of butterfly handle, screwed both ends for
iron pipe or for unions complete all as specified
and directed.
13 S&F Gun-metal, globe or gate valves 20mm 540.11 230.00 124225.30
bore, with iron wheel head, screwed both end for Each
iron pipe complete all as specified and directed.

14 S&F Gun-metal, globe or gate valves 25mm 587.24 60.00 35234.40


bore, with iron wheel head, screwed both end for Each
iron pipe complete all as specified and directed.

15 S&F for Urinal spreader of PTMT any colour for 269.40 97.00 26131.80
fixing with 15 mm dia pipe. (Minimum weight Each
60gms) complete all as specified and directed.

Total amount of Sch ‘A’ Part-III carried over to BOQ under Srl item No.2.03 2039793.26

SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd...
CA NO: CESZ- /2020-21 Serial Page No 50

SCHEDULE ‘A’ PART-IV


LIST OF ITEMS OF WORKS AND PRICES FOR SEWAGE DISPOSAL WORKS

Srl No Description of item of work Drg Rate No of Units Amount (Rs) Period of Remarks
No Unit Required completion of
indl item after
date of
handing over
of site

1 2 3 4 5 6 7 8
Note: Excavation/ earthwork required shall be measured and paid for under schedule ‘A’ Part-IX, if specifically not mentioned in the item.

1 M&L plain cement concrete (1:3:6) type C-2 5862.00 104.00 609648.00
(using 40mm graded crushed stone aggregates) Cubic
as in foundation of manholes etc complete all as Metre
specified and directed.

2 M & L Brick work with sub class ‘B’ bricks old 5570.00 249.00 1386930.00
brick straight or curved on plan exceeding 6m Cubic
mean radius built in cement mortar (1:4) Metre
complete all as specified and directed.

3 M&L 15mm thick cement plaster in cement 304.24 1405.00 427457.20


mortar (1:4) to brick or concrete surfaces, mixed Square
with water proofing compound @ 3% by weight Metre
of cement as per manufacturer’s instructions,
surface finished even and smooth without using
extra cement complete all as specified and
directed.
Note : -
Water proofing compound shall be measured
and paid for separately under relevent item.

4 M&L for cement concrete 1:2:4 type B-1 9259.40 24.00 222225.60
( using 20 mm graded crushed stone aggregates Cubic
) as in coping kerbs, fencing posts, benching for Metre
manholes haunching corbelling and channel etc
with slightly chamfered or rounded angles
including form work and finished even and
smooth without using extra cement complete all
as specified and directed.

5 Material & Labour Plain cement concrete (1:2:4) 6586.10 36.00 237099.60
type B-2 (using 40mm graded crushed stone
Cubic
aggregated) as in surface channels and drains
Metre
complete all as specified and directed.

6 Extra for forming fair finished drain or channel 30 43.35 214.00 9276.90
cm inner girth in cement concrete using extra Running
cement including forms, moulds, mitred/ stopped Metre
ends etc complete all as specified ( inner girth
only measured).

7 Material & Labour for precast cement concrete 11702.80 50.00 585140.00
M-25 Design mix using 20 mm graded stone Cubic
aggregate as in manhole covers set in cement Metre
mortar (1:6) including necessary form work
complete all as specified and directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 51

SCHEDULE ‘A’ PART-IV (Contd….)

1 2 3 4 5 6 7 8

8 M & L for Mild Steel TMT bars 10 mm dia and 82.60 6280.00 518728.00
over cut to length , bent to shape required , Kilogram
including cranking, bending spirally for hooping
for column , hooking ends and binding with and
including mild steel wire ( annealed) not less
than 0.9 mm dia or securing with clips complete
all as specified and directed.

9 Supply only liquid water proofing compound ISI 261.50 391.00 102246.50
marked of approved make complete all as
Litre
specified and directed.

10 M & L concrete bed to drain pipes 150 mm bore 466.89 1231.00 574741.59
in PCC (1:3:6) type C2 ( using 40 mm graded Running
crushed stone aggregate ) including packing Metre
under, and haunching against the sides of pipes
after they are laid and tested including forming
cradles complete all as specified and directed.

11 M & L concrete bed to drain pipes 200 mm bore 647.79 1056.00 684066.24
in PCC (1:3:6) type C2 ( using 40 mm graded Running
crushed stone aggregate ) including packing Metre
under, and haunching against the sides of pipes
after they are laid and tested including forming
cradles complete all as specified and directed.

12 M & L concrete bed to drain pipes 300 mm bore 749.44 416.00 311767.04
in PCC (1:3:6) type C2 ( using 40 mm graded Running
crushed stone aggregate ) including packing Metre
under, and haunching against the sides of pipes
after they are laid and tested including forming
cradles complete all as specified and directed.

13 M&L for Mild steel round bars 10mm dia and 81.87 360.00 29473.20
over cut to length , bent to shape required as in Kilogram
handles for manhole cover complete all as
specified and directed.

Total amount of Sch ‘A’ Part-IV carried over to BOQ under Srl item No.2.04 5698799.87

SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd...
CA NO: CESZ- /2020-21 Serial Page No 52

SCHEDULE ‘A’ PART-V


LIST OF WORKS AND PRICES FOR ROAD, PATH, CULVERT, ROAD FURNITURE AND HARD STANDING/PAVED AREA WORKS

Srl No Description of item of work Drg Rate (Rs) No of Units Amount (Rs) Period of Remarks
No Required completion of
indl item after
date of
handing over
of site

1 2 3 4 5 6 7 8
Note: Excavation/ earthwork required shall be measured and paid for under schedule ‘A’ Part-IX, if specifically not mentioned in the item.

1 Rolling and consolidation formation with 8 to 12 26.00 964.00 25064.00


tonne power roller including filling in soft spots,
depressions etc which occur during rolling (for Ten
portion coming in cutting/ original ground level Square
only) to required camber and gradient etc. Metre
including watering before or during rolling
complete all as specified and directed.

2 M&L for 200 mm thick (spread thickness) soling 3694.10 964.00 3561112.40
(or sub base) with broken stone (granite, trap or
Ten
basalt) of size range 100 mm to 50 mm
Square
deposited spread, levelled in one layer,
Metre
interstices filled surface formed, rolled and
consolidated to required gradient and camber
with 8 to 12 tonne power roller, complete all as
specified and directed.

3 M&L Premix bituminous macadam laid/rolled 8915.70 504.00 4493512.80


and compacted to required gradient and camber Cubic
(consolidated thickness 75mm or less) using Metre
paving Bitumen of VG 30 complete all as
specified and directed.

4 M&L for preparing black top surfaces by 4307.90 1008.00 4342363.20


brushing with wire brushes for removing caked Ten Square
mud etc, sweeping with brooms and finally Metre
fanning the cleaned surfaces with gunny bags to
remove all loose dirt etc and applying evenly a
priming/ tack coat of paving bitumen (VG-10) at
the rate of 5 Kg per 10 square metre of road
surface and providing 40mm thick (consolidated
thickness) bituminous premixed semi dense
asphaltic concrete with 5.5% of paving bitumen
binder(VG-30) by weight of total mix, mixed in
hot mix plant, laid with mechanical paver rolled
and compacted to required camber and gradient
with 8 to 10 Tonne power road roller complete all
as specified and directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 53

SCHEDULE ‘A’ PART-V (Contd….)

1 2 3 4 5 6 7 8

5 M&L for continious brick edging of sub class 'B' 110.40 3664.00 404505.60
old size bricks with width equal to the width of Running
the brick laid dry on end vertically complete all Metre
as specified and directed.

6 Supply and fixing metal tubular dealineator made 801.84 366.00 293473.44
out of ABS round body fitted with 2 Nos 65 mm
Each
dia highly reflective reflectors made out of
PMMA and mounted on 45/50 mm dia mild steel
pipe of 600 mm height duly powder coated and
thermo plastic elastomer 3 bands of green, red
and yellow reflector radium tape of 25 mm wide
strips with anti theft steel net for reflector
protection including embedding in PCC 1:2:4
(150x150x300mm) type B-1 complete all as
specified and directed

7 Supply and fixing cat eye solar reflective type of 367.09 366.00 134354.94
metal body alloy of size 100mm x 100mm x Each
20mm with PAMA striplens reflector of model
No. DA 972.0 fixed with and incl MS stud of
suitable size as per manufacturer's instructions
complete all as specified and directed.

8 Material and Labour for 150 mm thick 4782.20 241.00 1152510.20


(compacted thickness) WBM in two layers of 75
Ten
mm each, with, granite,trap or Basalt coarse
Square
aggregates of grading 2 (63 to 40mm size) or of
Metre
grading 3 (50 to 20mm size), spread,rolled and
consolidated to gradient and camber complete
all as specified and directed.

9 M&L Hard-core of broken stone of gauge n exc. 2070.80 2860.00 5922488.00


63 mm, deposited, spread and levelled in layers Cubic
n exc. 15 cm thick, watered and rammed to a Metre
true surface complete all as specified and
directed

10 M&L 150 mm thick cement concrete (1:4:8) type 774.80 4750.00 3680300.00
D-2 (using 40 mm graded crushed stone Square
aggregate) as in sub base of floors , complete all Metre
as specified and directed.

11 M&L cement concrete (1:3:6) type C-2 (using 5862.00 80.00 468960.00
40mm graded crushed stone aggregates ) as in Cubic
foundations, filling and mass concrete etc. Metre
complete all as specified and directed.

12 Material & Labour for Reinforced concrete pipes, 1095.00 86.00 94170.00
class NP-3, 450 mm bore, with and including
Runnung
collars laid in trenches and jointed complete all
Metre
as specified and directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 54

SCHEDULE ‘A’ PART-V (Contd….)

1 2 3 4 5 6 7 8

13 M&L for Cement concrete work in pavement/ 7107.10 1717.00 12202890.70


hard-standing of flexural strength 40 kg/per Cubic
square centimetre in field using 400 kg of Metre
cement per cubic metre, thickness of concrete
25 cm or less including form work complete all
as specified and directed.
Note:-
The construction, dummy (contraction) and
expanion joints shall be measured and paid
for separately.

14 M&L for Forming Contraction (Dummy) joints 608.70 785.00 477829.50


65mm deep x 10mm wide, filled with sealing
Ten
compound grade ' A' complete all as specified
Running
and as directed.
Metre
15 M&L 75 mm thick cement concrete (1:3:6) type 441.70 3689.00 1629431.30
C-2 (using 40 mm graded crushed stone Square
aggregate) as in sub base of floors/path , Metre
complete all as specified and directed.

16 M&L Sand filling under floors for cushioning 1974.30 60.00 118458.00
below interlocking paver block including watering
Cubic
and consolidation complete all as sepcified and
Metre
directed.

17 M&L Machine pressed precast concrete 891.90 2405.00 2145019.50


interlocking paver block any shape & size
Square
confirming to IS 15658-2006 of 80 mm
Metre
thickness, M-40 grade with grey cement and no
pigments complete all as specified and directed.

18 M&L for cement concrete 1:2:4 type B-0 (using 9259.40 25.00 231485.00
12.50 mm graded crushed stone aggregates) as Cubic
in coping kerbs, fencing posts, benching for Metre
manholes haunching corbelling and channel etc
with slightly chamfered or rounded angles
including form work and finished even and
smooth without using extra cement complete all
as specified and directed.

19 M&L for 15mm thick screed bed or bedding layer 223.37 1284.00 286807.08
in cement mortor 1:4 for laying floor finishes Square
complete all as specifed and directed. Metre

20 M&L for formwork to sides of square, rectangular 598.08 16.50 9868.32


or polygonal pillars, posts, struts, piers, columns Square
etc for rough finished flat surfaces of concrete Metre
all as specified and directed.

Total amount of Sch ‘A’ Part-V carried over to BOQ under Srl item No.2.05 41674603.98

SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd...
CA NO: CESZ- /2020-21 Serial Page No 55

SCHEDULE ‘A’ PART-VI


LIST OF ITEMS OF WORKS AND PRICES FOR AREA DRAINAGE WORKS
Srl No Description of item of work Drg Rate (Rs) No of Units Amount (Rs) Period of Remarks
No Required completion of
indl item after
date of
handing over
of site

1 2 3 4 5 6 7 8
Note: Excavation/ earthwork required shall be measured and paid for under schedule ‘A’ Part-IX, if specifically not mentioned in the item.

1 M&L cement concrete (1:3:6) type C-2 ( using 5862.00 355.00 2081010.00
40mm graded crushed stone aggregates ) as in Cubic
foundation, filling and mass concrete etc. Metre
complete all as specified and directed.

2 M & L formwork to sides of concrete 316.72 7403.00 2344678.16


foundations, footings, bases of columns, raft and Square
raft beams, sides and soffits (if any) of Metre
foundation and plinth beams; and similar work;
vertical or to batter for rough finished flat
surfaces of concrete complete all as specified
and directed.
3 M & L reinforced cement concrete M-25 Design 7640.60 999.00 7632959.40
mix using 20 mm graded crushed stone Cubic
aggregate as in foundation, including raft, Metre
footings, foundation beams, plinth beams, bases
for column etc.,basement slabs, under reamed
piles and mass concrete complete all as
specified and directed.

4 M & L for Mild Steel TMT bars 8 mm dia cut to 84.55 40936.00 3461138.80
length , bent to shape required , including Kilogram
cranking, bending spirally for hooping for column
, hooking ends and binding with and including
mild steel wire (annealed) not less than 0.9 mm
dia or securing with clips complete all as
specified and directed.

5 M & L for Mild Steel TMT bars 10 mm dia and 82.60 910.00 75166.00
over cut to length , bent to shape required , Kilogram
including cranking, bending spirally for hooping
for column , hooking ends and binding with and
including mild steel wire (annealed) not less than
0.9 mm dia or securing with clips complete all as
specified and directed.

6 M &L rendering 5 mm thick in CM 1:4 on fair 146.48 4778.00 699881.44


faces of brick work or concrete surfaces and Square
finishing fair and even without using extra Metre
cement complete all as specified and directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 56

SCHEDULE ‘A’ PART-VI (Contd….)

1 2 3 4 5 6 7 8

7 Material & Labour for precast cement concrete 11702.80 8.00 93622.40
M-25 Design mix using 20 mm graded stone Cubic
aggregate as in manhole covers set in cement Metre
mortar (1:6) including necessary form work
complete all as specified and directed.

8 S&F of 110 mm bore PVC (SWR) pipes single 190.00 517.00 98230.00
socketed in any length with rubber ring joints Running
fixed to walls complete all as specified and Metre
directed.

Total amount of Sch ‘A’ Part-VI carried over to BOQ under Srl item No. 2.06 16486686.20

SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd...
CA NO: CESZ- /2020-21 Serial Page No 57

SCHEDULE ‘A’ PART-VII


LIST OF ITEMS OF WORKS AND PRICES FOR COMPOUND WALL AND STEEL GATE WORKS
Srl No Description of item of work Drg Rate (Rs) No of Units Amount (Rs) Period of Remarks
No Required completion of
indl item after
date of
handing over
of site

1 2 3 4 5 6 7 8
Note: Excavation/ earthwork required shall be measured and paid for under schedule ‘A’ Part-IX, if specifically not mentioned in the item.

1 M&L cement concrete (1:4:8) type D-2 (using 5483.10 150.00 822465.00
40mm graded crushed stone aggregates) as in Cubic
foundation filling and mass concrete etc. Metre
complete all as specified

2 M & L Brick work with sub class ‘B’ old size 5370.50 821.00 4409180.50
bricks, straight or curved on plan exceeding 6m Cubic
mean radius built in cement mortar (1:4) Metre
complete all as specified and directed.

3 M & L for Providing 1:2:4 type B-0 precast 769.80 629.00 484204.20
cement concrete louvres and jallies, 40mm thick
Square
(measured solid), including all mouldings but
Metre
excluding frame set in cement mortar 1:4
complete all as specified and directed..
Note:-Pre cast frame shall be measured and
paid for separately.

4 M&L 15mm thick cement plaster in cement 263.12 4902.00 1289814.24


mortar (1:4) to brick or concrete surfaces, mixed Square
with water proofing compound @ 3% by weight Metre
of cement as per manufacturer’s instructions,
surface finished fair and even complete all as
specified and directed.
Note : -
Water proofing compound shall be measured
and paid for separately under relevant item.

5 M&L 15mm thick cement plaster in cement 303.87 4655.00 1414514.85


mortar (1:4) to other than fair faces of brick Square
work, mixed with water proofing compound @ Metre
3% by weight of cement as per manufacturer’s
instructions, surface finished fair and even
complete all as specified and directed.
Note : -
Supply only of water proofing compound
shall be measured and paid for separately
under relevent item.

6 Supply only liquid water proofing compound ISI 261.50 2661.00 695851.50
marked of approved make, complete all as Litre
specified and directed.

7 M&L Preparation of new plastered surfaces of 105.20 10814.00 1137632.80


walls and applying two coats of cement base Square
paint over a coat of alkali resistant priming paint, Metre
complete all as specified and directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 58

SCHEDULE ‘A’ PART-VII (Contd….)

1 2 3 4 5 6 7 8

8 Material & Labour for TMT bars, 5mm dia and 84.55 4581.00 387323.55
over upto and including 10mm dia in stirrups, Kilograms
spacers and binders ,cut to length, bent to
shape required, including cranking, bending
spirally or hooping for columns, hooking ends
and binding with and including mild steel wire
(annealed) not less than 0.9mm dia or securing
with clips, complete all as specified and directed.

9 M & L for Mild Steel TMT bars 10 mm dia and 82.60 3680.00 303968.00
over cut to length , bent to shape required Kilograms
,including cranking, bending spirally for hooping
for column , hooking ends and binding with and
including mild steel wire (annealed) not less than
0.9 mm dia or securing with clips complete all as
specified and directed.

10 M & L reinforced cement concrete M-25 Design 7640.60 13.00 99327.80


mix using 20 mm graded crushed stone Cubic
aggregate as in foundation, including raft, Metre
footings, foundation beams, plinth beams, bases
for column etc.,basement slabs, under reamed
piles and mass concrete complete all as
specified and directed.

11 M & L reinforced cement concrete M-25 Design 8144.20 48.00 390921.60


mix using 20 mm graded crushed stone Cubic
aggregate as in beams, cantilevers, Metre
bressummers, lintels over 1.5m span, complete
all as specified and directed.
12 M & L for reinforced cement concrete M-25 8650.20 12.00 103802.40
Design mix using 20 mm graded crushed stone Cubic
aggregate as in columns, pillars, piers, posts Metre
and struts, complete all as specified and
directed.
13 M & L formwork to sides and soffits of floor or 462.80 696.00 322108.80
roof beams, beam haunchings, girders, Square
bressummers, lintels, cantilevers, shelves Metre
including supports, overhangs, etc. also splays
between floors and beams, etc for rough finished
flat surfaces of concrete all as specified and
directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 59

SCHEDULE ‘A’ PART-VII (Contd….)

1 2 3 4 5 6 7 8

14 M&L for 20mm thick Granite (of any type) work 5425.15 87.00 471988.05
(table rubbed and polished) in steps, jambs, Square
pillars, window-cills, cooking platforms and like in Metre
cement mortar (1:4) including pointing in white
cement (1:2) using marble dust with admixture
or pigment to match with shade of granite laid
over and including Screed bed or bedding layer
of 15 mm thick cement mortar in 1:3 complete
as specified and directed.

15 M & L for Mild Steel Framed work as in doors or 117.70 4000.00 470800.00
gates of angle or other section with gusset Kilogram
plates, rails, braces, etc., complete, drilled for
fixing of steel sheeting or other covering. Doors,
etc. to be prepared for hanging or sliding with
and including either hooks and hinges or steel
hanging door fittings (exclusive of steel sheeting
or other covering, running rails and guides)
and hanging; also fastening and fixing complete
conforming to Fe 410-W(Gde-E-250) Quality A
complete all as specified and directed.

16 M & L formwork to sides of concrete 316.72 64.00 20270.08


foundations, footings, bases of columns, raft and Square
raft beams, sides and soffits (if any) of Metre
foundation and plinth beams; and similar work;
vertical or to batter for rough finished flat
surfaces of concrete complete all as specified
and directed.

17 M&L for preparation of new iron or steel 141.30 104.00 14695.20


surfaces of any description over 10 cm width or Square
girth and applying two coats of synthetic Metre
enameled paint over a coat of red oxide primer
complete all as specified and directed.

18 M & L formwork to sides of square, rectangular 598.08 81.00 48444.48


or polygonal pillars, posts, struts,piers, columns Square
etc for rough finished flat surfaces of concrete Metre
all as specified and directed.

Total amount of Sch ‘A’ Part-VII carried over to BOQ under Srl item No. 2.07 12887313.05

SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd...
CA NO: CESZ- /2020-21 Serial Page No 60

SCHEDULE ‘A’ PART-VIII

LIST OF ITEMS OF WORKS AND PRICES FOR EXTERNAL WATER SUPPLY WORKS

Srl No Description of item of work Drg Rate (Rs) Unit Amount (Rs) Period of Remarks
No completion of
indl item after
date of
handing over
of site

1 2 3 4 5 6 7 8
Note: Excavation/ earthwork required shall be measured and paid for under schedule ‘A’ Part-IX, if specifically not mentioned in the item.

1 Supply, laying, jointing and testing galvanised 760.50 245.00 186322.50


steel water tubing medium grade 80 mm bore Running
with all fittings (such as Tee, bends, socket, Metre
reducer, short peices, connectors backnuts,
diminishing pieces, caps, plugs unions etc.) in
trenches, under roads or ground etc, complete
all as specified and directed.

2 Supply, laying, jointing and testing galvanised 421.20 725.00 305370.00


steel water tubing medium grade 50 mm bore Running
with all fittings (such as Tee, bends, socket, Metre
reducer, short peices, connectors backnuts,
diminishing pieces, caps, plugs unions etc.) in
trenches, under roads or ground etc, complete
all as specified and directed.

3 Supply, laying, jointing and testing galvanised 396.50 305.00 120932.50


steel water tubing medium grade 40 mm bore Running
with all fittings (such as Tee, bends, socket, Metre
reducer, short peices, connectors backnuts,
diminishing pieces, caps, plugs unions etc.) in
trenches, under roads or ground etc, complete
all as specified and directed.

4 Supply, laying, jointing and testing galvanised 184.60 590.00 108914.00


steel water tubing medium grade 25 mm bore Running
with all fittings (such as Tee, bends, socket, Metre
reducer, short peices, connectors backnuts,
diminishing pieces, caps, plugs unions etc.) in
trenches, under roads or ground etc, complete
all as specified and directed.

5 Materail and labour for CI fittings (any type, 66.92 500.00 33460.00
radius and angle) tapers any type, (straight, Kilogram
bend, increasing, decreasing or double socket
etc.) Tee pieces single branch. "Y" junction,
double branch, cross (all sockets or socket and
spigot) collars, caps and plugs, complete all as
specified and directed.

6 M&L for lagging to pipes used in water supply of 118.75 200.00 23750.00
25mm dia all around including on pipe fittings Running
such as bends,Tee's,unions, elbows, nipples, Metre
tees,valves etc with25 mm thick bonded mineral
glass wool preformed 'SNAP ON' pipe section of
density 144 kg per cum provided with chicken
mesh wire netting 25 mm gauge,20mm mesh
confirming to IS: 9842 and fitting complete all as
specified and directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 61

SCHEDULE ‘A’ PART-VIII (Contd….)

1 2 3 4 5 6 7 8

7 M&L for lagging to pipes used in water supply of 137.67 250.00 34417.50
40 mm dia all around including on pipe fittings Running
such as bends,Tee's,unions, elbows, nipples, Metre
tees,valves etc with25 mm thick bonded mineral
glass wool preformed 'SNAP ON' pipe section of
density 144 kg per cum provided with chicken
mesh wire netting 25 mm gauge,20mm mesh
confirming to IS: 9842 and fitting complete all as
specified and directed.

8 Supply and fixing Gun metal, globe or gate 979.08 15.00 14686.20
valve (ISI marked) of 50 mm dia bore, with iron Each
wheel head, screwed both ends for iron pipe
complete all as specified and directed.

9 Supply and fixing Gun metal, globe or gate 784.97 3.00 2354.91
valve (ISI marked) of 40 mm dia bore, with iron Each
wheel head, screwed both ends for iron pipe
complete all as specified and directed.

10 Supply and fixing Gun metal, globe or gate 587.24 12.00 7046.88
valve (ISI marked) of sizes 25 mm dia bore, with Each
iron wheel head, screwed both ends for iron pipe
complete all as specified and directed.

11 S&F Cast Iron sluice valve of size 80mm bore 9500.00 8.00 76000.00
with SS spindle and Cl check nut with operative Each
cast iron wheel with double end flanged class
PN -1.6 (non raising spindle type conforming to
IS -14846 (ISI marked) including all jointing
materials such as rubber gasket insertion sheet,
nuts, bolts and washers etc complete all as
specified and directed.

12 S&F Cast Iron sluice valve of size 100mm bore 11400.00 13.00 148200.00
with SS spindle and Cl check nut with operative Each
cast iron wheel with double end flanged class
PN -1.6 (non raising spindle type conforming to
IS -14846 (ISI marked) including all jointing
materials such as rubber gasket insertion sheet,
nuts, bolts and washers etc complete all as
specified and directed.

13 S&F Cast Iron sluice valve of size 150mm bore 14500.00 20.00 290000.00
with SS spindle and Cl check nut with operative Each
cast iron wheel with double end flanged class
PN -1.6 (non raising spindle type conforming to
IS -14846 (ISI marked) including all jointing
materials such as rubber gasket insertion sheet,
nuts, bolts and washers etc complete all as
specified and directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 62

SCHEDULE ‘A’ PART-VIII (Contd….)

1 2 3 4 5 6 7 8

14 S&F Cast Iron Non-return Butterfly valve, 8610.00 4.00 34440.00


100mm bore spigot and socket ends including all Each
jointing materials such as rubber gasket
insertion sheet, nuts, bolts and washers etc
complete all as specified and directed.

15 S&F Cast Iron Non-return Butterfly valve, 11420.00 6.00 68520.00


150mm bore spigot and socket ends including all Each
jointing materials such as rubber gasket
insertion sheet, nuts, bolts and washers etc
complete all as specified and directed.

16 Supply, laying, jointing and testing galvanised 344.50 215.00 74067.50


steel water tubing medium grade 32 mm bore Running
with all fittings (such as Tee, bends, socket, Metre
reducer, short peices, connectors backnuts,
diminishing pieces, caps, plugs unions etc.) in
trenches, under roads or ground etc, complete
all as specified and directed. (For STP works)

17 Supply, laying, jointing and testing galvanised 158.60 440.00 69784.00


steel water tubing medium grade 20 mm bore Running
with all fittings (such as Tee, bends, socket, Metre
reducer, short peices, connectors backnuts,
diminishing pieces, caps, plugs unions etc.) in
trenches, under roads or ground etc, complete
all as specified and directed. (For STP works)

18 Supply and fixing Gun metal, globe or gate 540.11 7.00 3780.77
valve (ISI marked) of sizes 20 mm dia bore, with Each
iron wheel head, screwed both ends for iron pipe
complete all as specified and directed. (For
STP works)

Total amount of Sch ‘A’ Part-VIII carried over to BOQ under Srl item No. 2.08 1602046.76

SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd...
CA NO: CESZ- /2020-21 Serial Page No 63

SCHEDULE ‘A’ PART-IX

LIST OF ITEMS OF WORK AND PRICES SITE CLEARANCE & EARTH WORKS

Srl No Description of item of work Drg Rate (Rs) No of Units Amount (Rs) Period of Remarks
No Required completion of
indl item after
date of
handing over
of site
1 2 3 4 5 6 7 8

1 Excavating over areas as in soft/loose soil, n.exc 258.50 11264.00 2911744.00


1.5 m deep and getting out complete all as Cubic
specified and directed. Metre

2 Surface excavation in soft/loose soil not 53.10 8164.00 433508.40


exceeding 30cm and averaging 15cm deep and Square
getting out complete all as specified and Metre
directed.
3 Rough excavation in soft/loose soil not 179.10 85.00 15223.50
exceeding 1.50 metre deep and getting out Cubic
complete all as specified and directed. Metre

4 Excavating in trenches in soft/loose soil not 383.70 10383.00 3983957.10


exceeding 1.50 m wide for foundation for pipes, Cubic
walls, cesspits, manholes, pier holes, cables etc Metre
not exceeding 10 Sqm on plan and not
exceeding 1.50 m in depth and getting out
complete all as specified and directed.

5 Excavating in trenches in soft/loose soil not 542.40 771.00 418190.40


exceeding 1.50 m wide and depth exceeding Cubic
1.50 m and not exceeding 3.00 m for foundation Metre
for pipes, walls, cesspits, manholes, pier holes,
cables etc not exceeding 10 Sqm on plan and
getting out complete all as specified and
directed.

6 Returning, filling in any type of soil, spreading, 139.10 5010.00 696891.00


leveling, watering and well ramming in layers not Cubic
exceeding 25cm thick each complete all as Metre
specified and directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 64

SCHEDULE ‘A’ PART-IX (Contd….)

1 2 3 4 5 6 7 8

7 Removal of excavated soil to a distance not exc. 320.40 1364.00 437025.60


50m and depositing where directed at a level not Cubic
exc. 1.5m above the starting point complete all Metre
as specified and directed.

8 Removal of excavated soil to a distance exc 250 324.00 14128.00 4577472.00


m but n exc not exc. 500m and depositing where Cubic
directed at a level not exc. 1.5m above the Metre
starting point complete all as specified and
directed.

9 Forming embankments in solids including raising 168.10 50.00 8405.00


(or lowering) earth, spreading in layers n. Exc Cubic
30cm thick, watering, ramming/rolling and Metre
finishing to required size, shape etc. n exc 1.5 m
from base complete all as specified and
directed.

Total amount of Sch ‘A’ Part-IX carried over to BOQ under Srl item No. 2.09 13482417.00

SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd...
CA NO: CESZ- /2020-21 Serial Page No 65

SCHEDULE ‘A’ PART-X

LIST OF ITEMS OF WORKS AND PRICES FOR EXTERNAL ELECTRIFICATION WORKS

Srl No Description of item of work Drg Rate (Rs) No of Units Amount (Rs) Period of Remarks
No Required completion of
indl item after
date of
handing over
of site

1 2 3 4 5 6 7 8

Note: Excavation/ earthwork required shall be measured and paid for under schedule ‘A’ Part-IX, if specifically not mentioned in the item.

1 M&L for un-reinforced precast PCC cable Cover 57.40 8800.00 505120.00
of size 300mm x 180mm x 40mm class HV Type- Each
1 for covering cables laid dry flat on sand all as
specified.

2 M&L for un-reinforced precast PCC cable Cover 44.20 66600.00 2943720.00
of size 250mm x 150mm x 40mm class LV Type- Each
1 for covering cables laid dry flat on sand all as
specified.

3 Material & labour galvanised steel pipe light 638.00 50.00 31900.00
grade ISI marked 100 mm nominal bore dia for Running
passing of cable fixed to poles/ walls/ laid under Metre
floor/ roads complete with and including fittings
as required complete all as specified and
directed.

4 Material & labour galvanised steel pipe light 511.10 50.00 25555.00
grade ISI marked 80 mm nominal bore dia for Running
passing of cable fixed to poles/ walls/ laid under Metre
floor/ roads complete with and including fittings
as required complete all as specified and
directed.
5 Material & labour galvanised steel pipe light 292.00 50.00 14600.00
grade ISI marked 50 mm nominal bore dia for Running
passing of cable fixed to poles/ walls/ laid under Metre
floor/ roads complete with and including fittings
as required complete all as specified and
directed.

6 M&L cement concrete (1:4:8) type D-2 (using 5483.10 106.00 581208.60
40mm graded crushed stone aggregates) as in Cubic
foundation filling and mass concrete etc. Metre
complete all as specified

7 M&L for PCC (1:3:6) type C-1, using 20mm 8629.40 11.10 95786.34
graded stone aggregate as in coping, benching Cubic
and the like incuding weathering, slightly Metre
rounded or chamfered angles as directed
including necessary form work complete all as
specified and directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 66

SCHEDULE ‘A’ PART-X (Contd….)

1 2 3 4 5 6 7 8

8 S&F Cable jointing kit for 11 KV (Earthed) grade 20220.40 15.00 303306.00
cable for outdoor termination cold shrink type Each
joint complete with jointing material and
accessories suitable for 3 core XLPE armoured
stranded aluminium conductor cable of size 240
sqmm complete all as per specified and directed

9 S&F Cable jointing kit for 11 KV (Earthed) grade 19698.20 6.00 118189.20
cable for indoor termination cold shrink type Each
joint complete with jointing material and
accessories suitable for 3 core XLPE armoured
stranded aluminium conductor cable of size 240
sqmm complete all as per specified and directed

10 Supplying, laying, jointing and testing XLPE 1892.05 1700.00 3216485.00


insulated, screened, PVC bedded, galvanised
Running
steel strip or wire armoured, electric cables
Metre
(heavy duty) with stranded aluminium
conductor, 11KV volts grade Earthed, cross
sectional area 240 sqmm 3 core confirming to
IS: 7098-1985 (Part-2) laid in trenches, in floor,
in duct, through pipes or along the pole complete
all as specified and directed.

11 Supplying, laying, jointing and testing XLPE 193.50 5885.00 1138747.50


insulated, screened, PVC bedded, galvanised Running
steel strip or wire armoured, electric cables Metre
(heavy duty) with stranded aluminium
conductor, 1100 volts, grade cross sectional
area 16 Sqmm 4 core confirming to IS: 7098-
1988 (Part-I) laid in trenches, in floor, in duct,
through pipes or along the pole complete all as
specified and directed.

12 Supplying, laying, jointing and testing XLPE 249.04 1650.00 410916.00


insulated, screened, PVC bedded, galvanised Running
steel strip or wire armoured, electric cables Metre
(heavy duty) with stranded aluminium
conductor, 1100 volts, grade cross sectional
area 25 Sqmm 4 core confirming to IS: 7098-
1988 (Part-I) laid in trenches, in floor, in duct,
through pipes or along the pole complete all as
specified and directed.

13 Supplying, laying, jointing and testing XLPE 269.75 575 155106.25


insulated, screened, PVC bedded, galvanised Running
steel strip or wire armoured, electric cables Metre
(heavy duty) with stranded aluminium
conductor, 1100 volts, grade cross sectional
area 35 Sqmm 3.5 core confirming to IS: 7098-
1988 (Part-I) laid in trenches, in floor, in duct,
through pipes or along the pole complete all as
specified and directed.

14 Supplying, laying, jointing and testing XLPE 337.52 1375.00 464090.00


insulated, screened, PVC bedded, galvanised Running
steel strip or wire armoured, electric cables Metre
(heavy duty) with stranded aluminium conductor,
1100 volts, grade cross sectional area 50 Sqmm
3.5 core confirming to IS: 7098-1988 (Part-I)
laid in trenches, in floor, in duct, through pipes or
along the pole complete all as specified and
directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 67

SCHEDULE ‘A’ PART-X (Contd….)

1 2 3 4 5 6 7 8

15 Supplying, laying, jointing and testing XLPE 443.89 765.00 339575.85


insulated, screened, PVC bedded, galvanised Running
steel strip or wire armoured, electric cables Metre
(heavy duty) with stranded aluminium conductor,
1100 volts, grade cross sectional area 70 Sqmm
3.5 core confirming to IS: 7098-1988 (Part-I)
laid in trenches, in floor, in duct, through pipes or
along the pole complete all as specified and
directed.

16 Supplying, laying, jointing and testing XLPE 526.72 260.00 136947.20


insulated, screened, PVC bedded, galvanised Running
steel strip or wire armoured, electric cables Metre
(heavy duty) with stranded aluminium
conductor, 1100 volts, grade cross sectional
area 95 Sqmm 3.5 core confirming to IS: 7098-
1988 (Part-I) laid in trenches, in floor, in duct,
through pipes or along the pole complete all as
specified and directed.

17 Supplying, laying, jointing and testing XLPE 648.15 260.00 168519.00


insulated, screened, PVC bedded, galvanised
Running
steel strip or wire armoured, electric cables
Metre
(heavy duty) with stranded aluminium
conductor, 1100 volts, grade cross sectional
area 120 Sqmm 3.5 core confirming to IS: 7098-
1988 (Part-I) laid in trenches, in floor, in duct,
through pipes or along the pole complete all as
specified and directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 68

SCHEDULE ‘A’ PART-X (Contd….)

1 2 3 4 5 6 7 8

18 Supplying, laying, jointing and testing XLPE 759.22 20.00 15184.40


insulated, screened, PVC bedded, galvanised
Running
steel strip or wire armoured, electric cables
Metre
(heavy duty) with stranded aluminium
conductor, 1100 volts, grade cross sectional
area 150 Sqmm 3.5 core confirming to IS: 7098-
1988 (Part-I) laid in trenches, in floor, in duct,
through pipes or along the pole complete all as
specified and directed.

19 Supplying, laying, jointing and testing XLPE 937.13 90.00 84341.70


insulated, screened, PVC bedded, galvanised Running
steel strip or wire armoured, electric cables Metre
(heavy duty) with stranded aluminium
conductor, 1100 volts, grade cross sectional
area 185 Sqmm 3.5 core confirming to IS: 7098-
1988 (Part-I) laid in trenches, in floor, in duct,
through pipes or along the pole complete all as
specified and directed.

20 Supplying, laying, jointing and testing XLPE 1800.30 670.00 1206201.00


insulated, screened, PVC bedded, galvanised Running
steel strip or wire armoured, electric cables Metre
(heavy duty) with stranded aluminium
conductor, 1100 volts, grade cross sectional
area 400 Sqmm 3.5 core confirming to IS: 7098-
1988 (Part-I) laid in trenches, in floor, in duct,
through pipes or along the pole complete all as
specified and directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 69

SCHEDULE ‘A’ PART-X (Contd….)

1 2 3 4 5 6 7 8

21 Supply, installing, testing and commissioning 1642117.47 2.00 3284234.94


indoor type, step down transformer, 11000/433
Each
Volts, 3 phase 50 cycle per second, capacity
630 KVA, core type, copper wound, oil
immersed, naturally cooled, Oil Natural, Air
Natural (ONAN) with external cooling tubes/fins,
delta connected on primary side(HV) and star
connected on secondary side (LV) in
accordance with vector symbol DYN-11 (Vector
Group) with neutral brought out on secondary
side (LV side) and having tapping at 0, + 2.5%,
+ 5%, + 7.5% on HV side to be changed by
means of hand operated off load tap changer/
gear. Switch handle shall be provided with the
locking arrangement alongwith top position
indicator.

The transformer shall be IS : 1180 (Part-I) : 2014


with maximum total losses as per energy
efficiency level 2 of IS : 1180 (Part-I) : 2014 and
shall comprise of the following: -
(a) HT cable box on primary side including all
accessories as required.(b) One cable box on
LV side (Secondary side) consisting of four Nos
porcelain bushing with copper rods, complete
with nuts and washers, with two Nos cable
glands suitable for reception/taking out of XLPE
insulated heavy duty armoured cables including
glands, joints and jointing materials complete.
(c) Oil conservator with filter type drain valve
and oil level guage.
(d) De-hydrating breather with first fill
dehydrating agent (silca gel).

(e) Explosive vent.


(f) Thermometer pocket on tank cover
(g) One No 100mm dia, dial type thermometer,
vapour pressure type, having range 0-120
degree Celsius with metal guard having
maximum perimeter reading temperature
indicator with resisting device for transformer.
(h) Two earthing terminals on tank to facilitate
fixing of 02 Nos 32x6mm galvanized iron earth
strips for earthing of body and 02 Nos 32x3mm
copper earth strip for earthing of neutral.
(j) Rating plate and terminal marking plate.
(k) Oil level gauge
(l) Oil drain filter valve
(m) Lifting lugs.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 70

SCHEDULE ‘A’ PART-X (Contd….)

1 2 3 4 5 6 7 8

(n) Oil filling hole with cap/plug with connecting


plate complete.
(o) Air release valve vent with plug.
(p) Four plain solid cast steel detachable rollers.
(q) Buchholz Relay.
(r) First filling of new and unused transformer oil
IS-335/93 (Fourth revision) marked filtered and
tested upto 50 KV dielectric strength at 2.5mm
air gap between testing electrodes. Accessories
as per IS-1180 (Part-I) : 2014.
(s) Busbar trunking of suitable size at LV side
with complete fixing arrangement and incl
insulators for connection of multiple outgoing
cable at LV side.
(t) PCC Platform of suitable size with steps.
NOTE:- Certificate of di electric strength shall be
submitted by contractor

22 Supply, installing, testing and commissioning 1496488.94 1.00 1496488.94


indoor type, step down transformer, 11000/433
Each
Volts, 3 phase 50 cycle per second, capacity
500 KVA, core type, copper wound, oil
immersed, naturally cooled, Oil Natural, Air
Natural (ONAN) with external cooling tubes/fins,
delta connected on primary side(HV) and star
connected on secondary side (LV) in
accordance with vector symbol DYN-11 (Vector
Group) with neutral brought out on secondary
side (LV side) and having tapping at 0, + 2.5%,
+ 5%, + 7.5% on HV side to be changed by
means of hand operated off load tap changer/
gear. Switch handle shall be provided with the
locking arrangement alongwith top position
indicator.

The transformer shall be IS : 1180 (Part-I) : 2014


with maximum total loses as per energy
efficiency level 2 of IS : 1180 (Part-I) : 2014 and
shall comprise of the following: -
(a) HT cable box on primary side including all
accessories as required.(b) One cable box on
LV side (Secondary side) consisting of four Nos
porcelain bushing with copper rods, complete
with nuts and washers, with two Nos cable
glands suitable for reception/taking out of XLPE
insulated heavy duty armoured cables including
glands, joints and jointing materials complete.
(c) Oil conservator with filter type drain valve
and oil level guage.
(d) De-hydrating breather with first fill
dehydrating agent (silca gel).

Contd...
(c) Oil conservator with filter type drain valve
and oil level guage.
(d) De-hydrating breather with first fill
CA NO: CESZ- /2020-21 Serial Page No 71
dehydrating agent (silca gel).

SCHEDULE ‘A’ PART-X (Contd….)

1 2 3 4 5 6 7 8

(e) Explosive vent.


(f) Thermometer pocket on tank cover
(g) One No 100mm dia, dial type thermometer,
vapour pressure type, having range 0-120
degree Celsius with metal guard having
maximum perimeter reading temperature
indicator with resisting device for transformer.
(h) Two earthing terminals on tank to facilitate
fixing of 02 Nos 32x6mm galvanized iron earth
strips for earthing of body and 02 Nos 32x3mm
copper earth strip for earthing of neutral.
(j) Rating plate and terminal marking plate.
(k) Oil level gauge
(l) Oil drain filter valve
(m) Lifting lugs.

(n) Oil filling hole with cap/plug with connecting


plate complete.
(o) Air release valve vent with plug.
(p) Four plain solid cast steel detachable rollers.
(q) Buchholz Relay.
(r) First filling of new and unused transformer oil
IS-335/93 (Fourth revision) marked filtered and
tested upto 50 KV dielectric strength at 2.5mm
air gap between testing electrodes. Accessories
as per IS-1180 (Part-I) : 2014.
(s) Busbar trunking of suitable size at LV side
with complete fixing arrangement and incl
insulators for connection of multiple outgoing
cable at LV side.
(t) PCC Platform of suitable size with steps.
NOTE:- Certificate of di electric strength shall be
submitted by contractor

23 Supply, installing, testing and commissioning 483799.47 1.00 483799.47


indoor type, step down transformer, 11000/433
Each
Volts, 3 phase 50 cycle per second, capacity
100 KVA, core type, copper wound, oil
immersed, naturally cooled, Oil Natural, Air
Natural (ONAN) with external cooling tubes/fins,
delta connected on primary side(HV) and star
connected on secondary side (LV) in
accordance with vector symbol DYN-11 (Vector
Group) with neutral brought out on secondary
side (LV side) and having tapping at 0, + 2.5%,
+ 5%, + 7.5% on HV side to be changed by
means of hand operated off load tap changer/
gear. Switch handle shall be provided with the
locking arrangement alongwith top position
indicator.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 72

SCHEDULE ‘A’ PART-X (Contd….)

1 2 3 4 5 6 7 8

The transformer shall be IS : 1180 (Part-I) : 2014


with maximum total loses as per energy
efficiency level 2 of IS : 1180 (Part-I) : 2014 and
shall comprise of the following: -
(a) HT cable box on primary side including all
accessories as required.(b) One cable box on
LV side (Secondary side) consisting of four Nos
porcelain bushing with copper rods, complete
with nuts and washers, with two Nos cable
glands suitable for reception/taking out of XLPE
insulated heavy duty armoured cables including
glands, joints and jointing materials complete.
(c) Oil conservator with filter type drain valve
and oil level guage.
(d) De-hydrating breather with first fill
dehydrating agent (silca gel).

(e) Explosive vent.


(f) Thermometer pocket on tank cover
(g) One No 100mm dia, dial type thermometer,
vapour pressure type, having range 0-120
degree Celsius with metal guard having
maximum perimeter reading temperature
indicator with resisting device for transformer.
(h) Two earthing terminals on tank to facilitate
fixing of 02 Nos 32x6mm galvanized iron earth
strip for earthing of body and 02 Nos 32x3mm
copper earth strip for earthing of neutral.
(j) Rating plate and terminal marking plate.
(k) Oil level gauge
(l) Oil drain filter valve
(m) Lifting lugs.

(n) Oil filling hole with cap/plug with connecting


plate complete.
(o) Air release valve vent with plug.
(p) Four plain solid cast steel detachable rollers.
(q) Buchholz Relay.
(r) First filling of new and unused transformer oil
IS-335/93 (Fourth revision) marked filtered and
tested upto 50 KV dielectric strength at 2.5mm
air gap between testing electrodes. Accessories
as per IS-1180 (Part-I) : 2014.
(s) Busbar trunking of suitable size at LV side
with complete fixing arrangement and incl
insulators for connection of multiple outgoing
cable at LV side.
(t) PCC Platform of suitable size with steps.
NOTE:- Certificate of di electric strength shall be
submitted by contractor

24 Supply and fixing lightening arrestors non liner 21720.40 2.00 43440.80
resistor type complete with all fittings, Each Set of three
transmission class, discharge capacity 65 kilo
amp suitable for 33 KV 10 KA station class basic
insulation level 170 KV complete all as specified
and directed.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 73

SCHEDULE ‘A’ PART-X (Contd….)

1 2 3 4 5 6 7 8

26 Material and labour for Cross arms, bracings, 11931.40 120.00 1431768.00
supports, clamps and back plates fabricated Quintal
from structural steel sections including nuts,
bolts, washers, welding, bending cold or hot,
drilling holes for bolts, in any shape or size as
indicated or directed and inclusive of one primer
coat, one under coat and one finishing coat of
synthetic enamel paint complete all as per
specified and directed

27 Material and labour for Anti-Climbing device 18062.90 1.00 18062.90


comprising 2.24mm dia galvanised steel 2- Quintal
strand barbed wire with 2.00mm dia barbs
wrapped spirally around poles, to a length of 0.5
to 1.0 metre clamped and properly secured or as
ordered complete all as specified and directed.
Note:- Clamps shall be measured and paid for
separately

28 Supplying and fixing Anti- Climbing device 12242.60 1.00 12242.60


Spikes type fabricated out of MS bars (Round, Quintal
Square and flat) including nuts, bolts, wahers
welding in two halves made to shape to suit the
cross section of the pole complete all as
specified and directed.

29 Material and labour Danger notice plate of 223.80 25.00 5595.00


1.6mm thick mild steel sheet, vitreous enamelled Each
white, with letters ,figures and conventional skull
and bones in signal red colour and fixed with
M.S. clamps, bolts and nuts of approved size for
HT 25x20 cm size complete all as specified and
directed.

30 Supplying and laying synthetic Rubber insulated 2316.50 10.00 23165.00


mats 3.0 mm thick for voltage upto 33 KV for Each
electrical purpose as per IS 15652-2006,
(superseding IS 5424) suitable for electrical
shock safety of sizes 2m x 1m complete all as
specified and directed.

31 Supplying and laying synthetic Rubber insulated 1502.82 2.00 3005.64


mats 2 mm thick for voltage upto 3.3 kv for Each
electrical purpose as per IS 15652-2006,
(superseding IS 5424) suitable for electrical
shock safety of sizes 2m x 1m complete all as
specified and directed.
32 Supply and fixing sub main wiring with two runs 185.21 1100.00 203731.00
of single core FRLS PVC insulated unsheathed Running
multi-stranded copper conductor 2.5 Sqmm Metre
1100V and one run of 2.5 Sqmm for earth
continuous earth wire including suitable PVC
conduit rigid ISI marked fixed on pole for
connection from junction box to light fittings
complete all as specified and directed.
Note : Two runs of PVC cable & one run of
earth wire including PVC conduit will be
considered as one unit.

Contd...
CA NO: CESZ- /2020-21 Serial Page No 74

SCHEDULE ‘A’ PART-X (Contd….)

1 2 3 4 5 6 7 8

33 M&L cement concrete (1:2:4) type B-2 (using 6477.80 0.60 3886.68
40mm graded crushed stone aggregates) as in Cubic
foundation filling and mass concrete etc. Metre
complete all as specified

Total amount of Sch ‘A’ Part-X carried over to BOQ under Srl item No. 2.10 18964920.01

SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd...
CA NO: CESZ- /2020-21 Serial Page No 75

SCHEDULE ‘A’ PART-XI

LIST OF ITEMS OF WORKS AND PRICES FOR LIGHTENING PROTECTION WORKS

Srl No Description of item of work Drg Rate (Rs) No of Units Amount (Rs) Period of Remarks
No Required completion of
indl item after
date of
handing over
of site

1 2 3 4 5 6 7 8

Note: Excavation/ earthwork required shall be measured and paid for under schedule ‘A’ Part-IX, if specifically not mentioned in the item.

1 Material and labour for Air termination, single 278.90 67.00 18686.30
pointed aluminium rod 12mm dia and 300mm Each
long complete all as specified and directed.

2 Supply and fixing Aluminium strip 25 x 3.15mm 125.10 1157.00 144740.70


with saddles and fixing screws etc. for roof Running
conductors and down conductors above ground Metre
complete all as specified and directed.

3 Supply and fixing GI strip 32x6mm with saddles 213.00 1239.00 263907.00
and fixing screws etc. for extension of earth Running
electrode, fixed to pole, wall, buried in ground Metre
including material and labour for welding at joints
complete all as specified and directed.

4 Material & labour galvanised steel pipe light 380.20 6.00 2281.20
grade ISI marked 40 mm nominal bore dia Running
complete with and including necessry fittings for Metre
fixing of air termination rod in situation as
required complete all as specified and directed.

5 Supply and fixing Test point terminal block made 689.70 68.00 46899.60
of gun metal or phosphorus bronze size Each
75mmx75mmx25mm drilled and screwed
including 3 nos. 8mm dia 25mm long hex. head
screw complete all as specified and directed.

Total amount of Sch ‘A’ Part-XI carried over to BOQ under Srl item No. 2.11 476514.80

SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd...
CA NO: CESZ- /2020-21 Serial Page No 76

SCHEDULE ‘A’ PART-XII

LIST OF ITEMS OF WORKS AND PRICES FOR REFRIGERATION WORKS

Srl No Description of item of work Drg Rate (Rs) Unit Amount (Rs) Period of Remarks
No completion of
indl item after
date of
handing over
of site

1 2 3 4 5 6 7 8

1 Supply, install,commissioning and testing of 51575.35 6.00 309452.10


Deep Freezer with hard glass top 405 litre Each
capacity, 230 Volt, 50 Hz having double door
complete all as per specified and directed

Total amount of Sch ‘A’ Part-XII carried over to BOQ under Srl item No. 2.12 309452.10

SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd...
CA NO: CESZ- /2020-21 Serial Page No 77

SCHEDULE ‘A’ PART-XIII

LIST OF ITEMS OF WORKS AND PRICES FOR DEMOLITION / DISMANTLING WORKS

Srl No Description of item of work Drg Rate (Rs) No of Units Amount (Rs) Period of Remarks
No Required completion of
indl item after
date of
handing over
of site

1 2 3 4 5 6 7 8
Note: Excavation/ earthwork required shall be measured and paid for under schedule ‘A’ Part-IX, if specifically not mentioned in the item.

1 Dismantling Galvanised 2 strand, steel barbed 266.49 19.00 5063.31


wire 2.24mm dia barbed wire with 2mm dia 100 Running
barbs at 75mm spacing all as specified and Metre
directed.
2 Dismantling concrete poles/ struts (steel), any 41.00 281.40 11537.40
section including taking out embedded portion in Running
concrete, brick work, masonary etc.and making Metre
good disturbed ground complete all as specified
and directed.

3 Dismantling Chain link MS galvanisd/ any type of 9.71 129.60 1258.42


fencing, any size or type including line wires, Square metre
any mesh, size and type to any type of
standards, rails, straining bolts, etc. including
provission of binding wire complete all as
specified and directed.
4 Demolition of Brickwork or stone/ boulder 590.00 4.83 2849.70
masonry, built in cement mortar or cement
Cubic
lime mortar including all quoins, arches, pillars,
Metre
etc, but excluding ashlar facings, dressed
stonework and precast concrete articles
complete all as specified and directed..

Total amount of Sch ‘A’ Part-XIII carried over to BOQ under Srl item No. 2.13 20708.83

SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd...
CA No. CESZ- /2022-23 Serial Page No. 78
SCHEDULE ‗A‘ PART-XIV TO PART- XXXVII

REFER BOQ UPLOADED

(SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 79
SCHEDULE ‗A‘ PART-XXXVIII
SCHEDULE OF CREDIT
Material obtained on demolition
Notes:-
(a) The rate at which contractor shall afford credit to Govt. for materials/items obtained from dismantling/demolition
or taking down has been inserted under column 5 as assessed by department.
(b) The quantity of materials indicated in column 4 is provisional depending upon the quantity of corresponding
demolition or taking down items of Schedule „A‟. The actually executed quantities of these items of Schedule „A‟
shall be considered for credit.
(c) Contractor shall be deemed to have visited the site before quoting rates and ascertain the actual position/quality
of the materials/items for which he shall afford the credit as given below. Irrespective of the fact whether he has
visited the site or not.
(d) Contractor shall be responsible for removal of all material/items from the site of work for which credit has been
afforded and also debris from the site premises without any extra cost to the Govt.
(e) No rebate on schedule of credit shall be accepted. However contractor can offer more credit.

Ser Description of items Unit Qty Rate Amount (Rs.)


No. assessed by
the Deptt
(Rs.)
1 2 3 4 5 6
1. Old Scrap iron KG 1777.02 35.00 62,195.70
2. Old brick or stone /brick bats Cum 4.83 900.00 4,347.00
Total amount of Schedule of credit Rs. 66,542.70

(SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 80

ANNEXURE I TO SCHEDULE ‗A‘

YARDSTICK FOR SCHEDULE ‗A‘ PART-I ITEM NO 1


S.No Description of Stage % age of
Building
1 2 3
1 Stage - I (UPTO PL): Surface Dressing, Excavation in foundations trenches, Excavation 21.00%
over areas , Cement concrete/RCC/Reinforcement/ Formwork in foundations, footing, PB,
Columns upto PL, Use and wasted of form work , returning , filling in and removing
excavated materials.
2 Stage - II (UPTO LINTEL): Cement concrete/RCC/Reinforcement/ Formwork In Columns, 11.00%
Lintel beam, Brick work upto lintel level.

3 Stage – III (UPTO ROOF LEVEL-GF): Cement concrete/RCC/Reinforcement in columns, 14.00%


Roof Beam ,Tank Slab, Gable Band, etc.

4 Stage-VI: Roof Trusses, purlins, Sheet Roofing, roofing fasteners and truss. 24.00%

5 Stage- VII: False Ceiling with Frame work. 6.00%

6 Stage- VIII: Internal Plastering. 2.50%

7 Stage- IX: External Plastering. 2.60%

8 Stage- X: Flooring, skirting and dado. 5.30%

9 Stage- XI: Panelled/PVC Doors, Steel Windows/ Glass Pane, etc. 4.10%

10 Stage- XII: White washing, Distempering, cement base paint, synthetic enamel paint for 4.30%
internal and external walls, steel & wooden surfaces, trusses, purlins etc.

11 Stage- XIII: Miscellaneous items (Plinth Protection ) and items not included here-in-before. 5.20%

100%

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 81

ANNEXURE II TO SCHEDULE ‗A‘


YARDSTICK FOR SCHEDULE ‗A‘ PART-I ITEM NO 7
S. No. Description of Stage %age

1 STAGE - I
Surface dressing, Excavation in foundations complete, PCC as in Foundations and RCC 13.00%
as in foundation

2 STAGE - II
Reinforcement as in pile foundation/footings & Form work to pile foundation/footings 6.00%
complete

3 STAGE - III
Form work to RCC upto 7.50m height, Reinforcement upto 7.50m height and RCC M30 14.00%
upto 7.50m height including RCC staircase complete

4 STAGE – IV
Form work to RCC from 7.50m to 15m height, Reinforcement from 7.50m to 15m height 17.00%
and RCC M30 from 7.50m to 15m height including RCC staircase complete

5 STAGE - V
Form work to RCC from 15m to 18m height, Reinforcement from 15m to 18m height and 7.00%
RCC M30 from 15m to 18m height including RCC staircase complete

6 STAGE - VI
Form work to RCC from 18m and above height, Reinforcement from 18m and above 20.00%
height and RCC M30 from 18m and above height including RCC staircase complete

7 STAGE - VII
Inlet and outlet pipe upto external edge of plinth protection, Vent pipe, wash out pipe 11.50%
and overflow pipe, Plinth protection, saucer drain, steps, dwarf walls, flooring complete

8 STAGE - VIII
MS Ladder & Railing complete 2.00%

9 STAGE - IX
Finishes complete 3.50%

10 STAGE - X
Misc items site clearance, casting and testing of test pile alongwith anchor pile and any 6.00%
unforeseen items etc

100.00%

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 82
SCHEDULE ‗B‘
LIST OF MATERIALS TO BE ISSUED TO THE CONTRACTOR
(REFER CONDITION 10 OF IAFW-2249)
Srl Particulars Unit Rate at which Place of issue by Remarks
No materials etc. will name
be issued to
Contractor
(Rate in Rs)
1 2 3 4 5 6

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

SCHEDULE ‗C‘
LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL BE PROVIDED TO THE
CONTRACTOR (REFER CONDITION 15, 34 & 35 OF IAFW –2249)

Ser Quantity Particulars Details of MES Hire charged Stand by Place of Rem-
No Crew supplied per unit per charges per issue arks.
working day unit per day

1 2 3 4 5 6 7 8

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

SCHEDULE ‗D‘
TRANSPORT TO BE HIRED TO THE CONTRACTOR
(SEE CONDITION 16 & 35 OF IAFW-2249)
Ser Quantity Particulars Rate per unit Place of Remarks
No per working issue (by
day name)
(Rate in Rs)

1 2 3 4 5 6

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

(SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 83
TENDER
TO THE PRESIDENT OF INDIA
Having examined and perused the following: -
1. Specifications signed by SSW / JT DIR (CONTRACTS)/ DY DIR (CONTRACTS)/ AAD (CONTRACTS)

2. Drawings detailed in the list of drawings.

3. Schedule `A', `B', `C' and `D' alongwith BOQ attached hereto.

4. MES Standard Schedule of Rates (SSR) Part-I (Specifications) 2009 and MES Standard schedule of
Rates (SSR) Part- II (Rates) -2020 together with errata/amendments as follows: -
(a) MES Standard schedule of Rates (SSR) Part-I (Specifications) 2009:
Errata: - Nil; Amendments: - 1 to 3.
(b) MES Standard schedule of Rates (SSR) Part- II (Rates) -2020:
Errata: - Nil; Amendments Nil

5. GENERAL CONDITIONS OF CONTRACTS (IAFW-2249 1989 Print) together with amendments 1 to 48 and
errata 1 to 20.

6. WATER: Refer condition 31 of IAFW-2249 (General conditions of contractor); Water will not be supplied by
the MES.

7. Should this tender be accepted? I/We ** agree: -


*(a) That the sum of `__________ (Rupees__________________________________ only) forwarded as
earnest money shall either be retained as part of performance security deposit or refunded by the Government
in receipt of the appropriate amount as performance security deposit all as per condition 19 of IAFW-2249.
Earnest money shall be forfeited in full and shall be credited into consolidated fund of India in case of non-
submission of Performance Security Deposit.
(b) To execute all the works referred to in the said documents upon the terms and conditions contained or
referred to therein and as detailed in items of Schedule „A' and to carry out such deviations as may be ordered
under Condition- 7 of IAFW 2249 upto a maximum of 10% (TEN PERCENT) and further agree to refer all
disputes as required by Condition-70 of IAFW-2249 to Arbitral Tribunal consisting of three Arbitrators,
serving or retired Officer having degree in Engineering or equivalent or having passed final/ direct final
examination of sub division-II of Institution of Surveyors (India) or other similar institutes recognized by
the Govt. of India to be appointed by the Engineer-in-Chief or in his absence the officer officiating as
Engineer-in-Chief or Director General of works if specifically authorised in writing by Engineer-in-Chief, Army
Headquarters, New Delhi whose decision shall be final, conclusive and binding.
*Delete where not applicable.
**Delete whichever is not applicable.

(SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 84
IN LIEU OF IAFW-2159 (REVISED)
GENERAL SUMMARY

Total amount brought forward from BOQ for Rs. ___________________________________________


Lump sum of Rs. _________________ (Rupees___________________________________________
_________________________________________________________________________________)

Signature ________________________ in the capacity of _____________________duly authorized to sign tender for


and on behalf of ______________________________________ (in block capitals)

Witness _____________________ Postal Address_______________________________

Address_____________________ Telegraphic Address___________________________

____________________________ Telephone No________________________________

ACCEPTANCE

___________alternations have been made in document and as evidence that these alterations were made before the
execution of the contract agreement; the contractors and
Shri_______________________________________________________________________ has initialed these. The
said officer(s) is/ are hereby authorized to sign and initial on my behalf of the documents forming part of the contract.

The above tender is/ was accepted by me on behalf of the President of India for the lump sum of
Rs.______________________________(Rupees_________________________________________________
_____________________________________________________________________________________only)
on the ___________ day of _____________ 2022.

Signature dated this__________ day of ___________2022.

APPOINTMENT: ACCEPTING OFFICER


CHIEF ENGINEER 31 ZONE,
PIN 914631
C/O 56 APO
(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 85
SPECIAL CONDITIONS
1.0 GENERAL:

1.1 The following special conditions shall be read in conjunction with General Conditions of contracts IAFW-2249
(1989 Print), including errata/amendments thereto. If there are any provisions in these special conditions,
which are at variance with the provisions in the above-mentioned documents; the provisions in these special
conditions shall be deemed to take precedence.

1.2 General Rules, preambles, special conditions, method of measurements etc. specified in MES Standard
Schedule of Rates shall be applicable unless specific provisions to the contrary are made in these tender
documents.

2.0 VISIT TO SITE (S) OF WORK:


(a) The tenderers are 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 this purpose.
The tenderers shall also make themselves familiar with working conditions, accessibility of site(s),
availability of materials and other cogent conditions, which may affect the entire completion of work
under this contract.
(b) The tenderers shall be deemed to have inspected the site(s) and made themselves familiar with the
working conditions, whether they actually inspect the site (s) or not.

3.0 RESTRICTION FOR ENTRY TO WORKS SITE: All works lies in RESTRICTED AREA. The restrictions for
entry to work site and conditions of working in restricted area shall be as under.

(a) ENTRY AND EXIT: The contractor/his agents/representatives/ workmen etc, and his materials, carts,
trucks or other means of transport etc. will be allowed to enter through and leave from only such gate or gates
and at such times as the GE or authorities in charge of the restricted area may at their sole discretion permit to
be used. Contractor‟s authorized representative is required to be present at the places of entry and exit for
purpose of identifying his carts, trucks, etc. to the personal in charge of the security of the restricted area.

(b) IDENTITY OF WORKMEN : Every workman shall be in possession of an identity card. The identity
card shall be issued after a thorough investigation of antecedents of the labourers by the contractor and
attested by Officer-in-Charge of the unit concerned in accordance with the standing rules and regulations of the
unit. Contractor shall be responsible for conduct of his workmen, agents or representatives.

(c) IDENTITY CARD OR PASSES: The contractor, his agent and representatives are required individually
to be in possession of an identity card or pass which will be examined by the security staff at the time of entry
into or exit from the restricted area at any time or number of times inside restricted area.

(d) SEARCH: Thorough search of all persons and transport shall be carried out at each gate and for as
many times gate is used for entry or exit and may also be carried out any number of times at the site within the
restricted area.

(f) WORKING 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 Garrison
Engineer. The GE may at his sole discretion declare any day as holidays or non-working day without
assigning any reasons for such declaration.

(g) FIRE PRECAUTIONS:


(i) The contractor, his agents, representatives, workmen etc. shall strictly observe the order
pertaining to fire precautions prevailing within the restricted area.

(ii) Motor transport vehicle, if allowed by the authorities to enter the restricted area must be fitted
with the serviceable fire extinguisher.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 86
SPECIAL CONDITIONS CONDT…
(h) FEMALE SEARCHER : If the contractor desires to employ female labour or works to be carried out
inside the area of factory, depot, park etc and a female searcher is not borne on the authorised strength of the
factory, depot, park etc at the time of submission of tender, he shall be deemed to have allowed in his tender
for pay and allowances etc for a female searcher (Class IV servant) calculated for the period female labourers
employed by him inside that area. If more than one contractor employes female labourers during any month
and female‟s searcher (s) has/ have to be employed in addition to the authorised strength of the factory, depot,
park etc the salary and allowances paid to the additional female searchers shall be distributed on equitable
basis between the contractors employing female labour taking into consideration the value and period of
completion of their contracts. The GE‟s decision in regard to the amount payable on this account by any
contractor shall be final and binding.
4.0 CONTRACTOR‘S REPRESENTATIVES/AGENTS AND WORKERS:

4.1 The contractor shall employ only Indian Nationals and verify their antecedents and loyalty before employing
them on the work. He shall ensure that no person of doubtful antecedents and nationality is in any way
associated with the work. If for reasons of technical collaboration or other consideration the employment of any
foreign national is unavoidable, the tenderers shall furnish full particulars of such persons to the Accepting
Officer at the time of submission of tender. As a proof that he has employed only Indian Nationals, the
contractor shall render a certificate to this effect to GE within one month from the date of commencement of
work.

4.2 The GE shall have full power, and without giving any reasons to order the contractor immediately to cease to
employ in connection with this contract any representatives, agent, servants and workmen or employees
whose continued employment in his (GE‟s) opinion is undesirable. The contractor shall not be allowed any
compensation on this account.

4.3 Tenderer‟s attention is also drawn to condition 25 of IAFW-2249 in this connection.

4.4 VERIFICATION OF ANTECEDENTS: Verification of antecedents of the Contractor‟s representatives/ labour


deployed at site in connection with execution of work under the Contract, as per security requirement of user
unit/ installation shall be the responsibility of the Contractor and all expenses in connection with verification of
antecedents by police authority/ security agency shall be borne by the Contractor.

5.0 HOURS OF WORKING:


The working hours shall be as notified by the authority controlling the area, which will be normally from 0800
hours to 1700 hours. If, however, contractor wants to work beyond these normal hours he can do so if
permitted by the GE in writing. Similarly no work will be allowed to be carried out on Sunday and gazetted
holidays unless specifically permitted by the GE in writing.

6.0 LAND FOR STORAGE OF MATERIALS, WORKSHOP, OFFICE AND ACCCOMMODTION FOR
LABOURERS :
6.1 The contractor shall be permitted to store materials including erecting temporary sheds, temporary workshop
and the site office at the area(s) of land marked on the site plan(s) or as decided by the GE if the area(s) are
not marked on the site plans. The contractor shall pay license fee of Rs. 1.00 (Rupee one only) per year or part
thereof in respect to each and every separate area(s) of land allotted to him. The site shall be as shown on the
site plan(s) or as decided by GE and contractor shall have no claim what-so-ever on this amount.

6.2 Labour camp shall be permitted to erect on defence land, the contractor shall make their own arrangement and
no additional charges shall be borne by the Deptt..

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 87
SPECIAL CONDITIONS CONDT…
7.0 CONTRACTOR‘S TOOLS & PLANTS AND MACHINERY:
7.1 LIST OF MINIMUM TOOLS & PLANTS AND MACHINERY REQUIRED TO BE DEPLOYED AT SITE BY THE
CONTRACTOR :

Ser No Description Quantity Remarks

(a) Excavator (Power shovels/draglines) 03 Nos


(b) Fully automatic concrete batching plant of minimum capacity 02 Nos
30 Cum/Hr.
(c) Trucks/Tipper/Load CARRIER (10/15/20 tone Cap) 07 Nos
(d) Water Tanker (8000 to 12000 Ltr Cap) 03 Nos
(e) Concrete Pump having pumping capacity 30 cum/hr with 03 Nos
delivery pipe 125mm dia
(f) Bull Dozers 02 Nos
(g) Wheel/Barrows 10 Nos
(j) Vibrator (Needle and Plate type) 20 Nos
(k) Grinding/ Polishing machine 03 Nos
(l) Level (Auto level) & Total Station for survey 03 Nos
(m) Road Rollers (Pneumatic & Vibrator type) 02 Nos
(n) Hoe 03 Nos
(o) Drilling Machine 05 Nos
(p) Sand Screeners 03 Nos
(q) Welding Machine 05 Nos
(r) Transit Mixer with minimum 6 Cum 04 Nos
(s) DG Set 05/10 KVA 03 Nos
(t) Tape measuring 15/5 mtr 06 Each (Min)
(u) Cube Moulds 72 Nos
(v) Tower / builder‟s hoist 04 No
(w) Steel shuttering with spans, etc 6000 Sqm
(x) Adjustable Steel Props as required ht 400 Nos
(y) Concrete cube testing machine hydraulically operated / 03 Nos
electrically operated
(z) Cranes 02 Nos
(aa) JCB 02 Nos
(bb) One bag capacity Concrete Mixer 05 Nos
(cc) Diesel/ Electric operated water pump sets 03 Nos
(dd) Bar Locator 02 Nos
(ee) Core cutting machine with accessories 01 No
(ff) Rebound Hammer 02 Nos
(gg) Ultrasonic Pulse velocity meter for testing of concrete 01 No
(hh) Earth Compactor / rammer upto 05 Ton capacity 01 No
(ii) Electric Pneumatic Jack hammer 02 Nos
(jj) Computer with colour Printer 01 No
(kk) Chase Cutting Machine 01 No
(ll) Core Cutting Machine with different dia cutter 01 No

7.2 The contractor shall be required to deploy minimum Tools & Plants and Machinery for smooth progress of the
work as per time and progress chart (CPM). In case additional Tools & Plants and Machinery over and above
as given in Clause 7.1 here-in-before is required, the same shall be deployed by the contractor without any
extra cost to the Govt. These items can either be in owned or hired by the contractor except that the Tools &
Plants as per pre-qualification criteria shall be owned by the contractors. The contractor will be at liberty to
remove these items from site after obtaining written approval of GE as per condition 34 of IAFW-2249.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 88
SPECIAL CONDITIONS CONDT…
7.3 No claim or compensation for idling charges of any of the tools & plants and machinery etc as given in
Para-7.1 here-in-before shall be payable to the contractor. The contract quoted lump sum is deemed to
include the cost of the tools & plants and machinery etc as given in clause 7.1 here-in-before and nothing
extra shall be payable on this account for any reason whatsoever.
7.4 DAILY RETURNS TOOLS & PLANTS, MACHINERY AND TRANSPORT DEPLOYED AT SITE:
(b) The contractor shall furnish to the Engineer-in-Charge every morning distribution return of his
plants/equipments on the site of work stating the following particulars: -
(i) Particulars of plants/ equipments, their make, manufacturers Model No if any, Registration No
if any, capacity, year of manufacture and year of purchase etc.
(ii) Total No (Quantity) on site of work.
(iii) Location, indicating No., (quantity) at each location on the site of work.
(iv) Purchase value on the date of purchase. For the purpose of this condition, plant/ equipment,
vehicle No., i.e. of trucks and lorries but neither the workman's tools or any manually operated
tools/equipment shall be given. Engineer-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.
8.0 LOSS OR DAMAGE 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:-
(a) The loss suffered by him on account of any damage or destruction of his plant and or equipment (as
defined in special condition 7 above) or materials or any part or parts thereof. (The amount of loss assessed by
the Accepting Officer of the contract or CWE in the case of contract accepted by GE, shall be final and
binding).
(b) The compensation paid by him under any law for the time being in force to any workman employed by
him for any injury caused to him or to the Workmen‟s legal successors for loss of the workman‟s life.
(c) Payment of compensation for loss or damage to any work or part of work carried out. The amount of
compensation shall be determined in accordance with condition 48 of General Conditions of Contracts
(IAFW-2249).
Note:-
No reimbursement shall be made nor any compensation be payable under the above provision unless
the contractor has taken air defence/precautions ordered in writing by the GE concerned or in the absence of
such reasonable precautions. Neither reimbursement shall be payable nor any compensation shall be payable
for any plant and/ or equipment or material not lying at site of work at the time of enemy action.
9.0 USE OF EXISTING BUILDINGS ETC. The contractor shall not use the existing latrines, baths and other
existing buildings if any for use by his work people or for storage of his materials or for any other purpose
unless permitted to do so in writing by Garrison Engineer.
10.0 WATER :
Water will not be supplied by MES. Water shall be arranged by the Contractor under his own
arrangement without any extra cost to the Govt.
The tenderers are advised to visit the site of works to ascertain availability of water from civil sources or from
nearby natural sources outside MOD land. The contractor shall be allowed, if he so desires to install hand
pump(s)/tube well(s) at site of work at places as directed by the Engineer-in –Charge and nothing shall be
charged from the contractor on this account. Contractor shall remove the hand pump(s)/tube well(s) as and
when asked to do so by the Engineer-in-Charge. GE, in any case on completion of work and before issue of
completion certificate shall ensure removal of hand pumps/tube wells unless GE desires that these hand
pump(s) /tube well(s) be left in positions, and the contractor agrees to do so without claiming cost thereof from
the department. No compensation what so ever shall be admissible to the contractor if he is required to remove
the pump(s)/tube well(s) before completion of work. Use of water from such source(s) shall only be permitted if
found after testing potable and fit for construction purposes as per IS-456-2000. The water from such source(s)
shall be got tested by the contractor from the laboratory approved by the GE. The contractor shall submit the
test results to the GE who shall after satisfying himself, permit the contractor to use water from such sources.
Testing charges shall be borne by the contractor.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 89
SPECIAL CONDITIONS CONDT…

11. ELECTRIC SUPPLY: Electric supply will be provided by the MES.


Conditions for providing electric supply by the MES:
In case the contractor desires to buy electricity from the MES. The contractor will be charged for the electric
energy consumed for execution of works at the following rates: -
(a) At Rs. 11.00 per unit for lighting
(b) At Rs. 11.00 per unit for power.
11.1 Electric supply required for the works up to max 10 KVA shall be made available by the MES at the incoming
terminal of the main switch marked on the site plan. The exact location of the electric point, if not marked will
be shown by the GE. The main switch and KWh meters to register the electric energy supplied shall be
provided by the contractor and installed by the MES. The contractor shall provide all necessary cables, fittings
etc. from the main switch in order to ensure a proper and suitable supply of electricity for execution of work
11.2 The MES do not guarantee continuity of supply and no compensation whatsoever shall be allowed for supply
becoming intermittent or for breakdown in the system.
11.3 GE or his representative shall be free to inspect all the power consuming devices or any electric lines provided
by the contractor. Any devices or electric lines provided by the contractor, which are not to the satisfaction of
the GE, shall be disconnected from the supply, if so directed by him.

12. DAMAGE TO EXISTING BUILDINGS, ROADS AND DRAINS ETC,


The contractor shall be responsible to reinstate and make good at his own expense, the damage if any caused
by his workmen etc. to existing buildings, roads, drains, cables etc., while carrying out the work under this
contract. Rectification, reinstatement, replacement, making good and touching up, etc., shall conform to the
standard of workmanship and materials, originally used and the same shall be done to the entire satisfaction of
Engineer-in-charge.

13. QUARRIES AND ROYALTY


Reference condition 14 of IAFW-2249 General Conditions of contracts. Delete this condition in toto and
substitute as under: -
―Neither quarries are available nor the quarrying shall be permitted on the defence land‖.

14. LOCATION OF BUILDINGS AND WORKS


There may be some changes in location/ siting 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
changes in the location/ siting of works.
15. APPROACHES.
The contractor shall provide at his own cost all temporary approaches to the site (where not existing) for the
use of his labour and transport of materials, tools and plants.

16. INDEMINITY BOND FOR PAYMENT OF LABOUR, WORKMEN EMPLOYED ON WORKS OR OTHER
MONEYS OF TENDER PAYMENTS
The contractor shall execute indemnity bond with the GE for enforcement of various enactments like wages Act
1936, Minimum wages Act 1948, employees liability Act 1938 workmen‟s compensation Act 1923 or any other
Act or enactment‟s related to indirectly and directly labour employed on works and rules framed there under
from time to time for the time being enforce. In case of non-compliance of any of the enactment‟s by the
contractor, the GE shall be empowered to exercise the powers vested in him as the principal employer and the
amount so not paid to the labour/workman to be deducted from the sum become due under this Contract or
from other Contracts in terms of condition 67 of IAFW-2249, General Condition of Contracts.

17. MINIMUM WAGES PAYABLE


17.1 Refer Condition 58 of IAFW-2249. The contractor shall not pay wages lower than minimum wages for labour
as fixed by the Govt. of India/ State Govt./ Union Territory, whichever is higher.
17.2 Contractor‟s attention is also drawn amongst other things to the explanation to the Schedule of minimum
wages referred to above.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 90
SPECIAL CONDITIONS CONTD…
17.3 The fair wage referred to in condition 58 of IAFW-2249 will be deemed to be the same as the minimum wages
payable as referred to above as upto date from time to time.
17.4 Schedule of minimum wages are not enclosed alongwith tender documents. However contractor shall be
deemed to have verified the minimum fair wages payable as on the last due date of receipt of tender.
17.5 The contractor shall have no claim whatsoever, if on account of local factors and or regulations, he is required
to pay the wages in excess of minimum wages as described above during the execution of work.

18. REIMBURSEMENT REFUND ON VARIATION IN PRICE/WAGES(APPLICABLE ONLY FOR THE WORKS


COVERED IN PHASE-I)

Refer Condition 63 of the General Conditions of Contacts (IAFW-2249)/Re-imbursement/Refund on Variation


of Prices. The Condition 63 of General Conditions of Contract shall be deemed to be modified to the extent
mentioned hereinafter, Increase or decreased in prices of Cement, Steel and other materials shall be adjusted
on the basis stipulated hereinafter irrespective of the actual variation in prices (to the contractor).

(a) CEMENT: The cement cost component for the contract as a whole shall be taken as
KC% of the value of works executed under the contract. Accordingly value/cost of cement consumed in
the work as well as that lying at site for which reimbursement/refund is applicable shall be:

VMC = (KC x Vg) + (VC)


100

Variation in prices of cement shall be worked out by applying the following formula:-

EM = (VMC2 – VMC1) x (C1-C0)


C0

EMC = Variation in prices of cement to be adjusted.

KC = Constant representing the percentage cost of cement as compared to the total value of work
under the contract as a whole. The value of KC for this work shall be 9 (Nine) only.

Vg = Amount of work done priced at contract rates up to for the last date of period of reckoning
excluding amount payable to the contractor towards items on Star Rate and PC sum.

VC = Cost of all cement lying at site for incorporation in the work excluding cement issued under
Schedule „B‟ and excluding cement brought and paid or payable to contractor under Prime Cost Sum
and/or Star Rate (s).

C1 = Wholesale Price Index for Ordinary Portland Cement (Base Year 2011-12 = 100) published by
Economic Advisor to the Government of India, as on the date of commencement of the period of
reckoning. In case the original contract period is extended under Condition 11 of General Conditions of
Contracts (IAFW-2249), the price index as applicable on the date of commencement of the last period
of reckoning before the original completion date (s) (phase wise except where phasing has been done
for only sample quarter/sample block), shall only be applicable during the extended period. If phasing
has been done only for sample quarter/sample block, the price index as applicable on the date of
commencement of the last reckoning period before the original completion date of the project as a
whole shall only be applicable to the extended period.

Co = As per C1 but the index as on the last due date of bid submission end date.

VMC2 = Amount of cement up to the last date of the period of reckoning for which price variation is
adjustable as worked out as per formula for VMC.

VMC1 = As per VMC2 but as on date of immediate preceding period of reckoning.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 91
SPECIAL CONDITIONS CONTD…
(b) STEEL: The steel cost component for the contract as a whole shall be taken as K S% of the
value of works executed under the contract. Accordingly value/cost of steel consumed in the work as
well as that lying at site for which reimbursement/refund is applicable shall be:

VMS = (KS x Vg) + (VS)


100
Variation in prices of steel shall be worked out by applying the following formula:-

EMS = (VMS2 – VMS1) x (S1-S0)


S0
EMS = Variation in prices of steel to be adjusted.

KS = Constant representing the percentage cost of steel as compared to the total value of work under
the contract as a whole. The value of KS for this work shall be 30 (Thirty) only.

Vg = Amount of work done priced at contract rates up to for the last date of period of reckoning
excluding amount payable to the contractor towards items on Star Rate and PC sum.

VS = Cost of all steel lying at site for incorporation in the work excluding steel under schedule „B‟ and
excluding steel brought and paid or payable to contractor under Prime Cost Sum and/or Star Rate (s).

S1 = Wholesale Price Index for Mild Steel (Long Products) (Base Year 2011-12 = 100) published by
Economic Advisor to the Government of India, as on the date of commencement of the period of
reckoning. In case the original contract period is extended under Condition 11 of General Conditions of
Contracts (IAFW-2249), the price index as applicable on the date of commencement of the last period
of reckoning before the original completion date (s) (phase wise except where phasing has been done
for only sample quarter/sample block),shall only be applicable during the extended period. If phasing
has been done only for sample quarter/sample block, the price index as applicable on the date of
commencement of the last reckoning period before the original completion date of the project as a
whole shall only be applicable to the extended period.

So = As for S1 but the index as on the last due date of bid submission end date.

VMS2 = Amount of steel up to the last date of the period of reckoning for which price variation is
adjustable as worked out as per formula for VMS.

VMS1 = As per VMS2 but as on date of immediate preceding period of reckoning.

(c) OTHER MATERIALS (EXCEPT CEMENT & STEEL): The material cost component except
cement & steel for the contract as a whole shall be taken as K OM% of the value of works executed
under the contract. Accordingly value/cost of other materials consumed in the work as well as that
lying at site for which reimbursement/refund is applicable shall be:

VM = (KOM x Vg) + (VOM – VB)


100

Variation in prices of other materials (except cement & steel) shall be worked out by applying the
following formula:-

EM = (VM2 – VM1) x (W 1-W 0)


W0

EM = Variation in prices of material to be adjusted (except cement & steel).

KOM = Constant representing the percentage cost of other materials (except cement & steel) as
compared to the total of value work under the contract as a whole. The value of KOM for this work shall
be 22.50 (Twenty Two Point Five Zero) only.

Vg = Gross value of work done at contract rates up to the last date of period of reckoning excluding
amount payable to the contractor towards items on Star Rate and PC sum.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 92
SPECIAL CONDITIONS CONTD…
VOM = Value of all materials (except cement & steel) lying at site for incorporation in the work including
materials (except cement & steel) issued under schedule „B‟ and including materials (except cement &
steel) brought and paid or payable to contractor under Prime Cost Sum and/or Star Rate (s).
VB = Value of all materials (out of Vg and VOM ) (except cement & steel) issued under schedule „B‟ plus
value of all materials (except cement & steel) brought and paid or payable to contractor under Prime
Cost Sum and/or Star Rate (s).
W 1 = Wholesale Price Index for All Commodities (Base Year 2011-12 = 100) published by Economic
Advisor to the Government of India, as on the date of commencement of the period of reckoning. In
case the original contract period is extended under Condition 11 of General Conditions of Contracts
(IAFW-2249), the price index as applicable on the date of commencement of the last period of
reckoning before the original completion date(s) (phase wise except where phasing has been done for
only sample quarter/sample block), shall only be applicable during the extended period. If phasing has
been done only for sample quarter/sample block, the price index as applicable on the date of
commencement of the last reckoning period before the original completion date of the project as a
whole shall only be applicable to the extended period.

Wo = As for W 1 but the index as on the last due date of bid submission end date.

VM2 = Value of materials (except cement & steel)up to the last date of the period of reckoning for
which price variation is adjustable as worked out as per formula for VM.

VM1 = ---do--- but as on date of immediate preceding period of reckoning.

Notes :-

1. No adjustment, whatsoever, due to variation in prices of materials on account of coming into


force of any fresh law or statutory rule order as provided in Condition 63 of IAFW-2249 or otherwise
than provided in this condition shall be made.

2. No adjustment in prices shall be made for any work done with materials brought at site after
the original date of completion of the work as mentioned in work order No 01 under contract except as
contemplated under definition of C1 S1 and W 1 here-in-before.

3. Periodicity of working out the escalation on account of variation in prices will be three months.
The last calculation shall however be done for the value of work at contract rates and materials lying at
site for incorporation in the work as on date of completion or extension thereof as mentioned in Note.2
above. Valuation of RARs is to be timed in such a manner that relevant data required for quarterly
calculation under this condition is available from RARs. In case on these dates no RAR is preferred by
the contractor, dummy RAR would be prepared & shall be kept on record duly technically checked and
audited. Amount payable relevant to work done and materials collected in quarter will be worked out
after firm whole sale price indices for the relevant quarter are available. Once the amount adjustable
for any quarter is worked out, the same shall be adjusted as and along with advance on account
payment in the subsequent RAR (s).

4. Any dispute arising out of interpretation or application of this Special Conation shall be referred
to the Accepting Officer whose decision shall be final and binding.

5. For the purpose of calculation of retention money liquidated damages, GST on works
contracts, deduction of income tax at source and recovery of water charges (In case of un metered
supply) the value of contracts as revised by the above price variation will be taken into account.

6. In cases, where value of VM2 –VM1 works out to minus on account of higher utilization of
schedule „B‟ stores (i.e values of Sch B Stores under contract as a whole is higher than KOM value) and
the reimbursement on account of variation in prices of materials (except Cement & Steel) works out to
be negative in spite of the Wholesale Price Index for All Commodities published by Economic Adviser
to Government of India going up from W o, reimbursement on account of variation in prices of materials
shall be treated as „Nil‟.

7. Wholesale Price Index for all commodities are published Every Month. Thus the index applicable
for any date of commencement of the period of reckoning shall be the one applicable for the preceding
month.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 93
SPECIAL CONDITIONS CONTD…

8. The index nos. of whole sale prices for all commodities published by the economic advisor to
Govt of India, in the first instance, are generally termed Provisional. Final Index Nos. for corresponding
months are published subsequently, say after an interval of 06 to 08 weeks or so. It is to be ensured
that variations are worked out based on the Final index Nos. These are available on website
http://eaindustry.nic.in.
9. The term “ Fresh Law or Statuary Rule or Order” used in the aforesaid conditions includes not
only, central law or central rule or order but also the State Law or State Rule or Order.
(d) LABOUR:
The labour component for the work under the contract as whole shall be taken as K L% of the value of
the work executed under the contract. Variation in labour wages shall be worked out by applying the
following formula:

KL L1  L0
EL   Vg1 
100 L0
Where,
EL = Variation in wages of Labour reimbursement to be made to the Contractor or refund to be
made by the Contractor.
KL = Constant representing the percentage cost of labour element as compared to the total value of
the work under the contract as a whole. The value of KL for the work shall be 20 (Twenty) only.
Vg1= Gross value of work done at contract rates during the period of reckoning less value of work
paid or payable to the contractor based on actual cost (e.g. star rate (s), work executed under prime
cost sum etc.) during the period of reckoning.
LI = Minimum wage in rupees of an unskilled adult male mazdoor as fixed under any law, Statutory
rule or order as on the date of commencement of the period of reckoning.
L0 = As for L1 but the minimum wage in rupees of an unskilled adult male mazdoor as on the last due
date for bid submission. If labour wage on date of bid submission end date are increased afterward
with retrospective effect, the value of L0 shall be fixed keeping in view the following aspects:-
(a) If the increase/decrease in wages of labour are made known to the public by any
means of media before bid submission end date but the same is officially notified thereafter
giving retrospective effect, the value of “L0” shall be as per notification though made
subsequently.
(b) If a net-wage comprises a fixed basic wage and the living allowance revised from time
to time based on consumed price index (CPI) and increase CPI is made known to the public
by any means before bid submission end date, the “L 0” will be revised wages corresponding to
revised CPI, though the formal notification for the net wage (considering the revised living
allowance corresponding to revised CPI) is made subsequent to bid submission end date.
(c) In case the labour enforcement officer makes the announcement before bid submission
end date but gazette notification is made subsequently making wages applicable with
retrospective effect, the value of “L0” shall be as per Gazette Notification though subsequently
made.
(d) If the increase/decrease in wages of labours is notified/announced subsequent to bid
submission end date with retrospective effect without making the same publicly known by
means of publicity/media prior to the bid submission end date, then, the value of “L 0” shall be
as per wage known at the time of bid submission end date.
Notes:-
1. The Contractor shall within reasonable time of his becoming aware of any alteration to the
payment of wages of labour consequent on fixation of minimum wages under any law, statutory rule or
order, give written notice thereof to the GE stating that the same is given in pursuant to this Special
Condition together with all information relating thereto of which he may be in a position to supply.
2. Irrespective of the variation in minimum wages for any category of labour, for the purpose of
adjustment under this Special Condition, the variation in minimum wage fixed under any law, statutory
rule or order for an unskilled adult male mazdoor, if any, shall only form the basis.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 94
SPECIAL CONDITIONS CONTD…
3. Periodicity of working out the variation in wages of labour shall be three months commencing
from the bid submission end date. The last adjustment for variation in wages of labour shall however,
be done for the period upto the date of completion or extended date of completion. Valuation of price
adjustment due to increase/decrease in minimum wages under any law, statutory rule or order for the
purpose of making reimbursement/refund in RARs, will be timed in such manner that relevant data
required for quarterly calculation under this Special Condition is available from the RARs. The first
price adjustment in respect of variation in wages of labour will be worked out for the relevant quarter
during which alteration to the wages of labour took place. For implementing this provision, the period
of reckoning in such quarters shall have to be divided into two period i.e., the first period upto the RAR
payable immediately after the date of variation and the other upto the end of the quarter. Value of L 1
at the beginning of the other period shall be the altered wage. If there is more than one change in
wages in a quarter, there will be more than two periods of reckoning on similar basis. Amount payable
relevant to work done for any quarter will be worked out after the minimum wage of an unskilled adult
male mazdoor as fixed under any law, statutory rule or order for the relevant quarter is available.
Once the amount adjustable for any quarter is worked out, the same shall be adjusted in subsequent
RAR as “advance on account” adjustments along with adjustment for ‗Cement‘, ‗Steel‘ & ‗Other
Materials‘.
4. No adjustment in prices shall be made for any work done after the due date of completion or
extended date of completion on account of extension of time granted under Condition 11 of IAFW-
2249 (whichever is later) for the work under the Contract.
5. No adjustment, whatsoever, due to variation in wages of labour on account of coming into force
of any fresh law or statutory rule or order as provided in Condition 63 of IAFW-2249 or otherwise, than
provided in this Special Condition shall be made.
6. Any dispute arising out of interpretation or application of this Special Condition shall be referred
to the Accepting Officer whose decision shall be final and binding.
7. For purposes of calculation of retention money, liquidated damages, Goods and Service Tax
on works contract, deduction of income tax at source and recovery of water charges (in case of
unmetered supply) the value of contract as revised by the above price variation will be taken into
account.

19. CO-OPERATION WITH OTHER AGENCIES:


The contractor shall permit free access and afford reasonable facilities to other Agencies or departmental
workmen engaged by Govt. to carry out other work services (whether or not in connection with the work under
the scope of this contract) on the site, simultaneously. The contractor shall not be allowed any extra payment
on this account.

20. ACCEPTABLE QUALITY OF WORK AND FINISHES:


To determine the acceptable standard of workmanship, the Garrison Engineer may order the contractor to
execute certain typical portion of works and services such as some length of wall, portion of different type of
floors, plaster, painting and other finished/items, sanitary fittings, plumbing, electrical fittings etc under strict
and constant supervision of MES staff and label these works as guiding sample so that further works shall be
executed to confirm these samples.

21. TIME AND PROGRESS CHART:


(a) The time and Progress Chart to be prepared as per condition 11 of General Conditions of Contracts
(IAFW-2249) shall consist of detailed network analysis and a time schedule. The critical path network shall be
drawn jointly by the GE and the contractor soon after acceptance of the tender. The time scheduling of the
activities shall be done by the Contractor so as to finish the work within the stipulated time. On completion of
the time schedule a firm calendar date schedule shall be prepared and submitted by the Contractor to the GE
who shall approve it after due scrutiny. The schedule shall be submitted in four copies within two weeks from
the date of handing over the site.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 95
SPECIAL CONDITIONS CONTD…
(b) During the currency of work the Contractor is expected to adhere to the time schedule and his
adherence shall be a part of 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 network as and when called for by
the GE. These reviews may be undertaken at the discretion of the GE either as a periodic appraisal measure
or when the quantum of work ordered on the Contractor is substantially changed through deviation orders or
amendments. Any revision of the schedule as a result of the review shall be submitted by the contractor to the
GE within a week who shall approve it after due scrutiny. The Contractor shall adhere to the revised schedule
thereafter. In case of Contractor disagreeing with the revised Schedule, the same shall be referred to the
Accepting Officer whose decision shall be final, conclusive and binding. GE‟s approval to the revised schedule
resulting in a completion date beyond the stipulated date of completion shall not automatically amount to a
grant of extension of time. Extension of time shall be considered and decided by the appropriate authority
mentioned in condition 11 of IAFW-2249 and separately regulated.

(c) The Contractor shall mobilize and employ sufficient resources to achieve the detailed schedule within
the broad frame work of the accepted methods of working and safety.

(d) No Additional payment shall 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.

22. SITE FOR EXECUTION OF WORK


Site for execution of work will be available as soon as the tender is accepted. In case, it is not possible for the
department to make the entire site available at the commencement of work, the contractor will have to prepare
the CPM network as required in terms of Special Condition 21 to achieve the target. No claim whatsoever for
not giving the entire site on commencement of work and for giving the site gradually will be tenable.

23. SECURITY OF CLASSIFIED DOCUMENTS


23.1 Tenderers special attention is drawn to condition 2A & 3 of General Conditions of Contracts (IAFW-2249) for
compliance. The contractor shall not communicate any classified information regarding the work either to sub-
contractor(s) or to any other person(s) without prior written approval of the Engineer-in-Charge. The contractor
shall also not make copies of the design and drawings and other documents furnished to him in respect of
works and he shall return all documents to the department on completion of the work or earlier determination
and/or termination of the contract.

23.2 The contractor shall attach with final bill the receipt from Engineer-in-Charge to the effect that the contractor
has returned the classified documents as per condition 3 of General Conditions of Contracts(IAFW-2249) .

24. RECORD OF CONSUMPTION OF CEMENT


24.1 For the purpose of keeping a record of cement procured/received and consumed in work, the contractor shall
maintain a properly bound register in the form approved by the Engineer-in-Charge showing the daily receipt of
cement, quantity used in works and balance at the end of each day and such other information as is required
to control the consumption and procured/receipt of cement. This register shall be signed daily by the
contractor‟s representative in token of correctness of the entries made and it shall be signed in token of check
by MES representative as follows:-
(i) Daily by JE in charge of supervision of works.
(ii) Once in a week by the Engineer-in-Charge.

24.2 The register shall be kept at site of work in the safe custody of the contractor during progress of work and on
demand he shall produce the same for verification of Inspecting Officer. The register shall handed over to the
Engineer-in-Charge for record with MES.

24.3 The aforesaid provisions will however not absolve the contractor to use reqd quantity of cement in work

25. CLEANING DOWN


The contractor shall clean all floors, joinery, glass panes etc. and remove drops of cement/lime paint etc. and
touch up all painter‟s work and carry out other items of work as are necessary to make and leave the premises
clean and tidy before handing over the buildings and/or works. The contractor shall not be allowed any extra
payment on this account.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 96
SPECIAL CONDITIONS CONTD…
26. PERIOD FOR KEEPING THE OFFER OF TENDER OPEN
The tender shall remain open for acceptance for a period of 60 (Sixty) days from the bid submission end date
commencing from the date next to bid submission end date.

27. PROPRIETARY MATERIALS/ARTICLES AND RECORD OF MATERIALS


(a) The proprietary materials/articles such as paint, bitumen, water proofing admixture, 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) as „NOT TO BE ABSTRACTED‟ and signed by the contractor and the Engineer-in-Charge as a check to
ensure that the required quantity has been brought to site for incorporation in the works.

(c) Produce original receipted purchase vouchers/bills including manufacturer‟s test certificate (where
applicable) in respect of the suppliers shall be provided by contractor to the GE to ensure that the contractor
has actually brought the required quality and quantity from the authorized source(s).

(d) The proprietary materials shall be stored as directed. Those already recorded in the measurement
book shall be marked suitably for identification.

(e) The contractor shall produce original receipted purchase vouchers/bills alongwith test certificate
(wherever applicable) in respect of supplies for the following items (as applicable) as directed by Engineer-in-
Charge alongwith RAR against claim for material lying at site raised in the RAR. Production of original voucher
is mandatory in case of claim against material lying at site & also when demanded by GE:-

(i) Water proofing compound. (ii) Paint, distemper & cement base
paints.
(iii) GI pipes and fittings. (iv) Sanitary fittings and fixtures.
(v) Galvalume Sheet. (vi) All grades of bitumen.
(vii) Tiles, paver blocks (viii) False ceiling.
(ix) Steel windows /ventilators. (x) Stainless steel railing
(xi) Structural Glazing (xii) PVC door.
(xiii) Aluminium doors/windows/ventilators. (xiv) Factory made panelled door shutter.
(xv) Electrical fittings, fixtures, cables, (xvi) Steel (TMT and structural)
conductors,equipments, LT panels,
Transformer & DG Set.
(xvii) Cement (xviii) CHS equipments.
(xix) MCB/ELCB/RCCB/MCCB,exhaust/ ceiling (xx) High mast light, Steel tubular poles,
fans, DB, Street light fittings, LED Lightening arrestor, Insulators
lamps/fittings, Aviation light, Tube light
fittings
(xxi) Sealing compound, Water proofing (xxii) GI/DI pipes and fittings, RCC pipes
membrane
(xxiii) Barbed wire, concertina coil, Chain link (xxiv) Any other proprietary articles.
fencing

(f) Payment for the above materials shall neither be made in the RARs nor these shall be allowed for
incorporation in the work unless original purchase vouchers/bills as stated above are produced by the
contractor and are verified by the Engineer-in-Charge regarding their correctness and genuineness and are
defaced by him against the contract. The purchase documents shall be endorsed, dated and initialed by the
Engineer-in-Charge duly verified giving contract number and name of work. A certified true copy of each of
such documents shall be kept on record and original shall be returned to the contractor.
(g) The contractor shall ensure that the materials are brought to site, in original sealed containers/ packing,
bearing manufacturer‟s marking except in the case of requirement of material (s) being less than smallest
packing.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 97
SPECIAL CONDITIONS CONTD…
28. PERFORMANCE SECURITY DEPOSIT
28.1 The contractor is required to furnish Performance Security as per Condition-19 of IAFW-2249.The said
condition is reproduced for ready reference in Clause-28.2 here-in-after. The initial period of validity against
Performance Security shall be upto and including the date of completion of work covered in Phase-II plus
minimum 60 days as applicable in the contract. In case where at a later stage it is considered, on account
of delay in completion of work or delay in payment in final bill etc, the validity date stipulated in the
Bank Guarantee should be extended by the contractor. For the purpose of release of Performance
Security under Condition 68, final bills means final bill for both the Phases i.e. Phase-I and Phase-II
complete.
28.2 PERFORMANCE SECURITY
28.2.1 Irrespective whether the contractor is enlisted in MES or not, the successful bidder/Contractor has to submit
within 28 (Twenty Eight) days of receipt of the letter of Acceptance of contract a performance security deposit
for an amount equivalent to 3% of the contract sum to the Accepting Officer in any of the forms given below :-
(a) A Bank Guarantee in the Prescribed form to be issued by Nationalized/Scheduled Indian Bank as per
appendix 2.1 of Manual on Contracts 2020 with “Security Deposit” in Para-1, line 4 replaced by
“Performance Security Deposit”.
(b) Government Securities or FDR to be issued by Nationalized/Scheduled Indian Bank.
28.2.2 The period of validity against Performance Security shall be upto and including the date of expiry of Defect
Liability Period plus minimum 60 days as applicable in the contract.
28.2.3 The full amount of performance security deposit for this contract shall be given by the contractor in any one of
the forms as stipulated in para 28.1 (a) and (b) above. Mix of forms for performance security deposit shall not
be allowed/Accepted.
28.2.4 Failure of the successful contractor to comply with the requirements of sub clause 28.1 above shall constitute
sufficient grounds for cancellation of award of work and forfeiture of Earnest Money. In case of enlisted
contractor, amount equal to Earnest Money stipulated in Notice Inviting Tender shall be notified to the
tenderer for depositing the amount through MRO. Issue of tender to such contractors shall remain suspended
till the aforesaid amount is deposited in Government treasury.
28.2.5 All compensation or other sums of money as payable by the contractor to the Government under the terms of
this contract or under any other contract with Government may be deducted from, or paid by the sale of a
sufficient part of the performance securities as deposited by the successful bidder or from the interest arising
there from or from any sums which may be due or become due to the contractor by the Government on any
account whatsoever and in the event of his performance security being reduced by reason of any such
deduction, or sale as aforesaid, the contractor shall within 10 (ten) days thereafter make good in cash or
securities, endorsed as aforesaid, any sum or sums which may have been deducted from or realized by the
sale of his performance securities or any part thereof. Government shall not be responsible for any loss of
securities or any depreciation in the value of securities while in their charge nor for loss of interest thereon.
28.2.6 In the event of being contract cancelled under Condition 52, 53 & 54 of General condition of Contract, the said
performance security as deposited by the contractor shall be forfeited in full and retention money upto last paid
RAR shall be forfeited. All T&P and material of contractor lying at site shall be confiscated by Government and
shall be absolutely at the disposal of the President of India and no compensation whatsoever shall be allowed
by the department. Moreover, if the failed contractor is a company, or a firm that every member/ partner/
Director of company or firm shall be barred from participation in the tender process for the balance work either
in his/her individual capacity or as a partner of other company/firm.
Note:- In case of any variation between Clause- 28.2 here-in-before and Condition-19 of IAFW-2249, the
provisions contained in Condition-19 shall take precedence except that amount shall be @ 3% of
contract sum in lieu of 5%.
29. REFER SPECIAL CONDITIONS 6 & 9
(i) The contractor shall maintain site/area of land/buildings in a clean and tidy conditions at his own
expenses and shall deliver up the same on/or before the date of completion of the works, or on termination of
the contract, or in the event of the said areas or land/buildings required by the GE within one month of an order
to that effect, in a clean and tidy state complete in every particular and to the satisfaction of Engineer-in-
Charge.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 98
SPECIAL CONDITIONS CONTD…
(ii) In addition to completion of all other stipulations under condition 49 of IAFW-2249, the completion
certificate under condition 49 of IAFW-2249 shall be issued only after vacation of site/area of land/building
allotted to the contractor. However the contractor may be permitted by the GE in writing to retain such areas of
land/building which is in the opinion of GE may be required for storage of materials required for rectification of
defects (decision of the GE shall be final and binding in this regard). Soon after the rectification of defects
such area of land/building shall be vacated and delivered to the Engineer-in-Charge in a neat state. Payment
of final bill shall be made to the contractor only after such areas of land/building are vacated by the contractor.

30. ADVANCE ON ACCOUNT OF MATERIALS (APPLICABLE TO CONTRACTS OF VALUE RS. 50 LAKHS


AND ABOVE)

30.1 For the purpose of such contracts, the following shall be deemed to be added in continuation of para 8 of
condition 64 of IAFW-2249:; Provided further the contractor may be paid advance on account to the full value
of under mentioned materials (as applicable in this contract) brought on the site, on his furnishing guarantee
bond on the prescribed form from a scheduled bank for the amount of the retention money which should
otherwise be recoverable from him under the contract.
(a) Electric cables/fittings/fixtures and electric equipments
(b) Any other non-perishable and manufactured materials which do not lose their identity after
incorporation in the work, as decided by GE.

30.2 The bank guarantee bond(s) shall be executed for a period of six months and on a form as directed by the
Accepting Officer. The contractor shall further arrange to extend the period of guarantee bond(s) as and when
necessary, and as directed by the Accepting Officer or shall furnish fresh guarantee bond(s) if and when
necessary and as directed by the Accepting Officer of similar value in lieu.
30.3 It shall be noted that advance on account of the full value of materials brought on the site is permissible only in
respect of fittings and fixtures and other manufactured items which do not lose their identity after incorporation
in the works. Materials like bricks, aggregate, pre-cast concrete and similar items are not to be taken in the
list.

31. OFFICIAL SECRET ACT:


The contractor shall be bound by the Indian official Secret Act 1923 particularly Section 5 thereof, all as per
condition 2A of IAFW-2249.

32. OUTPUT OF ROAD ROLLER (REFER CONDITION 15 OF IAFW - 2249)


32.1 For the Road Roller to be arranged by the contractor, a log book for each Road roller shall be maintained by
him for recording hours of working of the Road Roller. Entries in the road roller log book shall be signed by the
contractor or his authorised representative and by Engineer-in-Charge.

32.2 To ensure proper consolidation, road roller must work at least for the number of days assessed on the basis of
output given here-in-after. If the road roller has not worked for the number of days so assessed, recovery @
Rs. 2500/- per 8 hours (per day) shall be affected from the contractor for the number of days falling short of the
days assessed on the basis of output stipulated.

32.3 The above provision shall not, however, absolve the contractor of his responsibility of properly consolidating
surfaces as required under the provisions of the contract.
32.4 Output of road roller 8 to 12 ton capacity per day of 8 hours work will be as under:-

(i) Consolidation of formation surfaces/subgrade. : 1850 Sqm


(ii) Consolidation of stone soling 23cm thick (spread thickness) : 518 Sqm
(iii) Consolidation of stone soling 15cm thick (spread thickness) : 800 Sqm
(iv) Consolidation of water-bound macadam (stone metal) 11 cm spread thickness : 248 Sqm
including spreading and consolidation with binding material
(v) Consolidation of water-bound macadam (stone metal) 7.5 cm spread thickness : 372 Sqm
including spreading and consolidation with binding material
(vi) Consolidation of Mix Seal or premixed carpet including seal coat 20 mm thick : 744 Sqm
(vii) Consolidation of Mix Seal or premixed carpet including seal coat 25mm thick. : 600 Sqm

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 99
SPECIAL CONDITIONS CONTD…
(viii) Consolidation of Mix Seal or premixed carpet including seal coat 30mm thick. : 500 Sqm
(ix) Consolidation of single coat surface dressing : 774 Sqm
(x) Consolidation of single coat surface dressing : 558 Sqm
(xi) Consolidation of 2.50 cm thick premix carpet including seal coat : 600 Sqm
(xii) Consolidation of 2.00 cm thick premix carpet including seal coat : 744 Sqm
(xiii) Ditto two coat surface dressing : 558 Sqm
(xiv) Consolidation of bituminous mixture 2 parts of broken stone metal and one : 372 Sqm
part of sand and bitumen, consolidated thickness 4cm.

Note:- For the thickness other than given above, the output shall be calculated on the proportional basis. The
output of road roller other than above shall be as per „MORTH‟ specifications.

33. CONCILIATION UNDER ARBITRATION AND CONCILIATION ACT-1996 AS AMENDED BY ARBITRATION


AND CONCILIATION AMENDMENT ACT 2015
33.1 Dispute Resolution Roard (DRB) applicable for works costing more than 10 CRORE
Refer Condition 71 of IAFW-2249 General Conditions of Contract :
33.1.1 During execution of the works or after completion or after determination/ cancellation/ termination of the
contract all disputes between the parties to contract arising out of the contract (except those for which decision
of Accepting Officer or any other officer (CWE and/or GE) is expressed to be final and binding), including any
disagreement by either party with any action, inaction, opinion, instruction, certificate or valuation by the
Accepting Officer or his nominee, the matter in dispute shall, in the first place be referred to the Dispute
Resolution Board (DRB). In case of disagreement with the decision of such DRB, any party may invoke
arbitration clause.
33.1.2 The Constitution of the DRB shall be a three member body as under :-
(i) Chairman : Joint DG (Contracts) of Chief Engineer, Northern Command, Udhampur. Where Jt DG
(Contract) is not posted in the Command, any other Chief Engineer/ Brig level Officer posted in CE Command
shall be nominated by the Comd CE at his sole discretion.
(ii) Member 1 :
Col/Director rank officers of Command CE or of any other Zonal CE to be nominated
by the CE Northern Command, Udhampur
(iii) Member 2
33.1.3 The name of Chairman and members shall be notified by the Accepting officer within one month of the date of
acceptance of contract or placement of work order by GE whichever is later.
33.1.4 Once the DRB is constituted the members and chairman shall disclose in writing their neutrality and
impartiality about any personal interest in the work.
33.1.5 The dispute shall be referred to the chairman of the DRB by the concerned party after giving notice to the
other party for invoking of this clause.
33.1.6 The DRB shall decide the dispute in accordance with the terms of the contract, principle or natural justice,
equity and fair play.
33.1.7 The DRB may fix oral hearing at a place, date and time as decided by the Chairman.
33.1.8 The requisite administrative support to the DRB shall be provided by the Accepting Officer.
33.1.9 All the contract documents pertaining to the case shall be provided by the Accepting Officer for reference by
the DRB.
33.1.10 DRB shall give its decision on the disputes within three months of notice from any party invoking the DRB
clause. This period can be extended by one month with the consent of the parties.
33.1.11 All the decisions given by the DRB shall be by majority and such decisions shall be communicated in writing
by Chairman to the parties.
33.1.12 If the decision of the DRB is not to the satisfaction of either party or if the DRB fails to give decision within the
laid down time either party shall indicate his reservations on the decision to accepting Officer within 30 days of
such decision and to refer that dispute for arbitration within the provisions of Condition 70 of IAFW-2249
General Conditions of Contract.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 100
SPECIAL CONDITIONS CONTD…
33.1.13 It shall be mandatory for the party invoking arbitration on any particular dispute to have first exhausted the
remedy provided under the DRB clause for that particular dispute.
33.1.14 The mandate of the DRB shall terminate on completion of one year from the date of completion/ determination/
cancellation/ termination of the contract.
33.1.15 If any member or Chairman of the DRB is unable to function due to any reason whatsoever, or he resigns his
appointment, Chief Engineer, Northern Command, Udhampur as the case may be, shall fill the vacancy so
caused within 15 days of happening of such vacancy.
33.1.16 Any dispute referred to the DRB and having been decided by the DRB and not objected to by either party
within 30 days shall attain finality and shall not be referable to arbitration.
33.1.17 Accepting Officer shall ensure implementation of the decisions of the DRB which attain finality, i.e. except
those which are objected by him or by contractor within 30 days as per Para 33.1.12 above.
33.1.18 Findings and decision of DRB shall be admissible as evidence, to the extent permissible as per law, in the
subsequent Arbitration and/ or litigation.
33.1.19 DRB Chairman/ members shall not, in any case, be liable to be called as witness or to produce any evidence
in any Arbitration or departmental proceedings of any kind.
33.1.20 During execution of work the disputes may be referred to the DRB as per the requirement of each party after
having exhausted the decision making process provided in the contracts. In case of completion of work or after
determination/ cancellation/ termination of the contract all the disputes including payment/ nonpayment/ delay
in final bill shall be simultaneously referred to the DRB within six months of completion/ determination/
cancellation/termination of the contract.
33.1.21 The department case before the DRB shall be presented by Accepting Officer himself and/ or Dir (Contract) of
CE Zone assisted by CWE and his DCWE (Contracts), GE and his AGE (Contracts) and any other officer and
legal counsel nominated by Accepting Officer. The contractor may present his case by himself and/ or by his
nominated reps & authorized legal/ technical counsel.

34. QUALIFIED TRADESMEN (Applicable for estimated cost one crore and above work as per NIT)
In compliance with the condition 26 of IAFW-2249 (General Conditions of Contracts) the contractor shall
employ skilled/semi-skilled tradesmen who are qualified and possessing certificate in particular trade from
Industrial Training Institute (ITI)/Similar reputed and recognized Institutes by State/Central government to
execute the works of their respective trade. The number of such qualified trades men shall not be less than
25% of total skilled/semi-skilled tradesmen required in each trade. The Contractor shall submit the list of such
tradesmen along with requisite certificates to Garrison Engineer for verification and approval. Notwithstanding
the approval of such tradesmen by GE, if the tradesmen are found to have
inadequate skill to execute the work of their trades leading to un-satisfactory workmanship, the contractor shall
make good the defective work to the entire satisfaction of GE without any extra cost to Govt and the contractor
shall remove such tradesmen within a week after written notice to this effect by the GE and shall engage other
qualified tradesmen after prior approval of GE. GE‟s decision whether particular tradesmen possess requisite
qualification, skill and expertise commensurate with nature of work shall be final and binding. No compensation
whatsoever on this account shall be admissible.

34A EMPLOYMENT OF ENGINEER FOR SUPERVISION OF WORKS


The contractor shall employee following qualified engineers at his own expenses to supervisor the work and
to receive instructions from the Engineer-in-Charge :-
(a) Three (03) Graduate Engineers from a Govt. recognized institution with minimum experience of
five (05) years. (Two Civil Engineers and one Electrical Engineer)
(b) Three (03) Diploma Engineers from Govt. recognized institution with minimum experience of
Eight (08) years. (Three Civil Engineers)
(c) One of the Engineers should have capability to use Project Management Software like MS
Projects/ Primavera in all projects.
Note : The requirement as per Condition-25 of IAFW-2249 shall be strictly followed except the number of
engineers as given here-in-before.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 101
SPECIAL CONDITIONS CONTD…
35. 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 GST, labour
welfare cess/tax etc), duties, Royalties & other levies payable under the respective statutes. No
reimbursement/ refund for variation in rates to taxes, duties, Royalties, Octori & other levies, and/ or
imposition/ abolition of any new/ existing taxes, Royalties, Octori & other levies shall be made except as
provided in sub Para (b) herein below.

(b) (i) The taxes which are levied by Government at certain percentage rate of contract sum/ amount shall
be termed as “taxes directly related to contract value” such as GST, 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 rate s as prevailing on last due date of
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 tender shall be reimbursed to the
contractor and any decrease in percentage rates of “taxes directly related to contract value” with
reference to prevailing rates on last due date for receipt of tenders shall be refunded by the
contractor to the Govt/ deducted by the Govt from any payments due to the contractor. Similarly,
imposition of any new “taxes directly related to contract value” after the last due date of receipt of
tenders shall be reimbursed to the contractor and abolition of any “taxes directly related to contract
value” prevailing on last due date for receipt of tenders shall be refunded by the contractor to the
Govt/ deducted by the Govt form the payments due to the contractor.

(ii) The Contractors 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 also
submit the other documentary proof/information as the GE may require.

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

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

36. BLASTING : Blasting is prohibited.

37. SITE LABORATORY AND TESTING OF MATERIALS


(a) „A‘ LEVEL TESTS FOR WORKS COSTING Rs 100 LAKHS AND ABOVE:- The contractor shall set up
site laboratory of minimum size 3m x 4m with proper ventilation and lighting for testing of materials (except
Schedule „B‟ materials) for „A‟ level tests as listed in Appendix „F‟ to Particular specifications. The contractor
shall arrange all equipments/ machines for the tests specified in Appendix „F‟ as „A‟ level tests at his own cost
with prior approval of GE. The cost shall be included in the costs 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 Engineer-in-Charge. The successful test results thereof shall be
recorded and signed jointly by the contractor and Engineer-in-Charge. The charges of these tests i.e. A level
tests carried out in site laboratory of the contractor shall not be recovered. However in case a test which was
specified to be carried out in site laboratory and which could not be carried out in site laboratory due to some
reason, such test shall be carried out in Zonal/Command lab/ any other laboratory approved by GE and the
recovery will be made at the rates given in Appendix 'F' for tests carried out in Zonal/Command lab or other
wise at the actual rates in case the tests are carried out in other labs. Testing charges will be deducted from
the RAR's irrespective of the tests results for such tests.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 102
SPECIAL CONDITIONS CONTD…
(b) „A‘ LEVEL TESTS FOR WORKS COSTING UP TO Rs 100 LAKHS:- The contractor may set up site
laboratory at his option for works costing up to 100 lacks. The other stipulations will be same as specified in
preceding Para (a). However in case the contractor has not set up the site laboratory and tests are carried out
in Zonal or any other laboratory approved/ set up by GE, the recovery shall be made at the rates given in
Appendix 'F' for tests carried out in Zonal lab or otherwise as per actual rates in case the tests are carried out
in other labs. Testing charges will be deducted from the RAR's irrespective of the test results for such tests.

(c) „B‘ & ‗C‘ LEVEL TESTS: For tests of „B‟ and „C‟ level as indicated in Appendix „F‟, the contractor shall
provide all facilities for testing of materials at Zonal/Command Test Lab at his own cost. The rates quoted by
the contractor shall deemed to be inclusive of these tests. For „C‟ level tests, actual cost of testing shall be
borne by the contractor and for „B‟ level test, recovery shall be made at the rate of various tests conducted in
Zonal/Command test lab of MES as indicated in Appendix „F‟.

(d) 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 test or whenever the test is
due whichever is earlier.

(e) This clause supersedes all other stipulations, if any, with regard to testing of materials specified
elsewhere in the tender documents.

Notes: -
(i) All „B‟ level test shall be conducted in CTL in case there is no functional Zonal Lab in the adjoining
area, with testing charges to be recovered as per contract conditions.
(ii) „C‟ level test for which facilities are available in CTL shall be conducted in CTL with testing charges to
be recovered from contractors as per Contract Conditions Balance „C‟ level test shall continue to be conducted
in SEMT/Govt Approved Lab/Lab of Govt Engg College, as the case be under contractor‟s own arrangement
and actual cost of testing shall be borne by the contractor.
(iii) Various random/independent testing for material/products required to be conduct in addition to routine
tests as stipulated in contracts, be referred to CTL to get verification of quality of material/product.

38. EMPLOYEES PROVIDENT FUND SCHEME:


(a) Under the The Employees Provident Funds and Miscellaneous Provisions Act, 1952, the contractor
shall have a EPF Code No and all labours employed by him or sub-contractor shall be enrolled as member of
Provident Fund and should be given Universal Account Number (UAN).

(b) A certificate to effect that all working labours employed for execution of work are registered for EPF
and due distribution have been credited into their account, shall be furnished by contractor along with running
advances or final bill.

(c) Before releasing / placing work order after finalization / Acceptance of tender, the contractor shall be
liable to submit Provident Fund code No allotted under The Employees Provident Funds and Miscellaneous
Provisions Act, 1952,.

39. PERFORMANCE EVALUATION OF CONTRACTS


39.1 Performance evaluation of the works shall be carried out at following laid down stages of the work. The
contractor shall give on-site presentation in these evaluation to the Accepting Officer himself in presence of
CWE, GE, AGE, Staff Officers of CE‟s. These shall also be attended by representatives of CFA, PMG, user,
audit & references quoted in the Minutes of Meeting (MoM), which shall be issued by the CE.

(a) First Evaluation


(i) First evaluation shall be carried out at the end of mobilization but not later than two months
from date of commencement of work indicated in the work order No-1. The Contractor and GE shall
finalize the works programme (CPM or PERT or any other method mentioned in CA) which shall be
discussed threadbare, during the meeting. The following shall be ensured and bottlenecks removed:-

(aa) Clear approach to the site.


(ab) Availability of clear site.
(ac) Site preparation for dumping of building material such as hard standing/bins.
(ad) Cordon-off of the work site with due regard to security, environment, dust pollution etc.
(ae) Hindrances such as trees and building to be demolished, if any.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 94
SPECIAL CONDITIONS CONTD…
3. Periodicity of working out the variation in wages of labour shall be three months commencing
from the bid submission end date. The last adjustment for variation in wages of labour shall however,
be done for the period upto the date of completion or extended date of completion. Valuation of price
adjustment due to increase/decrease in minimum wages under any law, statutory rule or order for the
purpose of making reimbursement/refund in RARs, will be timed in such manner that relevant data
required for quarterly calculation under this Special Condition is available from the RARs. The first
price adjustment in respect of variation in wages of labour will be worked out for the relevant quarter
during which alteration to the wages of labour took place. For implementing this provision, the period
of reckoning in such quarters shall have to be divided into two period i.e., the first period upto the RAR
payable immediately after the date of variation and the other upto the end of the quarter. Value of L 1
at the beginning of the other period shall be the altered wage. If there is more than one change in
wages in a quarter, there will be more than two periods of reckoning on similar basis. Amount payable
relevant to work done for any quarter will be worked out after the minimum wage of an unskilled adult
male mazdoor as fixed under any law, statutory rule or order for the relevant quarter is available.
Once the amount adjustable for any quarter is worked out, the same shall be adjusted in subsequent
RAR as “advance on account” adjustments along with adjustment for ‗Cement‘, ‗Steel‘ & ‗Other
Materials‘.
4. No adjustment in prices shall be made for any work done after the due date of completion or
extended date of completion on account of extension of time granted under Condition 11 of IAFW-
2249 (whichever is later) for the work under the Contract.
5. No adjustment, whatsoever, due to variation in wages of labour on account of coming into force
of any fresh law or statutory rule or order as provided in Condition 63 of IAFW-2249 or otherwise, than
provided in this Special Condition shall be made.
6. Any dispute arising out of interpretation or application of this Special Condition shall be referred
to the Accepting Officer whose decision shall be final and binding.
7. For purposes of calculation of retention money, liquidated damages, Goods and Service Tax
on works contract, deduction of income tax at source and recovery of water charges (in case of
unmetered supply) the value of contract as revised by the above price variation will be taken into
account.

19. CO-OPERATION WITH OTHER AGENCIES:


The contractor shall permit free access and afford reasonable facilities to other Agencies or departmental
workmen engaged by Govt. to carry out other work services (whether or not in connection with the work under
the scope of this contract) on the site, simultaneously. The contractor shall not be allowed any extra payment
on this account.

20. ACCEPTABLE QUALITY OF WORK AND FINISHES:


To determine the acceptable standard of workmanship, the Garrison Engineer may order the contractor to
execute certain typical portion of works and services such as some length of wall, portion of different type of
floors, plaster, painting and other finished/items, sanitary fittings, plumbing, electrical fittings etc under strict
and constant supervision of MES staff and label these works as guiding sample so that further works shall be
executed to confirm these samples.

21. TIME AND PROGRESS CHART:


(a) The time and Progress Chart to be prepared as per condition 11 of General Conditions of Contracts
(IAFW-2249) shall consist of detailed network analysis and a time schedule. The critical path network shall be
drawn jointly by the GE and the contractor soon after acceptance of the tender. The time scheduling of the
activities shall be done by the Contractor so as to finish the work within the stipulated time. On completion of
the time schedule a firm calendar date schedule shall be prepared and submitted by the Contractor to the GE
who shall approve it after due scrutiny. The schedule shall be submitted in four copies within two weeks from
the date of handing over the site.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 95
SPECIAL CONDITIONS CONTD…
(b) During the currency of work the Contractor is expected to adhere to the time schedule and his
adherence shall be a part of 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 network as and when called for by
the GE. These reviews may be undertaken at the discretion of the GE either as a periodic appraisal measure
or when the quantum of work ordered on the Contractor is substantially changed through deviation orders or
amendments. Any revision of the schedule as a result of the review shall be submitted by the contractor to the
GE within a week who shall approve it after due scrutiny. The Contractor shall adhere to the revised schedule
thereafter. In case of Contractor disagreeing with the revised Schedule, the same shall be referred to the
Accepting Officer whose decision shall be final, conclusive and binding. GE‟s approval to the revised schedule
resulting in a completion date beyond the stipulated date of completion shall not automatically amount to a
grant of extension of time. Extension of time shall be considered and decided by the appropriate authority
mentioned in condition 11 of IAFW-2249 and separately regulated.

(c) The Contractor shall mobilize and employ sufficient resources to achieve the detailed schedule within
the broad frame work of the accepted methods of working and safety.

(d) No Additional payment shall 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.

22. SITE FOR EXECUTION OF WORK


Site for execution of work will be available as soon as the tender is accepted. In case, it is not possible for the
department to make the entire site available at the commencement of work, the contractor will have to prepare
the CPM network as required in terms of Special Condition 21 to achieve the target. No claim whatsoever for
not giving the entire site on commencement of work and for giving the site gradually will be tenable.

23. SECURITY OF CLASSIFIED DOCUMENTS


23.1 Tenderers special attention is drawn to condition 2A & 3 of General Conditions of Contracts (IAFW-2249) for
compliance. The contractor shall not communicate any classified information regarding the work either to sub-
contractor(s) or to any other person(s) without prior written approval of the Engineer-in-Charge. The contractor
shall also not make copies of the design and drawings and other documents furnished to him in respect of
works and he shall return all documents to the department on completion of the work or earlier determination
and/or termination of the contract.

23.2 The contractor shall attach with final bill the receipt from Engineer-in-Charge to the effect that the contractor
has returned the classified documents as per condition 3 of General Conditions of Contracts(IAFW-2249) .

24. RECORD OF CONSUMPTION OF CEMENT


24.1 For the purpose of keeping a record of cement procured/received and consumed in work, the contractor shall
maintain a properly bound register in the form approved by the Engineer-in-Charge showing the daily receipt of
cement, quantity used in works and balance at the end of each day and such other information as is required
to control the consumption and procured/receipt of cement. This register shall be signed daily by the
contractor‟s representative in token of correctness of the entries made and it shall be signed in token of check
by MES representative as follows:-
(i) Daily by JE in charge of supervision of works.
(ii) Once in a week by the Engineer-in-Charge.

24.2 The register shall be kept at site of work in the safe custody of the contractor during progress of work and on
demand he shall produce the same for verification of Inspecting Officer. The register shall handed over to the
Engineer-in-Charge for record with MES.

24.3 The aforesaid provisions will however not absolve the contractor to use reqd quantity of cement in work

25. CLEANING DOWN


The contractor shall clean all floors, joinery, glass panes etc. and remove drops of cement/lime paint etc. and
touch up all painter‟s work and carry out other items of work as are necessary to make and leave the premises
clean and tidy before handing over the buildings and/or works. The contractor shall not be allowed any extra
payment on this account.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 96
SPECIAL CONDITIONS CONTD…
26. PERIOD FOR KEEPING THE OFFER OF TENDER OPEN
The tender shall remain open for acceptance for a period of 60 (Sixty) days from the bid submission end date
commencing from the date next to bid submission end date.

27. PROPRIETARY MATERIALS/ARTICLES AND RECORD OF MATERIALS


(a) The proprietary materials/articles such as paint, bitumen, water proofing admixture, 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) as „NOT TO BE ABSTRACTED‟ and signed by the contractor and the Engineer-in-Charge as a check to
ensure that the required quantity has been brought to site for incorporation in the works.

(c) Produce original receipted purchase vouchers/bills including manufacturer‟s test certificate (where
applicable) in respect of the suppliers shall be provided by contractor to the GE to ensure that the contractor
has actually brought the required quality and quantity from the authorized source(s).

(d) The proprietary materials shall be stored as directed. Those already recorded in the measurement
book shall be marked suitably for identification.

(e) The contractor shall produce original receipted purchase vouchers/bills alongwith test certificate
(wherever applicable) in respect of supplies for the following items (as applicable) as directed by Engineer-in-
Charge alongwith RAR against claim for material lying at site raised in the RAR. Production of original voucher
is mandatory in case of claim against material lying at site & also when demanded by GE:-

(i) Water proofing compound. (ii) Paint, distemper & cement base
paints.
(iii) GI pipes and fittings. (iv) Sanitary fittings and fixtures.
(v) Galvalume Sheet. (vi) All grades of bitumen.
(vii) Tiles, paver blocks (viii) False ceiling.
(ix) Steel windows /ventilators. (x) Stainless steel railing
(xi) Structural Glazing (xii) PVC door.
(xiii) Aluminium doors/windows/ventilators. (xiv) Factory made panelled door shutter.
(xv) Electrical fittings, fixtures, cables, (xvi) Steel (TMT and structural)
conductors,equipments, LT panels,
Transformer & DG Set.
(xvii) Cement (xviii) CHS equipments.
(xix) MCB/ELCB/RCCB/MCCB,exhaust/ ceiling (xx) High mast light, Steel tubular poles,
fans, DB, Street light fittings, LED Lightening arrestor, Insulators
lamps/fittings, Aviation light, Tube light
fittings
(xxi) Sealing compound, Water proofing (xxii) GI/DI pipes and fittings, RCC pipes
membrane
(xxiii) Barbed wire, concertina coil, Chain link (xxiv) Any other proprietary articles.
fencing

(f) Payment for the above materials shall neither be made in the RARs nor these shall be allowed for
incorporation in the work unless original purchase vouchers/bills as stated above are produced by the
contractor and are verified by the Engineer-in-Charge regarding their correctness and genuineness and are
defaced by him against the contract. The purchase documents shall be endorsed, dated and initialed by the
Engineer-in-Charge duly verified giving contract number and name of work. A certified true copy of each of
such documents shall be kept on record and original shall be returned to the contractor.
(g) The contractor shall ensure that the materials are brought to site, in original sealed containers/ packing,
bearing manufacturer‟s marking except in the case of requirement of material (s) being less than smallest
packing.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 97
SPECIAL CONDITIONS CONTD…
28. PERFORMANCE SECURITY DEPOSIT
28.1 The contractor is required to furnish Performance Security as per Condition-19 of IAFW-2249.The said
condition is reproduced for ready reference in Clause-28.2 here-in-after. The initial period of validity against
Performance Security shall be upto and including the date of completion of work covered in Phase-II plus
minimum 60 days as applicable in the contract. In case where at a later stage it is considered, on account
of delay in completion of work or delay in payment in final bill etc, the validity date stipulated in the
Bank Guarantee should be extended by the contractor. For the purpose of release of Performance
Security under Condition 68, final bills means final bill for both the Phases i.e. Phase-I and Phase-II
complete.
28.2 PERFORMANCE SECURITY
28.2.1 Irrespective whether the contractor is enlisted in MES or not, the successful bidder/Contractor has to submit
within 28 (Twenty Eight) days of receipt of the letter of Acceptance of contract a performance security deposit
for an amount equivalent to 3% of the contract sum to the Accepting Officer in any of the forms given below :-
(a) A Bank Guarantee in the Prescribed form to be issued by Nationalized/Scheduled Indian Bank as per
appendix 2.1 of Manual on Contracts 2020 with “Security Deposit” in Para-1, line 4 replaced by
“Performance Security Deposit”.
(b) Government Securities or FDR to be issued by Nationalized/Scheduled Indian Bank.
28.2.2 The period of validity against Performance Security shall be upto and including the date of expiry of Defect
Liability Period plus minimum 60 days as applicable in the contract.
28.2.3 The full amount of performance security deposit for this contract shall be given by the contractor in any one of
the forms as stipulated in para 28.1 (a) and (b) above. Mix of forms for performance security deposit shall not
be allowed/Accepted.
28.2.4 Failure of the successful contractor to comply with the requirements of sub clause 28.1 above shall constitute
sufficient grounds for cancellation of award of work and forfeiture of Earnest Money. In case of enlisted
contractor, amount equal to Earnest Money stipulated in Notice Inviting Tender shall be notified to the
tenderer for depositing the amount through MRO. Issue of tender to such contractors shall remain suspended
till the aforesaid amount is deposited in Government treasury.
28.2.5 All compensation or other sums of money as payable by the contractor to the Government under the terms of
this contract or under any other contract with Government may be deducted from, or paid by the sale of a
sufficient part of the performance securities as deposited by the successful bidder or from the interest arising
there from or from any sums which may be due or become due to the contractor by the Government on any
account whatsoever and in the event of his performance security being reduced by reason of any such
deduction, or sale as aforesaid, the contractor shall within 10 (ten) days thereafter make good in cash or
securities, endorsed as aforesaid, any sum or sums which may have been deducted from or realized by the
sale of his performance securities or any part thereof. Government shall not be responsible for any loss of
securities or any depreciation in the value of securities while in their charge nor for loss of interest thereon.
28.2.6 In the event of being contract cancelled under Condition 52, 53 & 54 of General condition of Contract, the said
performance security as deposited by the contractor shall be forfeited in full and retention money upto last paid
RAR shall be forfeited. All T&P and material of contractor lying at site shall be confiscated by Government and
shall be absolutely at the disposal of the President of India and no compensation whatsoever shall be allowed
by the department. Moreover, if the failed contractor is a company, or a firm that every member/ partner/
Director of company or firm shall be barred from participation in the tender process for the balance work either
in his/her individual capacity or as a partner of other company/firm.
Note:- In case of any variation between Clause- 28.2 here-in-before and Condition-19 of IAFW-2249, the
provisions contained in Condition-19 shall take precedence except that amount shall be @ 3% of
contract sum in lieu of 5%.
29. REFER SPECIAL CONDITIONS 6 & 9
(i) The contractor shall maintain site/area of land/buildings in a clean and tidy conditions at his own
expenses and shall deliver up the same on/or before the date of completion of the works, or on termination of
the contract, or in the event of the said areas or land/buildings required by the GE within one month of an order
to that effect, in a clean and tidy state complete in every particular and to the satisfaction of Engineer-in-
Charge.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 98
SPECIAL CONDITIONS CONTD…
(ii) In addition to completion of all other stipulations under condition 49 of IAFW-2249, the completion
certificate under condition 49 of IAFW-2249 shall be issued only after vacation of site/area of land/building
allotted to the contractor. However the contractor may be permitted by the GE in writing to retain such areas of
land/building which is in the opinion of GE may be required for storage of materials required for rectification of
defects (decision of the GE shall be final and binding in this regard). Soon after the rectification of defects
such area of land/building shall be vacated and delivered to the Engineer-in-Charge in a neat state. Payment
of final bill shall be made to the contractor only after such areas of land/building are vacated by the contractor.

30. ADVANCE ON ACCOUNT OF MATERIALS (APPLICABLE TO CONTRACTS OF VALUE RS. 50 LAKHS


AND ABOVE)

30.1 For the purpose of such contracts, the following shall be deemed to be added in continuation of para 8 of
condition 64 of IAFW-2249:; Provided further the contractor may be paid advance on account to the full value
of under mentioned materials (as applicable in this contract) brought on the site, on his furnishing guarantee
bond on the prescribed form from a scheduled bank for the amount of the retention money which should
otherwise be recoverable from him under the contract.
(a) Electric cables/fittings/fixtures and electric equipments
(b) Any other non-perishable and manufactured materials which do not lose their identity after
incorporation in the work, as decided by GE.

30.2 The bank guarantee bond(s) shall be executed for a period of six months and on a form as directed by the
Accepting Officer. The contractor shall further arrange to extend the period of guarantee bond(s) as and when
necessary, and as directed by the Accepting Officer or shall furnish fresh guarantee bond(s) if and when
necessary and as directed by the Accepting Officer of similar value in lieu.
30.3 It shall be noted that advance on account of the full value of materials brought on the site is permissible only in
respect of fittings and fixtures and other manufactured items which do not lose their identity after incorporation
in the works. Materials like bricks, aggregate, pre-cast concrete and similar items are not to be taken in the
list.

31. OFFICIAL SECRET ACT:


The contractor shall be bound by the Indian official Secret Act 1923 particularly Section 5 thereof, all as per
condition 2A of IAFW-2249.

32. OUTPUT OF ROAD ROLLER (REFER CONDITION 15 OF IAFW - 2249)


32.1 For the Road Roller to be arranged by the contractor, a log book for each Road roller shall be maintained by
him for recording hours of working of the Road Roller. Entries in the road roller log book shall be signed by the
contractor or his authorised representative and by Engineer-in-Charge.

32.2 To ensure proper consolidation, road roller must work at least for the number of days assessed on the basis of
output given here-in-after. If the road roller has not worked for the number of days so assessed, recovery @
Rs. 2500/- per 8 hours (per day) shall be affected from the contractor for the number of days falling short of the
days assessed on the basis of output stipulated.

32.3 The above provision shall not, however, absolve the contractor of his responsibility of properly consolidating
surfaces as required under the provisions of the contract.
32.4 Output of road roller 8 to 12 ton capacity per day of 8 hours work will be as under:-

(i) Consolidation of formation surfaces/subgrade. : 1850 Sqm


(ii) Consolidation of stone soling 23cm thick (spread thickness) : 518 Sqm
(iii) Consolidation of stone soling 15cm thick (spread thickness) : 800 Sqm
(iv) Consolidation of water-bound macadam (stone metal) 11 cm spread thickness : 248 Sqm
including spreading and consolidation with binding material
(v) Consolidation of water-bound macadam (stone metal) 7.5 cm spread thickness : 372 Sqm
including spreading and consolidation with binding material
(vi) Consolidation of Mix Seal or premixed carpet including seal coat 20 mm thick : 744 Sqm
(vii) Consolidation of Mix Seal or premixed carpet including seal coat 25mm thick. : 600 Sqm

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 99
SPECIAL CONDITIONS CONTD…
(viii) Consolidation of Mix Seal or premixed carpet including seal coat 30mm thick. : 500 Sqm
(ix) Consolidation of single coat surface dressing : 774 Sqm
(x) Consolidation of single coat surface dressing : 558 Sqm
(xi) Consolidation of 2.50 cm thick premix carpet including seal coat : 600 Sqm
(xii) Consolidation of 2.00 cm thick premix carpet including seal coat : 744 Sqm
(xiii) Ditto two coat surface dressing : 558 Sqm
(xiv) Consolidation of bituminous mixture 2 parts of broken stone metal and one : 372 Sqm
part of sand and bitumen, consolidated thickness 4cm.

Note:- For the thickness other than given above, the output shall be calculated on the proportional basis. The
output of road roller other than above shall be as per „MORTH‟ specifications.

33. CONCILIATION UNDER ARBITRATION AND CONCILIATION ACT-1996 AS AMENDED BY ARBITRATION


AND CONCILIATION AMENDMENT ACT 2015
33.1 Dispute Resolution Roard (DRB) applicable for works costing more than 10 CRORE
Refer Condition 71 of IAFW-2249 General Conditions of Contract :
33.1.1 During execution of the works or after completion or after determination/ cancellation/ termination of the
contract all disputes between the parties to contract arising out of the contract (except those for which decision
of Accepting Officer or any other officer (CWE and/or GE) is expressed to be final and binding), including any
disagreement by either party with any action, inaction, opinion, instruction, certificate or valuation by the
Accepting Officer or his nominee, the matter in dispute shall, in the first place be referred to the Dispute
Resolution Board (DRB). In case of disagreement with the decision of such DRB, any party may invoke
arbitration clause.
33.1.2 The Constitution of the DRB shall be a three member body as under :-
(i) Chairman : Joint DG (Contracts) of Chief Engineer, Northern Command, Udhampur. Where Jt DG
(Contract) is not posted in the Command, any other Chief Engineer/ Brig level Officer posted in CE Command
shall be nominated by the Comd CE at his sole discretion.
(ii) Member 1 :
Col/Director rank officers of Command CE or of any other Zonal CE to be nominated
by the CE Northern Command, Udhampur
(iii) Member 2
33.1.3 The name of Chairman and members shall be notified by the Accepting officer within one month of the date of
acceptance of contract or placement of work order by GE whichever is later.
33.1.4 Once the DRB is constituted the members and chairman shall disclose in writing their neutrality and
impartiality about any personal interest in the work.
33.1.5 The dispute shall be referred to the chairman of the DRB by the concerned party after giving notice to the
other party for invoking of this clause.
33.1.6 The DRB shall decide the dispute in accordance with the terms of the contract, principle or natural justice,
equity and fair play.
33.1.7 The DRB may fix oral hearing at a place, date and time as decided by the Chairman.
33.1.8 The requisite administrative support to the DRB shall be provided by the Accepting Officer.
33.1.9 All the contract documents pertaining to the case shall be provided by the Accepting Officer for reference by
the DRB.
33.1.10 DRB shall give its decision on the disputes within three months of notice from any party invoking the DRB
clause. This period can be extended by one month with the consent of the parties.
33.1.11 All the decisions given by the DRB shall be by majority and such decisions shall be communicated in writing
by Chairman to the parties.
33.1.12 If the decision of the DRB is not to the satisfaction of either party or if the DRB fails to give decision within the
laid down time either party shall indicate his reservations on the decision to accepting Officer within 30 days of
such decision and to refer that dispute for arbitration within the provisions of Condition 70 of IAFW-2249
General Conditions of Contract.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 100
SPECIAL CONDITIONS CONTD…
33.1.13 It shall be mandatory for the party invoking arbitration on any particular dispute to have first exhausted the
remedy provided under the DRB clause for that particular dispute.
33.1.14 The mandate of the DRB shall terminate on completion of one year from the date of completion/ determination/
cancellation/ termination of the contract.
33.1.15 If any member or Chairman of the DRB is unable to function due to any reason whatsoever, or he resigns his
appointment, Chief Engineer, Northern Command, Udhampur as the case may be, shall fill the vacancy so
caused within 15 days of happening of such vacancy.
33.1.16 Any dispute referred to the DRB and having been decided by the DRB and not objected to by either party
within 30 days shall attain finality and shall not be referable to arbitration.
33.1.17 Accepting Officer shall ensure implementation of the decisions of the DRB which attain finality, i.e. except
those which are objected by him or by contractor within 30 days as per Para 33.1.12 above.
33.1.18 Findings and decision of DRB shall be admissible as evidence, to the extent permissible as per law, in the
subsequent Arbitration and/ or litigation.
33.1.19 DRB Chairman/ members shall not, in any case, be liable to be called as witness or to produce any evidence
in any Arbitration or departmental proceedings of any kind.
33.1.20 During execution of work the disputes may be referred to the DRB as per the requirement of each party after
having exhausted the decision making process provided in the contracts. In case of completion of work or after
determination/ cancellation/ termination of the contract all the disputes including payment/ nonpayment/ delay
in final bill shall be simultaneously referred to the DRB within six months of completion/ determination/
cancellation/termination of the contract.
33.1.21 The department case before the DRB shall be presented by Accepting Officer himself and/ or Dir (Contract) of
CE Zone assisted by CWE and his DCWE (Contracts), GE and his AGE (Contracts) and any other officer and
legal counsel nominated by Accepting Officer. The contractor may present his case by himself and/ or by his
nominated reps & authorized legal/ technical counsel.

34. QUALIFIED TRADESMEN (Applicable for estimated cost one crore and above work as per NIT)
In compliance with the condition 26 of IAFW-2249 (General Conditions of Contracts) the contractor shall
employ skilled/semi-skilled tradesmen who are qualified and possessing certificate in particular trade from
Industrial Training Institute (ITI)/Similar reputed and recognized Institutes by State/Central government to
execute the works of their respective trade. The number of such qualified trades men shall not be less than
25% of total skilled/semi-skilled tradesmen required in each trade. The Contractor shall submit the list of such
tradesmen along with requisite certificates to Garrison Engineer for verification and approval. Notwithstanding
the approval of such tradesmen by GE, if the tradesmen are found to have
inadequate skill to execute the work of their trades leading to un-satisfactory workmanship, the contractor shall
make good the defective work to the entire satisfaction of GE without any extra cost to Govt and the contractor
shall remove such tradesmen within a week after written notice to this effect by the GE and shall engage other
qualified tradesmen after prior approval of GE. GE‟s decision whether particular tradesmen possess requisite
qualification, skill and expertise commensurate with nature of work shall be final and binding. No compensation
whatsoever on this account shall be admissible.

34A EMPLOYMENT OF ENGINEER FOR SUPERVISION OF WORKS


The contractor shall employee following qualified engineers at his own expenses to supervisor the work and
to receive instructions from the Engineer-in-Charge :-
(a) Three (03) Graduate Engineers from a Govt. recognized institution with minimum experience of
five (05) years. (Two Civil Engineers and one Electrical Engineer)
(b) Three (03) Diploma Engineers from Govt. recognized institution with minimum experience of
Eight (08) years. (Three Civil Engineers)
(c) One of the Engineers should have capability to use Project Management Software like MS
Projects/ Primavera in all projects.
Note : The requirement as per Condition-25 of IAFW-2249 shall be strictly followed except the number of
engineers as given here-in-before.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 101
SPECIAL CONDITIONS CONTD…
35. 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 GST, labour
welfare cess/tax etc), duties, Royalties & other levies payable under the respective statutes. No
reimbursement/ refund for variation in rates to taxes, duties, Royalties, Octori & other levies, and/ or
imposition/ abolition of any new/ existing taxes, Royalties, Octori & other levies shall be made except as
provided in sub Para (b) herein below.

(b) (i) The taxes which are levied by Government at certain percentage rate of contract sum/ amount shall
be termed as “taxes directly related to contract value” such as GST, 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 rate s as prevailing on last due date of
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 tender shall be reimbursed to the
contractor and any decrease in percentage rates of “taxes directly related to contract value” with
reference to prevailing rates on last due date for receipt of tenders shall be refunded by the
contractor to the Govt/ deducted by the Govt from any payments due to the contractor. Similarly,
imposition of any new “taxes directly related to contract value” after the last due date of receipt of
tenders shall be reimbursed to the contractor and abolition of any “taxes directly related to contract
value” prevailing on last due date for receipt of tenders shall be refunded by the contractor to the
Govt/ deducted by the Govt form the payments due to the contractor.

(ii) The Contractors 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 also
submit the other documentary proof/information as the GE may require.

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

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

36. BLASTING : Blasting is prohibited.

37. SITE LABORATORY AND TESTING OF MATERIALS


(a) „A‘ LEVEL TESTS FOR WORKS COSTING Rs 100 LAKHS AND ABOVE:- The contractor shall set up
site laboratory of minimum size 3m x 4m with proper ventilation and lighting for testing of materials (except
Schedule „B‟ materials) for „A‟ level tests as listed in Appendix „F‟ to Particular specifications. The contractor
shall arrange all equipments/ machines for the tests specified in Appendix „F‟ as „A‟ level tests at his own cost
with prior approval of GE. The cost shall be included in the costs 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 Engineer-in-Charge. The successful test results thereof shall be
recorded and signed jointly by the contractor and Engineer-in-Charge. The charges of these tests i.e. A level
tests carried out in site laboratory of the contractor shall not be recovered. However in case a test which was
specified to be carried out in site laboratory and which could not be carried out in site laboratory due to some
reason, such test shall be carried out in Zonal/Command lab/ any other laboratory approved by GE and the
recovery will be made at the rates given in Appendix 'F' for tests carried out in Zonal/Command lab or other
wise at the actual rates in case the tests are carried out in other labs. Testing charges will be deducted from
the RAR's irrespective of the tests results for such tests.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 102
SPECIAL CONDITIONS CONTD…
(b) „A‘ LEVEL TESTS FOR WORKS COSTING UP TO Rs 100 LAKHS:- The contractor may set up site
laboratory at his option for works costing up to 100 lacks. The other stipulations will be same as specified in
preceding Para (a). However in case the contractor has not set up the site laboratory and tests are carried out
in Zonal or any other laboratory approved/ set up by GE, the recovery shall be made at the rates given in
Appendix 'F' for tests carried out in Zonal lab or otherwise as per actual rates in case the tests are carried out
in other labs. Testing charges will be deducted from the RAR's irrespective of the test results for such tests.

(c) „B‘ & ‗C‘ LEVEL TESTS: For tests of „B‟ and „C‟ level as indicated in Appendix „F‟, the contractor shall
provide all facilities for testing of materials at Zonal/Command Test Lab at his own cost. The rates quoted by
the contractor shall deemed to be inclusive of these tests. For „C‟ level tests, actual cost of testing shall be
borne by the contractor and for „B‟ level test, recovery shall be made at the rate of various tests conducted in
Zonal/Command test lab of MES as indicated in Appendix „F‟.

(d) 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 test or whenever the test is
due whichever is earlier.

(e) This clause supersedes all other stipulations, if any, with regard to testing of materials specified
elsewhere in the tender documents.

Notes: -
(i) All „B‟ level test shall be conducted in CTL in case there is no functional Zonal Lab in the adjoining
area, with testing charges to be recovered as per contract conditions.
(ii) „C‟ level test for which facilities are available in CTL shall be conducted in CTL with testing charges to
be recovered from contractors as per Contract Conditions Balance „C‟ level test shall continue to be conducted
in SEMT/Govt Approved Lab/Lab of Govt Engg College, as the case be under contractor‟s own arrangement
and actual cost of testing shall be borne by the contractor.
(iii) Various random/independent testing for material/products required to be conduct in addition to routine
tests as stipulated in contracts, be referred to CTL to get verification of quality of material/product.

38. EMPLOYEES PROVIDENT FUND SCHEME:


(a) Under the The Employees Provident Funds and Miscellaneous Provisions Act, 1952, the contractor
shall have a EPF Code No and all labours employed by him or sub-contractor shall be enrolled as member of
Provident Fund and should be given Universal Account Number (UAN).

(b) A certificate to effect that all working labours employed for execution of work are registered for EPF
and due distribution have been credited into their account, shall be furnished by contractor along with running
advances or final bill.

(c) Before releasing / placing work order after finalization / Acceptance of tender, the contractor shall be
liable to submit Provident Fund code No allotted under The Employees Provident Funds and Miscellaneous
Provisions Act, 1952,.

39. PERFORMANCE EVALUATION OF CONTRACTS


39.1 Performance evaluation of the works shall be carried out at following laid down stages of the work. The
contractor shall give on-site presentation in these evaluation to the Accepting Officer himself in presence of
CWE, GE, AGE, Staff Officers of CE‟s. These shall also be attended by representatives of CFA, PMG, user,
audit & references quoted in the Minutes of Meeting (MoM), which shall be issued by the CE.

(a) First Evaluation


(i) First evaluation shall be carried out at the end of mobilization but not later than two months
from date of commencement of work indicated in the work order No-1. The Contractor and GE shall
finalize the works programme (CPM or PERT or any other method mentioned in CA) which shall be
discussed threadbare, during the meeting. The following shall be ensured and bottlenecks removed:-

(aa) Clear approach to the site.


(ab) Availability of clear site.
(ac) Site preparation for dumping of building material such as hard standing/bins.
(ad) Cordon-off of the work site with due regard to security, environment, dust pollution etc.
(ae) Hindrances such as trees and building to be demolished, if any.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 103
SPECIAL CONDITIONS CONTD…
(af) Contrasting/conflicting provisions of CA and drawings if any to be highlighted by the
contractor.
(ag) Site documents to be maintained including Hindrance Register.
(ah) Site office, labour camp, adherence to the Labour laws including safety measures.
(aj) Verification of soil data, earthwork levels, design mix and confirmation of design
parameters.
(ak) Setting of Test Lab at site.
(al) Details of engineers employed. They shall be present on site and their
employment/contract papers with the contractor shall be verified.
(ii) The minutes of the evaluation shall be recorded and signed by the Accepting Officer, CWE
and GE as well as the Contractor attending the meeting. This shall become the action plan agreed to
by both the parties and shall be contractually binding.

(b) Second/Intermediate Evaluation


Contracts having period of completion more than twelve months shall have these meeting at intervals of every
six months from the date of commencement indicated in Work Order No. 1. These shall be held at the work
site on a date fixed well in advance to ensure presence of all concerned. This meeting shall be attended by the
Accepting Officer, CWE, GE, AGE, representatives of CE‟s office, Contractor and the PMG. The present
progress of work and reasons for any delay shall be analyzed and time-bound action plan to remove any
encumbrances/bottlenecks discussed in detail. In case extension of time is contractually and circumstantially
due, it shall be deliberated upon. The following action under the contract conditions shall be taken :-
(i) Grant extension of time, as is logically and contractually due, within 15 days of the meeting for
the reasons of delay seen in these evaluations. The Accepting Officer shall categorically,
simultaneously reply to the Contractor intimating him reasons of delay and days of extension
considered due or not due.
(ii) In case extension is not due, contractor shall be informed by the Accepting Officer in writing.
(iii) The evaluation meeting done at about 50% of completion period or near thereto, shall be
decisive on whether contract shall be heading towards completion or failure thereof within
stipulated date/extended date.
(iv) Progress achieved at end of six months to be compared to adjusted CPM/PERT for analysis of
trend working.

(c) In addition, the following shall be finalized and confirmed


(i) Deviations and approval in principle for all changes viz changes by users, technical
requirement, change in design, etc and any other pending decisions shall be dealt with and decided
there itself. Nothing will be kept pending beyond maximum one periodic evaluation.
(ii) All formal paper work related to contractual decisions pending till date shall be completed one
month prior to the evaluation.

(d) Evaluation one month prior to original/extended date of completion


Like six monthly meeting mentioned above, this meeting shall evaluate progress achieved one month
prior to original date of completion vis-à-vis extended date of completion. In case progress is not
satisfactory on account of the Contractor‟s deficiencies, these shall be informed of decision of
compensation leviable from original or extended date of completion and contract may be considered
for cancellation on expiry of extended date of completion. However, if extension is again considered
due, the same shall be granted and fresh completion date shall be fixed. This exercise shall continue
till contract is completed or cancelled.

(e) Final Evaluation


Final evaluation shall be held at work site one month after actual date of completion. This meeting
shall be attended by the Accepting Officer, CWE, GE, AGE and the Contractor. The progress of
pending issues if any shall be analyzed and timelines arrived at in detail for ensuring preparation and
submission of final bill by the contractor within three months from the date of completion.

Notes :- The performance evaluation shall be carried out for contracts of value more than Rs.5 Crore
by CEs Zone. For contracts below Rs. 5 Crore, concerned CWE will do the performance evaluationin
respect of CE‟s contracts and send the report to CE Zone for his perusal and approval.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 104
SPECIAL CONDITIONS CONTD…

40. BANK GUARANTEE BOND FOR PERFORMANCE SECURITY DEPOSIT / RETENTION MONEY:-
On ACCEPTANCE OF TENDER, THE Govt may accept a guarantee bond from State Bank of India or any
Schedule/Nationalized Bank for performance Security deposit and/or retention Money. This bond shall be on
the form prescribed in Annexure I to IV given here-in-after.

41. REFUND OF PERFORMANCE SECURITY :


The performance security deposit as mentioned above shall be refunded to the contractor after the expiration
of the defects liability period plus minimum 2 months provided always that the contractor shall first have been
paid final bill and have rendered a NO-Demand Certificate (I.A.F.A.-451. Recovery/Withholding due amount if
outstanding against the contractor shall be effected from the Performance Security as stipulated under
condition 67 of IAFW 2249 (As amended vide amendment NO 44).

42. DEFECT LIABILITY PERIOD :-


The defect liability Period shall be TWENTY FOUR CALENDAR MONTHS after the work has been handed
over to Government i.e, after actual date of completion (As per condition 46 of IAFW 2249 amended vide
amendment No 48) .

43. STANDARD OF WORKMANSHIP:


To determine the acceptable standard of workmanship, one block (to be decided by the GE) shall be
completed by the contractor well in advance as directed by GE under close supervision of the Engineer-in-
Charge and shall be got approved form the GE. The workmanship of various trades and finishes of this block
shall serve as guiding samples for work in the remaining works. The sample block shall be completed in all
respects as per time of completion specified in schedule „A‟.

44. 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, watchmen etc., during the progress of work and as directed by the
Engineer-in-Charge.

45. BORING OF TUBE WELLS


The depth of boring of the tube well at the site indicated by the GE is anticipated to be 250 metres below
ground level. The depth may, however, be ordered in writing to be varied by the GE upto a maximum of 50
metres (plus or minus). If the GE decides that suitable water bearing strata is not available in the aforesaid
bore or the boring cannot be continued further on account of the type of strata met with, he may order the
contractor to bore at other site(s) selected by the GE, until suitable water bearing strata is met with or boring
cannot continue further on account of the type of strata met with provided the total number of bores (including
the first bore) do not exceed two for each bore. The decision of the GE shall be final and binding as to
whether or not the bore can be continued further in the strata met with.

46. GAURANTEE OF WATER PROOFING TREATMENT


46.1 The period of guarantee shall be 10 (Ten) years from the date of actual completion of Phase II of work.
46.2 The contractor shall furnish guarantee in favour of the Garrison Engineer for the efficacy of the water-proofing
treatment during the guarantee period where the work is got executed through a specialist firm; the contractor
shall obtain guarantee from such specialist firm in his favour. The contractor in turn shall furnish guarantee to
Garrison Engineer duly endorsing therewith a copy of guarantee secured by him from specialist firm.
46.3 An appropriate sum equal to amount of security deposit calculated as per scales laid down for Earnest Money
enhanced by 25% on the amount of water proofing treatment at the contract rates shall be retained out of the
final bill amount as security deposit toward the guarantee for the water-proofing work and it shall be released to
the contractor only after the expiry of the guarantee period. The facility of furnishing fixed deposit receipt/ BGB
in lieu of the sum to be retained as security, shall also be acceptable.

(SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 105
SPECIAL CONDITIONS CONTD…
Annexure-I

BANK GUARANTEE BOND (IN LIEU OF RETENSION MONEY)


(TO BE USED BY APPROVED SCHEDULED BANK)

Place of Execution …………………………………Name of State………………………………….


Stamp Paper for Rs………………………………………………………………..

1. # In case of retention money:


“In consideration of the President of India (hereinafter called „the Government‟) having agreed not to retain
Rs_______(Rupees_______only) out of the reserve or the retention money as provided under the terms and
conditions of contract Agreement No__________(hereinafter called “the said Agreement “) made between the
President of India and Shri/s‟ Shri @__________from the claims of the said Contractor (s) in respect of the work done
by the said Contractor(s) for the due fulfilment by the said Contractor (s) of the terms and conditions contained in the
said Agreement, on production of a Bank Guarantee for
Rs___________(Rupees_________________________________only) we,______Bank * (hereinafter referred to as
„the Bank'), do hereby undertake to pay the Government, an amount,not exceeding Rs__________________
Rupees_______________________only), against any loss or damage caused to or suffered or would be caused to or
suffered by the Government, by reason of any breach by the said Contractor(s) of any of the terms of conditions
contained in the said Agreement.
# In case of reserve of the material brought on site by contractor:
“In consideration of the President of India (hereinafter called “ the Government”) having agreed not to retain
Rs_______(Rupees_______only) out of the reserve of (*) ………….% (…………….percent) of the value of certain
items of materials borught on the site as provided under the terms and conditions of Contract Agreement
No__________(hereinafter called “the said Agreement “) made between the President of India and Shri/s‟ Shri
@__________from the claims of the said Contractor (s) for the due fulfilment by the said Contractor (s) of the terms
and conditions contained in the said Agreement, on production of a Bank Guarantee for
Rs______(Rupees________only) we,______Bank* (hereinafter referred to as “the Bank”), do hereby undertake to pay
the Government, an amount, not exceeding Rs______(Rupees_____only), against any loss or damage caused to or
suffered or would be casued to or suffered by the Government by reason of any breach by the said Contractor(s) of
any of the terms of conditions contained in the said Agreement.

2. We,______Bank * do at the request of the said Contractor(s) hereby undertake to pay the amount due and
payable under this Guarantee without any demur, merely on a demand from the Government stating that the amount
claimed is due by way of loss or damage caused to or suffered or would be caused to or suffered by the Government
by reason of any breach by the said Contractor (s) of any of the terms or conditions contained in the said Agreement or
by reasons of the said contractor(s) failure to perform the said Agreement. Any such demand made on the bank shall
be conclusive as regards the amount due and payable by and the liability of the Bank, under this guarantee and
we………………….. Bank .* do hereby undertake to pay the Government the amount demanded notwithstanding any
dispute or disputes raised by the said contractor (s) on any ground whatsoever and notwithstanding any proceeding
pending in any court or tribunal relating to the said Agreement or this Guarantee, the liability of the Bank under this
Guarantee being absolute and unconditional. However, our liability under this Guarantee shall be restricted to an
amount not exceeding Rs…………….. (Rupees……………………. only). We ………….. Bank,* authorise the
Government to recover the same directly from the Reserve Bank of India from our deposits of cash and/or securities
with the Reserve bank of India. The said Reserve bank of India have at the request of „the Bank‟ agreed to pay the
Government on demand and from out of the said deposits any sum which may become payable to the Government un
der this Guarantee.

3. We ………………….. Bank,* further agree that the Guarantee herein contained shall remain in full force and
effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be
enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its
claims satisfied or discharged or till …………………… (Office/ Department), certifies that the terms and conditions of
the said Agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges this
Guarantee. Unless a demand or claim under the Guarantee is made on us in writing on or before the _________we
shall be discharged from all liability under this Guarantee thereafter.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 106
SPECIAL CONDITIONS CONTD…
4. We, ………………….. Bank *, further agree with the Government, that the Government, shall have the fullest
liberty without our consent and without affecting in any manner our obligations hereunder or to vary any of the terms
and conditions of the said agreement or to extend the time of performance by the said Contractor(s) from time to time
or to postpone for any time or from time to time, any of the powers exercisable by the Government against the said
Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not
be relieved from our liability by reasons of any such variation or extension being granted to the said Contractor(s) or for
any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said
contractor(s) or by any such matter or thing whatsoever, which under the law relating to sureties would, but for this
provision have effect of so relieving us.

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

6. Notwithstanding what is stated here in above our liability under this Guarantee is restricted to Rs
_______(Rupees_________________only) and shall be valid upto_______ Unless a demand/claim is made to us in
writing on or before that date we shall be discharged from all liabilities under this Guarantee. \
Dated the _____________day of _____________20____
For_____________Bank *
_________________________________________________________________________

The above guarantee is accepted by the Presiding of India.

Signature____________Dated___________
For and on behalf of the President of India.
Name of Designation
* *________________________________
*In the case of Banks, other than the Nationalised Banks the word „Ltd‟ will be added after the work „Bank‟
where the asterisk mark is indicated.

@ For Proprietorship concern


Shri ___________Son of________________resident of_________________carrying on business under the
name and styles of__________at_____________(hereinafter called „the said Contractor‟ which expression shall unless
the context requires otherwise include his heirs, executors, administrators and legal representatives).

@ For Partnership concerns


(i) Shri______________Son of______________resident of________________and
(ii) Shri______________Son of_______________resident of _____________, carring on business in co-
partnership under the name of style of ________at_________ (hereinafter collectively called „the said
Contractors‟ which expression shall unless the context requires otherwise include each of them and
their respective heirs, executors, administrators and legal representatives).

@ For companies
____________Ltd. an existing Company within the meaning of the Companies Act 1956 and having its
registered office at______________in the State of_______________(hereinafter called „the said Contractor‟ which
expression shall unless the context requires otherwise include their successors and assigns).

* * To be accepted by the Accepting Officer of the Contract and the blank space in para3, line 5, shall be filled
to indicate the said “Accepting Officer”.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 107
SPECIAL CONDITIONS CONTD…
Annexure-II

FORMAT FOR EXTENSION OF BANK GUARANTEE STAMP PAPER


To, _____________________________
_____________________________

Extension of validity date our Bank Guarantee Bond No. _______ (In lieu of security Deposit/retention
money) date_____for ________CA NO________ Contractor ______________.
We___________extend the validity period of above mentioned Bank Guarantee Bond which was due
to expire on_________upto__________. All other terms and Conditions of the Bond shall remain
unchanged.

This will form part of the Original Bank Guarantee.

Manager

The above Guarantee Bond is accepted by the President of India.

(Rank)

Dated: For and on behalf of the President of India

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 108
SPECIAL CONDITIONS CONTD…
Annexure-III
BANK GUARANTEE BOND (IN LIEU OF PERFORMANCE SECURITY)
(TO BE USED BY APPROVED SCHEDULED BANK)
Place of Execution …………………………………Name of State………………………………….
Stamp Paper for Rs………………………………………………………………..
1. In consideration of the President of India (hereinafter called “the Government”) having agreed to exempt
……………. (hereinafter called “the said contractors”) from the demand, under the terms and conditions of an
Agreement dated ……….. made between …….. and …………….. for ………………….(hereinafter called “the said
Agreement”), of performance security deposit for the due fulfilment by the said Contractors of the terms and conditions
contained in the said Agreement, on production of a Bank Guarantee for Rs ……….. (Rupees …….. only), we,
……….. Bank,* (hereinafter referred to as “the Bank”) do hereby undertake to pay to the Government an amount not
exceeding Rs …………….. against any loss or damage caused to or suffered by the Government by reason of any
breach by the said Contractors of any of the terms of conditions contained in the said Agreement.
2. We……… Bank,* do hereby undertake to pay the amounts due and payable under this guarantee without any
demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damage
caused to or would be caused to or suffered by the Government by reason of any breach by the said Contractors of
any of the terms or conditions contained in the said Agreement or by reason of the contractor‟s (s) failure to perform
the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable
by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs ………………. .
3. We ………………….. Bank,* further agree that guarantee herein contained shall remain in full force and effect
during the period that would be taken for the performance of the said Agreement and that it shall continue to be
enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its
claims satisfied or discharged or till …………………… (Office/ Department), Ministry of …………………certifies that the
terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(s) and
accordingly discharges this guarantee. Unless a demand or claim under the guarantee is made on us in writing on or
before the ………….we shall be discharged from all liability under this Guarantee thereafter.
4. We ………………….. Bank*, further agree with the Government that the Government shall have the fullest
liberty without affecting in any manner our obligations hereunder or to vary any of the terms and conditions of the said
Agreement or to extend the time of performance by the said Contractor(s) from time to time or to postpone for any time
or from time to time any of the powers exercisable by the Government against the said Contractor(s) and to forbear or
enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by
reasons of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or
omission on the part of the Government or any indulgence by the Government to the said contractor(s) or any such
matter or thing whatsoever which under the law relating to sureties would, but for this provision have effect of so
relieving us.
5. We ………………….. Bank*, lastly undertake not to revoke this Guarantee during its currency except with the
previous consent of the Government in writing.
Dated the ………….. Day of …… 20……
for ………….. Bank *,
*In the case of Banks, other than the Nationalised Banks the word „Ltd‟ will be added after the work „Bank‟ where the
asterisk mark is indicated.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 109
SPECIAL CONDITIONS CONTD…
Annexure-IV

FORMAT FOR EXTENSION OF BANK GUARANTEE BOND


To, _____________________________
_____________________________

Extension of validity date our Bank Guarantee Bond No. _______ (In lieu of performance security
Deposit date_____for ______________________________CA NO________ Contractor
______________.

We___________ extend the validity period of above mentioned Bank Guarantee Bond which was due
to expire on_________upto__________.

All other terms and Conditions of the Bond shall remain unchanged.
This will form part of the Original Bank Guarantee.

Manager

The above Guarantee Bond is accepted by the President of India.

(Rank)
(________________________________)
Dated: For and on behalf of the President of India

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 110

PARTICULAR SPECIFICATIONS

1. GENERAL
1.1 Work under this contract shall be carried out in accordance with Schedule `A‟, Particular Specifications,
drawings, General Specifications and other provisions contained in MES Schedule Part-I (2009)
and Part-II (2020) read in conjunction with each other. In case of variation in specification and make given in
various parts of tender documents, the order of precedence to be followed is as under:-
(i) Schedule „A‟.
(ii) Particular specification.
(iii) Appendix „E
(iv)
(v) ‟ Particular Specification.
(vi) Drawings.
(vii) IS (Appendix „E-1‟).
1.2 Terms “General specifications” referred to here-in-after as well as referred to in IAFW-2249 (General
conditions of Contracts) shall mean the specifications contained in the MES Schedule-2009 (Part-I).
1.3 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 and in
case of any conflicting provisions in MES schedule and in these tender documents, the provisions in these
documents shall take precedence over the aforesaid provisions 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 specifications. All references to MES Schedule/ SSR in these specifications relate to Part-I of
MES Schedule 2009 unless otherwise mentioned. Reference to only some paragraphs of MES Schedule have
been made in these particular specifications but other paragraphs and provisions, as applicable, are also to be
followed for all parts of Schedule 'A', provisional sum and prime cost sum provided in general summary, if any,
though not particularly mentioned hereinafter.
1.4 Where specifications for any item of work are not given in MES Schedule or in these particular specifications,
specifications as given in relevant Indian Standard (IS with all upto date amendments at the date of receipt of
tender) or code of practice shall be followed.
1.5 Any drawing which is mentioned or further referred on the drawings forming part of the tender and tender
documents itself but not specifically mentioned in the list of drawings shall be deemed to be forming part of the
tender. The tenderers shall refer such drawings/details in the office of Accepting Officer/ concerned CWE/ GE.
1.5A Irrespective of whether RCC bands, beams, columns and seismic provisions etc. are indicated on main
architectural drawings or not, these shall be provided at locations and as per details indicated in the structural
drawings and notes therein. No claim on this account shall be admissible. In case of any discrepancy in this
regard between architectural and structural drawings, provisions contained in structural drawings shall take
precedence over architectural drawings. IIT mentioned in tender means Indian Institute of Technology.
1.6 MATERIALS
1.6.1 Unless specific makes/manufacturers are specified in the tender documents all the materials to be procured by
the contractor for incorporation in the work under this contract (with the exception of local materials like bricks,
stone aggregate, stones, sand etc.) shall be with ISI certifications mark. For materials of specific
make/manufacturer‟s names refer Para 1.6.2 here- in - after.
1.6.2 If any specific makes/manufacturers names are specified in Sch „A‟ or Particular specifications or in Appendix
„E‟ to particular specifications, materials shall be of these specific makes/manufacturers only. ISI marking shall
not be mandatory for such items where makes/ manufacturers have been specified unless the items of
makes/manufacturers specified are available both with IS marking and without ISI marking. If any material is
not manufactured with IS certifications mark in the country, it shall be confirming to relevant IS and other
specifications specified elsewhere and shall also conform to samples displayed in CE's/CWE's/GE's office as
applicable. However steel windows/ventilators and doors shutters shall be of makes specified in Appendix „E‟
to these particular specifications' and conforming to relevant IS (IS marking is not mandatory).

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

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 111

PARTICULAR SPECIFICATIONS CONTD…

1.6.4 LOCAL MATERIALS: Irrespective of actual distance involved, local materials such as stones, aggregates,
sand, road metals etc. shall conform to or superior to the specifications given here in after and to the samples
kept in the office of CEs/CWEs/GEs. The tenderers are advised to inspect these samples. The tenderers shall
be deemed to have inspected the samples and have full knowledge thereof whether they inspect them or not
before quoting their tender.

1.6.5 SAMPLES OF MATERIALS:


(a) Refer condition 10 of IAFW-2249.
(b) Specific requirements regarding dimensions, strength, weight and finishes, as per IS, MES SSR and
the particular specifications given hereinafter vis-à-vis actual properties check, tests carried out, reference to
test certificates and markings, etc. based on which samples of each materials are approved as Confirming to
relevant specification shall be recorded in the sample approval register.
(c) The contractor shall not procure materials unless the samples are first got approved from the Garrison
Engineer. The contractor shall ensure that the materials incorporated in the work are identical with the
approved samples. If the same is not identical with the approved samples, the same shall be replaced by the
contractor to the entire satisfaction of GE without any extra cost of the Govt.

1.6.6 RECORD OF MATERIALS (Refer Special condition 27):


(a) The quantity of all the proprietary materials (including the materials the quantity of which cannot be
checked after incorporation in the works) shall be recorded in measurement books and signed by the
contractor and the Engineer-in-Charge as a check to ensure that the required quantity has been brought at site
for incorporation in the work.
(b) Materials brought to site shall be stored as directed by the Engineer-in-Charge and shall be suitably
marked for identification.
(c) The contractor shall procure all the materials (where specific makes/manufacturer‟s specified) directly
from their manufacturer‟s or from their authorised dealers only. The contractor shall ensure that the materials
are brought to site, in original sealed containers/packing, bearing manufacturers marking except in the case of
the requirement of material(s) being less than smallest packing.
(d) The contractor shall produce to the GE original printed and machine numbered purchase
vouchers/invoices including manufacturer‟s test certificate (where applicable) for all the materials mentioned
here-in-before in Special Conditions No.27. Copies of orders placed on the manufacturer/ authorised dealers
shall also be provided by the contractor to GE along with above documents. Whenever procured and brought
to site of work for incorporation in the work, original of such vouchers/invoices shall be stamped (office stamp)
and defaced in ink by the Engineer-in-Charge stating "verified for materials purchased and brought to the site
of work for incorporation in the work under “CA No. CESZ- /2022-23” and signed with date before allowing
payment for these materials through RAR. One Xerox copy of the same shall be kept in record and original
shall be returned back to the Contractor.
(e) Payment for the materials shall neither be made in the RARs nor shall these be allowed for
incorporation in the work unless documents as stated above are produced by the contractor and are verified by
the Engineer-in-Charge/ GE. In case of any disputes on account of above CWE‟s decision shall be final and
binding.

1.7 STANDARD OF WORKMANSHIP:


To determine the acceptable standard of workmanship and of fittings, wiring etc, the GE shall order the
contractor to execute certain typical portion of work (different trades) and services sufficiently in advance of
other work in one portion of the building. These shall be executed and completed under the close supervision
of the Engineer-in-charge and shall be got approved from GE. On approval by the GE of such items, these
items shall signed and/or suitably identified by the GE and labeled as guiding samples. The record of such
inspection and passing of each stage of these samples shall be recorded by GE under his dated signatures.
Work on such sample/portion of the building shall be progressed well ahead (minimum two stages ahead) of
other portions of the building. Approved finishes/workmanship shall be followed in the work as a whole".
1.8 SCOPE OF WORK:
The scope of work under this contract comprises of full, final and entire completion of building works and
services described in different parts of schedule `A' and in General Summary all as shown on drawings and as
specified in these particular specifications & general specifications.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 112

PARTICULAR SPECIFICATIONS CONTD…

2. EXCAVATIONS AND EARTH WORK

2.1 Preparatory works


(a) Before setting out the building and commencing the construction, the contractor shall carry out the
preparatory works, such as removal of grass, vegetation etc. trimming/surface dressing of the area as
directed by Engineer-in-charge. The „Area‟ referred to implies, the entire area occupied by the buildings as
mentioned in Sch A part-I including hard standing/ ramp/ apron, platform, steps, plinth protection, shaft and
the like and upto a width of 3 metre beyond outer edge of plinth protection or toe wall of earth traverse. The
cost of such work as may be necessary shall be deemed to be included in the contractor‟s quoted lump-
sum/item rates. Layout of buildings shall be carried out by total survey station.
(b) In case where site clearance work is involved for development of site, plot or layout of buildings,
surface dressing as stated in clause 2.1(a) above if not required then minus adjustment shall be made from
contractors lump sum through proper deviation order for surface dressing. Site clearance works, if required
shall be measured and paid separately under respective part of Sch „A‟.
2.2 Excavation General
(a) Excavation and earthwork under this contract shall be considered as excavation in soft/loose soil as
detailed in MES Schedule (Part-I).
(b) Quoted lump sum of buildings in Schedule „A‟ Part-I shall deem to include cost of excavation and
earthwork in soft/loose of soil.
(c) Boulders and stones (size 80mm and above) obtained from excavation shall be sorted out and neatly
stacked at site by the contractor as directed by the Engineer-in-Charge, without any extra cost to the Govt.
The aforesaid boulders and stones in stacks shall become contractor‟s property once the recovery for same
as indicated in Sch „A‟ notes is affected from payments due to the contractor. These boulders may be used in
the work after breaking them into specified size as approved by Engineer-in-charge or alternatively disposed
off from the site for further disposal as deemed appropriate by the contractor.
(d) If rock (soft/hard/disintegrated) is met at site, contractor shall immediately notify the fact to the GE in
writing, who shall after due verification, regularize the change through a proper deviation order alongwith
provisions read in conjunction with Sch ‗A' Note No (A) 22.
(e) In case timbering to excavation is required and specifically ordered by the GE in writing, it shall be
deemed included in quoted lump sum. Timbering/ planking shall be carried out as per Para 3.24 of MES
Schedule (Part-I).
(f) Contractor shall ensure all safety measures in construction as per Para 1.16 of MES Schedule (Part-I).
2.3 Filling in trenches, plinth and under floors etc.
2.3.1 Filling excavated earth in foundation trench, plinth and under floors shall be carried out as per Para 3.19.1 to
3.19.3.1 of MES Schedule (Part-I).
2.3.2 The approved earth obtained from excavation under Schedule „A‟ Part-I and other Parts shall be used for
filling in trenches, under floors and any other situation as specified after removing big stones, grass roots and
vegetable moulds, or other organic matter. Earth mixed with small stones/pebbles (if approved by GE) is
permitted for use in filling under floors and foundations. The filling around pipes after the pipes are laid and
tested shall however be with earth-free from pebbles/stones. Cost of the transportation and other operations
will be deemed to be included in unit rate of Schedule „A‟ Part-I. Any additional earth required for the
purpose of filling for building(s)/items in respect of Schedule 'A' Part-I shall be arranged by the
contractor at no extra cost to the department from outside of defence land.
2.3.3 Filling under floors/sides of trenches shall be in layers not exceeding 250mm thick, and each layer shall be
watered and well rammed. Thickness of filling shown in drawing is after consolidation.
2.3.4 Surplus soil shall be removed and spread at places as directed by the Engineer-in-Charge, to a distance
exceeding 250 metres but not exceeding 500 metres, and leveled as directed by Engineer-in-Charge.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 113

PARTICULAR SPECIFICATIONS CONTD…

2.4 EMBANKMENTS AND TRAVERSES:


2.4.1 Surplus earth obtained from excavation of foundations of buildings under Schedule „A‟ Part-I and other Parts
as approved by Garrison Engineer shall be used for filling in embankments and earth traverses wherever
required at site. Cost of the transportation and other operations will be deemed to be included in unit rate of
respective items of Schedule „A‟ Part-I. Any additional earth required for the purpose of filling for
building(s)/items in respect of Schedule 'A' Part-I shall be arranged by the contractor at no extra cost to the
department from outside of defence land.
2.4.2 For workmanship and other specification refer clause 3.22, 3.22.1 to 3.22.12 of MES Schedule (Part-I). The
filled earth shall be spread in layers, rolled and compacted to achieve 95% of the standard proctor density (at
optimum moisture contents) for each layer. Testing of each layer shall be arranged by the contractor to the
entire satisfaction of GE.

2.4.3 Standard proctor density and optimum moisture content will be determined for each source of soil as per IS-
2720 in the approved lab at site as mentioned herein below: -
(i) IN LAB: - OMC and standard Proctor Density tests on soil for filling in traverse as per IS- 2720 Part
7 & 8.
(ii) AT SITE: - Moisture tests and density tests of compacted soil at site of work as per IS-2720 Part 2
and 28/29.
Tolerance of ± 1% will be permitted at site of work provided 95% of proctor density is achieved. In confined
places and near the RCC works, rolling with ½ Tonne roller will be permitted.
Earth filling in embankments and traverses shall be carried out all as specified in clause 3.22, 3.22.1 to 3.22.12
of SSR Part-I (2009). The compaction of earth filling in embankments shall be carried out under optimum
moisture contents so as to obtain 95% of standard proctor density for each layer.
2.5 TRENCHES FOR FOUNDATIONS AND PIPES :

2.5.1 The excavation shall be restricted to dimensions shown on the drawings. Excavation made, if any, in excess
of required depth/width shall be made good by the contractor with cement concrete mix (1:5:10) without extra
cost to the Govt.

2.5.2 The bed of the trenches, if in soft or made up earth, shall be watered and well rammed and any depressions
thus formed shall be filled with approved earth as required to the level and slope as directed by Engineer-in-
Charge.

2.6 METHOD OF MEASUREMENTS FOR EXCAVATION AND EARTH WORK (APPLICABLE FOR SCHEDULE
‗A‘ PART-IX ONLY)
Before starting the work, block levels of the area shall be taken by total station jointly by the contractor and
Engineer-in-Charge at intervals decided by GE. From these levels the Engineer in Charge shall draw cross
sections and longitudinal sections. These sections shall also indicate the required finished levels. The drawings
containing the above sections and level books shall be signed by the Engineer in Charge and contractor. After
completion levelling works of levels, levels shall again be taken to ensure required finished levels are adhered
to.
(a) The area of cutting and /or filling in each cross section shall be separately computed by Simpson‟s
rule as described here in after. The volume {cubic contents} of cutting and/or filling shall be
separately computed by prismoidal formula all as described here in after. For computing area of
cross section the interval between two ordinates shall be as described by the Engineer-in-charge to
suit the site conditions but in no case it will exceed 3 metre.
(b) Computation of areas (Simpson‟s Rule) Simpson‟s rule given below shall apply for the computation
of areas where the total number of ordinates is odd and the ordinates are spaced at equal interval.
A=d/3 [(h1 + hn) + 2 (h3 +h5 + …….) +4 (h2 + h4……)]
where
A – Area of the cross section in Square metre.
d – Common distance between successive ordinates in metres.
h1 – Height of the first ordinate in metres.
hn – Height of the last ordinate in metres.
(h3 + h5+……) - Sum of the heights of odd ordinates in metres in between h1 and hn.
(h2 + h4 + ……) - Sum of the heights of even ordinates in metres in between h1 and hn.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 114

PARTICULAR SPECIFICATIONS CONTD…

(c) In case of odd number of divisions (i.e. where the number of ordinates is even), the area of end
division shall be computed as per the formula given below and added to the area of the other
divisions computed by Simpson‟s Rule. Similarly where the distance between any two parallel
ordinates is different, then the area between these ordinates shall be computed by the formula
given below and added to the rest of the area computed by the Simpson‟s Rule.
Ax =d/3 [(H1+H2+ √H1xH2) ]
Where
Ax - Area to be computed between any two ordinates in square metres.
H1 and H2 are heights of two ordinates respectively.

2.7 DRESSING AROUND BUILDINGS:


After construction and before handing over any building, the area around as defined in clause 2.1 here- in-
before shall be dressed without extra cost to the Govt. Spoil obtained from surface dressing shall be removed
to a distance exceeding 50 metres and not exceeding 250 metres, spread and levelled as directed by
Engineer-in-Charge.

2.8 FOUNDATION AND PLINTH:


2.8.1 Any change in foundation/plinth necessitated due to undulating ground, which may have to be carried out shall
be adjusted through a proper deviation order after approval of accepting officer.
2.8.2 For the purpose of reckoning the depth of the foundation, the ground level after surface dressing (refer clause
2.1 here-in- before) or after site clearance (as specified in relevant Sch „A‟ notes) shall be considered.

2.9 BAILING/PUMPING OF WATER


All water that may accumulate in trenches of foundation, column footings, rafts etc, during the progress of work
from rains/snow, sub soil water, spring etc shall be bailed/pumped out or otherwise removed all as per clause
3.17 of MES SSR Part-I and nothing extra except as provided for vide special condition 3.11 on page 19 of
MES SSR Part-II shall be payable on this account. Contractors are therefore advised to ascertain level of sub
soil water at site of work before tendering.

2.10 HARD CORE


Unless otherwise specified, the hard core shall be of hard broken stone or boulders broken to gauge not
exceeding 63mm. The material of hard core shall be well graded for providing dense and compact sub grade.
Hard core shall be deposited, spread and leveled in layers not exceeding 15cm thick and watered and well
rammed to a true surface and compacted with sufficient fine material. The thickness of hard core specified or
indicated in the drawing, is the thickness after consolidation. Where thickness has not been mentioned it shall
be 150mm consolidated.

3. CEMENT:
Contractor shall make his own arrangements to procure cement as specified here in after. The cost of cement,
its transportation, storage, testing charges, it‟s accounting and preservation etc till consumed in work shall be
borne by the contractor.

3.1 Type of Cement : Type of cement to be used in this contract shall be Ordinary Portland Cement, Grade 43,
conforming to IS-8112-1989.

3.2 Procurement of Cement:


3.2.1 Cement shall be procured from the main producers/ manufacturers of the cement as specified in Appendix ‗E‘
to these particular specifications.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 115

PARTICULAR SPECIFICATIONS CONTD…

3.2.2 The particulars of the manufacturer of cement alongwith the date of manufacture shall be produced by the
contractor for every lot of cement separately. The cement so brought shall be fresh and in no case older than
60 days from the date of manufacturing. The documents in support of the purchases of cement such as
purchase voucher shall be verified by the site staff and GE. Before placing the order for supply of cement by
the contractor, he shall obtain written approval from the GE regarding name of manufacturer, quantity of
cement etc. Cement shall be procured for minimum requirement of one month and not exceeding the
requirement of the same for more than two months at a time. The cement shall be consumed in the work within
three months after receipt but for structural member, the cement shall not be older than 3 months from the date
of manufacture. Cement shall conform to the requirements of Indian Standard Specification and each bag of
cement shall bear relevant ISI mark. Weight of each consignment shall be verified by the GE and recorded.
3.2.3 The cement shall be procured by the contractor preferably in paper polythelene bags. Average weight of each
bag shall not be less than 50 Kg. The average weight shall be tested by taking the weight of 50 Kg bags
selected at random by GE per lot. In case the weight found is less than 50 Kg, whole lot shall be rejected. In
case weight is more than 50 Kg it shall be deemed to contain 50 Kg only and nothing extra shall be admissible
to contractor on account of extra cement used in the work. Before allowing any on account payment for
materials at site, test check shall be carried out by a BOO (convened by GE) to ascertain average weight of
cement per bag.
3.2.4 Contractor shall produce purchase vouchers, test certificates and other valid documentary proof to the entire
satisfaction of GE for entire quantity of each consignment to prove that cement has been purchased from the
main producer as listed here-in-above. The contractor shall also submit particulars of the manufacturer of
cement for every lot for verification by the site staff and GE.
3.3 Testing of Cement:
3.3.1 The manufacturer is required to carry out inspection and testing of cement in accordance with relevant BIS
provisions. The contractor shall submit the manufacturer‟s test certificate in original alongwith test sheets
giving the results of each physical test as applicable in accordance with relevant IS provision and the
chemical composition of cement or authenticated copy thereof, duly signed by the manufacturer with each
consignment, as per the following IS provisions:-
(a) Method of sampling for hydraulic cement as per IS-3535-1986.
(b) Method of physical test for hydraulic cements as per IS-4031.
(c) Method of chemical analysis of hydraulic cement as per IS-4032-1985.
3.3.2 The test certificate and test sheet shall be furnished with each lot of cement procured. The Engineer-in-
Charge shall record these details in Cement Acceptance Register to be maintained by him, after due
verification, which will be signed by JE (Civil), Engineer-in-Charge, Garrison Engineer and Contractor as per
Appx „A‟ here-in-after.
3.3.3 The contractor shall however, organize setting time, fineness, soundness and compressive strength test of
cement through designated laboratory on samples collected from each lot brought at site before incorporation
in work. The contractor will be allowed to use the cement only after satisfactory compressive strength of
seven days. To meet this requirement contractor is required to keep minimum 10 days stock before any new
lot is brought at site which can be used in the work. The contractor shall be required to remove the cement
not meeting the requirement from site within 24 hours. Seven days strength test will be relied upon to accept
the lot of cement to commence the work. 28 days compressive strength test will be the final criteria to
accept/reject the lot.
3.3.4 The GE shall also organize independent physical testing as per the tests mentioned in the „CEMENT
SUPPLY/ ACCEPTANCE FORM‟ of random samples of cement drawn from various lots. The random
samples of cement to be tested shall be drawn as per Quality Assurance Manual. The testing shall be carried
out from Command Test Laboratory Udhampur / NABL laboratories as National Test House/ SEMT Wing
CME Pune/ Regional Research Laboratories/ IITs/ The Laboratories approved by the Accepting Officer or
MES Zonal Laboratories, Govt/ Engg Colleges and National Institutes of Technology as per the relevant BIS
and shall be recorded in the respective portion of Appendix ―A‖. The decision as to where the testing of
cement is to be done shall be taken by GE. In case the cement is not of requisite standard despite
manufacturer‟s test certificate, the contractor shall remove the total consignment from the site at his own cost
after written rejection order of the consignment by the GE.
3.3.5 The random samples as per relevant IS shall be selected by GE before carrying out testing. The record of
such samples selected by the GE for testing shall be properly maintained in the „Cement Testing Register‟
giving cross reference to relevant consignment of cement and quantity received etc.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 116

PARTICULAR SPECIFICATIONS CONTD…

3.3.6 Cost of transportation of samples to the approved laboratory/test house and all testing charges including cost
of sample shall be borne by the contractor.
3.3.7 Notwithstanding the submission of purchase vouchers/test certificates, following tests shall be mandatory to
be carried out as per IS-4031:-
(a) Initial and final setting time.
(b) Soundness test.
(c) Compressive strength test at 3 days, 7 days & 28 days as specified in the relevant Para of the
Indian Standard.
(d) Consistency test
(e) Fineness.
Other tests need not to be carried out for cement procured with BIS certification mark unless specifically
asked by GE or Accepting Officer and the contractor shall not have any claim on this account.
3.3.8 The cement shall conform to chemical requirements and physical requirements as specified in the respective
clauses of the Indian Standard. The tests carried out as per provisions of IS codes specified here-in-before,
shall be the criteria for acceptance of cement by Engineer-in-Charge. If samples from a lot/ lots are not within
the acceptable limits of Indian Standard, the lot/lots shall be rejected without any claims or compensation to
the contractor for the lot/lots purchased. The contractor shall replace the lot/ lots with the fresh one which
shall be tested again for acceptance.
3.3.9 The cost of all tests carried out on cement before acceptance for incorporation in the work shall be borne by
the contractor whether the results are acceptable or not. No claim or compensation shall be entertained on
this account and clause of IAFW-2249 deemed to be amended accordingly. Any cement lot/lots on being
tested found not to be conforming to relevant clauses of Indian Standard shall not be paid as material at site.
3.4 Storage of cement
3.4.1 Refer clause 4.3.1 of MES Schedule (Part-I) for storage and precaution in storage of cement. The cement
shall be stored over dry platform at least 20cm high from floor in such a manner as to prevent deterioration
due to moisture or intrusion of foreign matters. The stacking of cement shall be at least 20cm high from floors
and 20cm away from walls of store rooms. Stacking of cement shall not be more than 10 bags high. Joint
inspection of storage of cement shall be carried out by Engineer-in-charge and contractor once in a day. The
cement fully set or partially set shall not be used in the work and shall be removed by the Contractor
immediately without any extra cost.
3.4.2 Tested and untested cement shall be segregated and stored separately with distinct identification.
3.4.3 The cement godown shall be provided with two locks on each door. The key of one lock of each door shall
remain with the Engineer-in-charge or his representative and that of other lock with the contractor or his
authorised agent at site of work so that cement is removed from the godown only according to the daily
requirement with the knowledge of both the parties. During the period of storage, if any cement bag(s) found
to be in damaged condition due to whatsoever reason, the same shall be removed from the cement godown
on written order of the GE and suitable replacement for the cement bag(s) as removed shall be made and no
claim whatsoever shall be admissible on this account.
3.5 Documentation
3.5.1 The Contractor shall submit original purchase vouchers from the manufacturer for the total quantity of cement
supplied under each consignment to be incorporated in the work. All consignments received at the work site
shall be inspected by the GE alongwith the relevant documents before acceptance. The original Vouchers
and the Test Certificate shall be defaced by the Engineer-in-charge, signed by contractor and kept on record
in the office of GE duly authenticated and with cross reference to the consignment number/control number
recorded in the cement acceptance register clearly mentioning „Batch No.‟ and „Date of manufacture‟. The
cement acceptance register will be signed by JE (Civil), Engineer-in-charge, GE and the contractor. The
Accepting Officer may order a Board of Officers for random check of cement and verification of connected
documents.
3.5.2 The entire quantity of all cement shall suitably be recorded in the measurement Book (Not to be abstracted)
for record purpose before incorporation in the work and shall be signed by the Engineer-in-charge and the
contractor.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 117

PARTICULAR SPECIFICATIONS CONTD…

3.5.3 In addition to the cement Acceptance Register, the cement consumption register shall be maintained as given
below: -
(a) The contractor shall maintain a pucca bound register with serially numbered pages with all pages
initialed by Engineer-in-Charge against numbering showing quantities of cement received, used in
work and balance at the end of each day. The form of record shall be as approved by Engineer-in-
Charge. The register shall be signed daily by representatives of MES and the contractor in token of
verification of its correctness and will be checked by Engineer-in-Charge, at least once a week and
on the days cement is brought by the contractor.
(b) The register shall be kept at site in safe custody of the contractor‟s representative during the
progress of the work and shall on demand be produced for verification to the inspecting officer(s).
(c) On completion of the work the contractor shall deposit the cement register with the Engineer-in-
Charge for record.
3.6 Schedule and Supply
3.6.1 Schedule of supply of cement shall be finalised by contractor with the GE and shall be incorporated in CPM
chart so that supply of cement is monitored in a way to avoid any delay in completion of the work. The supply
shall be regulated in such a way that cement is consumed in work within three months of its manufacture.
3.6.2 The complete requirement of cement will be worked out before making any RAR payment. Procurement of
cement by the contractor shall be completed sufficiently in advance of the date of completion. The contractor
will forfeit his right to demand extension of time if the supply of cement got delayed due to his failure in placing
order in time to the manufacturer.
3.7 General:
The payment shall only be allowed after production of original purchase vouchers, certified copies of test
certificates from manufacturer for each consignment and results of testing carried out in laboratory on receipt
of cement (7 days compressive test) are found satisfactory after testing as specified here-in-before. Payment
for cement shall be made as material lying at site as per condition 64 of IAFW-2249. Rate of cement given in
MES Schedule shall be applicable for cement irrespective of type and grade of cement specified for use in the
work.
3.8 Curing
Curing shall be carried out all as specified in relevant clauses of MES Schedule (Part-I) and relevant IS for all
the works where the cement is to be used for brick masonry, reinforced or plain cement concrete, lime
concrete, plastering, pointing etc.

4. CEMENT CONCRETE
4.1 Materials
4.1.1 CEMENT:
Refer clause 3.1 here-in-before.
4.1.2 AGGREGATES:
Aggregates for concrete work shall conform to specifications all as specified in clauses 4.4.1 to 4.4.7 of MES
Schedule Part-I.

4.1.2.1 FINE AGGREGATES (SAND) :


Fine aggregates for all concrete work shall be naturally occurring river sand/crushed sand confirming to clause
4.4 of SSR Part-I. Sand confirming to grading zone IV of IS-383 shall not be used for RCC work.

4.1.2.2 COARSE AGGREGATES:


Coarse aggregates for all concrete work in all situations shall be graded crushed stone aggregate (crushed in
mechanically operated crusher) of approved quality, irrespective of whether indicated specifically in the
description of items or otherwise or SSR provisions. Nallah shingle will not be used even for plain cement
concrete work in any situation. Coarse aggregate shall be obtained from quarries. Grading of coarse
aggregate for plain and reinforced concrete i.e. crushed stone aggregate shall be as per Para 4.4.7.1 of MES
Schedule (Part-I).

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 118

PARTICULAR SPECIFICATIONS CONTD…

4.1.2.3 GRADING OF COARSE AGGREGATE:


Grading of coarse aggregate (Broken/crushed stone) unless otherwise specified shall be as follows:-
(i) For all plain cement concrete of thickness upto 25 mm or under. :12.50mm graded
(ii) For all reinforced cement concrete work over 25 mm thick. : 20mm graded
(iii) For plain cement concrete over 25 mm and under 75 mm thick. : 20mm graded
(iv) For plain cement concrete 75 mm thick and over. : 40mm graded

4.1.3 WATER PROOFING ADMIXTURE: - Irrespective of specifications given elsewhere water proofing for all
cements concrete/mortar where indicated shall be integral (liquid) water proofing admixture of make as
specified in respective appendix attached to these particular specifications and shall be mixed in the proportion
recommended by the manufacturer. In case of deviations, waterproofing admixture shall be considered @ 1%
by weight of cement.

4.1.4 WATER: Water shall comply with the requirement of clause 4.9 of MES Schedule (Part-I) and as per IS: 456-
2000. Irrespective of water being supplied by department or brought under the own arrangement of contractor,
it shall be tested to confirm its suitability for construction purposes. The record of testing obtained shall be
carefully preserved. The testing charges including cost of material and transportation charges shall be borne
by the contractor.
4.2 Mix of cement concrete: The proportions/type of cement concrete required for works in various situations shall
be as under, if not indicated/specified in drawings/specifications: -

S No SITUATIONS TYPE OF GRADES OF STONE


CONCRETE AGGREGATES
(a) Lean concrete under walls, below plinth beams, toe : PCC (1:4:8) type 40 mm
walls, dwarf walls, steps, column footings and D2 by volume.
brick/stone retaining walls.

(b) Lean concrete under RCC retaining walls. : PCC (1:4:8) type 40 mm
D2 by volume
(c) PCC in plinth protection, channel/drain, PCC : PCC (1:3:6) type 20 mm
blocks for holder bats, hold fasts/lugs for doors, C1 by volume
windows and ventilators and plugging for
scaffolding holes.
(d) PCC in bed blocks/plates, kerbs, padding, : PCC (1:2:4) type 20 mm
benching, splash stones, coping and PCC in any B1 by volume
other situation not covered above.
(e) All Reinforced cement concrete : M-30 (Design 20 mm
Mix)

4.3 BLANK

4.4 Design Mix


4.4.1 General: Design mix cement concrete shall be as per IS-456-2000. The provisions of this IS are further
amplified as described here-in-after.
4.4.2 Design mix of concrete shall be got done by the Contractor as per IS-10262 from Command Test Laboratory,
Udhampur. In case facility is not available at Command Test Laboratory, Udhampur, the design mix shall be
got done from any other NABL approved laboratory as approved by Accepting Officer. The design mix shall
be done with cement, aggregate and Admixture/ Plasticizers to provide the grade of concrete at desired
workability. The mix design calculation for trial and approved design mix shall be kept on record for future
record. The expenditure incurred for testing shall be borne by the Contractor.
4.4.3 Details/results of trial mixes from the engineering establishment along with their recommendations regarding
quantities of cement, water, sand, and coarse aggregates to be used in the work to achieve laid down
characteristic compressive strength in the field at 28 days shall be submitted by the contractor to the GE for
final approval by the CWE. The approval of the CWE shall not absolve the contractor of his responsibilities to
obtain the required minimum strength of concrete at any stage.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 119

PARTICULAR SPECIFICATIONS CONTD…

4.4.4 DESIGN MIX PARAMETERS

(a) RCC M-25 Design Mix


(i) Characteristic compressive - 25 N/mm2
strength required in the field at 28
days
(ii) Type of exposure - Moderate
(iii) Max water cement ratio - 0.50
(iv) Workability - Medium
(v) Degree of quality control - Good
(vi) Minimum cement content - 300 Kg/Cum
(vii) Target mean strength - As per clause 3.2 of IS-10262 and 9.2.2 of IS : 456 :
2000
(viii) Aggregate/ cement ratio by weight - As per mix design based on IS : 10262 and IS : 456
(ix) Type of cement - As per PS clause 3.1
(x) Admixture/ Plasticizers - As per PS-II clause 5.7.6
(b) RCC M-30 Design Mix
(i) Characteristic compressive - 30 N/mm2
strength required in the field at 28
days
(ii) Type of exposure - Severe
(iii) Max water cement ratio - 0.45
(iv) Workability - Medium
(v) Degree of quality control - Good
(vi) Minimum cement content - 320 Kg/Cum
(vii) Target mean strength - As per clause 3.2 of IS-10262 and 9.2.2 of IS : 456 :
2000
(viii) Aggregate/ cement ratio by weight - As per mix design based on IS : 10262 and IS : 456
(ix) Type of cement - As per PS clause 3.1
(x) Admixture/ Plasticizers - As per PS-II clause 5.7.6

NOTES :

(i) In case quantity of cement as per actual design mix is more than the above quantity, the actual
quantity as per design mix shall be used in the work without any extra cost to Govt. The contractor will
take into account this aspect while quoting the tender.
(ii) The rates given in MES schedule for design mix shall be applicable irrespective of the quantity
of cement approved/used in the execution of design mix work. The contractor is required to keep this
aspect in mind while quoting his rates.
(iii) Mix design shall be prepared based on SP-23, handbook on concrete mixes and IS-10262
Recommended guide lines for concrete mix design. No element of wastage of cement shall be allowed
while working out the cement consumption details for design mix concrete work.
4.4.5 At the time of tendering, the contractor after taking into account the type of aggregate, plant and method of
laying, he intends to use, shall allow for the water cement ratio which he consider shall achieve the strength
requirement specified and shall produce workability which shall enable concrete to be properly compacted for
its full depth.

4.4.6 Actual proportion of cement, aggregate and water to obtain the required strength shall be determined by
preliminary tests as specified hereinafter. The water cement ratio may be reduced in the trial mix design but
not increased.

4.4.7 Contractors unit rates against respective parts of Sch „A‟ shall include for the above provisions and as brought
out here-in-after. Further, in case there is any change in source of local materials viz sand/aggregates or grade
of cement etc, the procedure as in Para 4.4.2 & 4.4.3 here-in-before shall be repeated.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 120

PARTICULAR SPECIFICATIONS CONTD…

4.4.8 In proportioning concrete, the quantity of both cement and aggregate shall be determined by mass and all in
accordance with clause 10.2 and sub clauses thereon of IS:456-2000 as applicable.
4.4.9 Trial Mixes: The actual mix proportion will be arrived at by means of number of trial mixes by changing the
water cement ratio, proportions of fine and coarse aggregate, fineness moduli of aggregate by changing their
grading and proportions etc. Attempt shall be made to make the mix design as economical as possible. The
mix design shall be carried out again whenever there is change in the source of material of coarse/ fine
aggregate or cement.
4.4.10 Sampling: The sampling procedure and the frequency of sampling shall be as per clause 15 of IS: 456-2000.
4.4.11 Test Specimens: All test specimens shall be 150mm cubes. For each sample, nine cubes shall be casted, out
of which, three cubes shall be tested for 7 days, three for 28 days compressive strength and three cubes shall
be preserved at site for inspection as and when required. The specimens shall be tested as described in IS:
516-1959.
4.4.12 Test strength of sample: Refer clause 15.4 of IS: 456-2000.
4.4.13 Accepting criteria: The acceptance criteria of the test result shall be as laid down in clause 16 of IS: 456-
2000.
4.4.14 Workability: The workability of the concrete for different location shall be conforming to Para 7.1 of IS-456-
2000.
4.4.15 Packing and transportation of samples: Refer clause 13 of IS: 456-2000. The contractor shall bear the cost
of materials, packing and transportation of the samples required to be tested from site of work to the laboratory
where it is to be tested.
4.4.16 Following documents shall be maintained at site:-
(a) Test reports and manufacturer‟s certificate for material.
(b) Concrete mix design details.
(c) Pour cards for site organization and clearance for concrete placement.
(d) Record of site inspection of workmanship, and field test.
(e) Non confirmation reports, change orders.
(f) Quality control charts and Statistical analysis.
(g) Statistical analysis.
4.4.17 RCC other than design mix shall be all as per relevant IS code and MES Schedule.

4.5 Weighing & Mixing of Concrete: -


4.5.1 In design mix concrete, the quantity of cement and aggregate shall be determined by weight. In no case
volume batching of aggregates based on weight- volume conversion in the mix design shall be allowed.
Water shall be either measured by volume in calibrated tanks or weight. Due care shall be given to adhere to
designed to the water cement ratio and shall be adjusted on minus side to account for free surface moisture
present in natural river sand and plus side to account for percentage of water absorption by stone aggregate,
if any. The net water added shall be as per approved mix design.
4.5.2 For mixing of all cement concrete, contractor shall install two or more computer controlled automatic batching
mix plant (s) at site with the following specification/ batching procedure :-
(a) The capacity of these plants shall not be less than 30 cum/hr and should meet day to day
requirement of mixing concrete.
(b) The plant shall conform to the provisions of IS : 4926 -2003.
(c) The batch mix plant for concrete shall be of minimum four bins, weighing hoppers and scale for fine
aggregates and for each of coarse aggregates and for cement. The weighing hopper shall be
properly sealed and vented to preclude dust during operation. Approved safety devices shall be
provided and maintained for the protection of all personnel engaged in plant operation, inspection
and testing. The batch plant shall be equipped with a suitable non- resettable batch counter, which
should correctly indicate the numbers of batches proportioned. The capacity of plant shall at least
25 percent higher than the proposed capacity of laying/ paving equipment.
(d) Batch mix plant shall be equipped with automatic weighing devices using load cells for accurate
proportions of aggregates and cement. All functions of the plant shall be from computerized
controlled panel installed in air-conditioned control cabin.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 121

PARTICULAR SPECIFICATIONS CONTD…

(e) MIXERS – Mixer shall be pan type, capable of combining the aggregates, cement admixtures and
water into thoroughly mixed and uniform mass with in the specific mixing period and of discharging
the mixture without segregation. Stationary mixer shall be equipped with an approved timing device
which will automatically lock the discharge, lever, which the drum has been charged and released at
the ends of the mixing period. The device shall be equipped with a bell or other suitable warning
device adjusted to give a clearly audible signal each time the lock is release. In case of failure of the
timing device, work will not be executed. However small quantity of emergent requirement can be
mixed in plant provided each batch is mixed for 90 seconds or as per the manufactures
recommendation. The mixer shall be equipped with a suitable non–reset table batch counter, which
correctly indicates the number of batches mixed.
(f) Cleaning and maintenance of Mixer – The mixer shall be cleaned at suitable intervals. The pickup
and throw aver blades in the drums shall be repaired or replaced when they are warn down 20mm
or more. The contractor shall have available at the job site, a copy of the manufacturer‟s design,
showing dimensions and arrangements of blades in reference to original height and depth.
(gi) Calibration of batching plant – Batching plant shall be calibrated in the beginning of work and
thereafter at an interval of not exceeding one month.
The contractor is required to use quality concrete produced by the batch mixing plant, complete quality
assurance and control shall be maintained by the contractor in accordance to latest IS code and best modern
Engineering practice. The record of quality assurance shall be submitted to the GE and shall be kept on
record. The batching plant shall be approved by GE. Mixed concrete will be carried by the transit mixer which
will also be arranged by the contractor at his own expenses.
4.5.3 Small quantities for lintel, shelves etc may be mixed in mechanical mixer with prior permission of GE in writing.
4.6 Admixtures/ plasticizers not more than 1% of weight of cement at no extra cost to the department may be
used conforming to IS 9103-1999 (Revised) and shall be from any one of the following firms:-
a) MC Bauchemic (India) Pvt Ltd
b) Fosroc Chemical (India) Ltd
c) STP speciality Chemicals Ltd
d) CICO Technologies Ltd.
e) Fairmate Chemicals Pvt Ltd.

4.7 TRANSPORTATION OF CONCRETE

4.7.1 MIXER TRUCKS

4.7.1.1 These are essentially revolving drums mounted on truck chasis. Truck mixers used in the job shall be labeled
permanently to indicate the manufacture specifications for mixing like:
(a) Capacity of drum.
(b) Total number of drum revolutions required for complete mixing.
(c) Mixing speed
(d) Maximum time limit before completion of discharge and after cement has entered the drum.
(e) Reduction in time period of discharge.
(f) Due to warm weather or other variables.
(g) All above information shall only form guidelines for the manufacture/producer of concrete.
4.7.1.2 Fulfillment of the stipulated number of revolutions or elapsed time shall not be acceptable criterion. As long as
the mixing water limit is not exceeded and the concrete has satisfactory plastic physical properties and is of
satisfactory consistency and homogeneity for satisfactory placement and consolidation and is without initial set,
the concrete shall be acceptable.
4.7.1.3 When the concrete is totally mixed in transporting trucks or in case of shrink-mix concrete, volume of concrete
being transported shall not exceed 63% of the rated capacity of the drum. In case the concrete is totally mixed
in the central batching plant, the transporting truck may be loaded upto 80% of the rated capacity of the drum.
In this case the drum shall be rotated at charging speed during loading and reduced to agitating speed after
loading is complete.
4.7.1.4 When transporting concrete by truck mixers, delivery time shall be restricted to 1.50 hours from the time
cement has entered the mixer to completion of discharge.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 122

PARTICULAR SPECIFICATIONS CONTD…

4.7.2 TRANSPORTING BY AGITATING/NON-AGITATING TRUCKS


4.7.2.3 Transporting ready mix concrete by this method shall consist of truck chasis mounted with open top bodies.
The metal body shall be smooth and streamlined for easy discharge. Discharge may be from the rear when the
body is mechanically tilted. Body of the truck shall have a provision of discharge gate. Mechanical vibrators
shall be installed at the discharge gate for control of discharge flow.
4.7.2.4 Agitators, if mounted, also aid in the discharging of concrete from the truck in Addition to keeping the concrete
alive.
4.7.2.5 Water shall not be added to concrete in transport in this system.
4.7.2.6 Bodies of trucks shall be provided with protective covers during period of inclement weather.
4.7.2.7 Delivery period, when adopting this system of transporting, concrete shall be restricted to 30 minutes from the
moment all ingredients including cement and water enters in mixer to completion of discharge.
4.7.3 TRANSPORTING BY BUCKETS
4.7.3.1 This method of transportation is very common for transportation of centrally mixed concrete. Buckets of
suitable capacities may be fitted with concrete which is totally mixed in central plant and hauled to the job site.
Buckets then may be conveyed to the actual point of placement either with the help of crane/ hoist or they may
be carted.
4.7.3.2. As in the case of open truck transportation, water shall not be added to concrete transported in buckets.
Concrete shall be protected from inclement weather by necessary covering arrangements. Also, maximum
delivery period for this system of transportation from the time cement is introduced into the mixer to completion
of discharge shall not exceed 30 minutes.
4.7.3.3. Before loading concrete in either truck mixer, open bodied trucks or buckets, the containers shall be thoroughly
cleaned, washed and dried, so that there is no water or moisture in the container which may affect the
designed water content of the concrete.
4.7.4 OTHER METHODS OF TRANSPORTATION
4.7.4.1 Transportation of concrete either by belt conveyors or by pumping is envisaged in this work.
4.7.4.2 If, however, producer/manufacturer/purchaser of ready mix concrete desires to use such methods of
transportation, they may do so provided their scheme and complete specifications are submitted to the GE for
his record and approval.
4.7.4.3 Method of transportation used shall ensure efficient delivery of concrete.
4.7.4.4 No significant alteration of properties with regard to water cement ratio, slump, air content and homogeneity.

4.7.4.5 All variables in transportation, considering type and accessibility of placement locations, distance, time interval
etc. shall be carefully studied before arriving at the method used.

4.7.5 PLACING CONCRETE BY PUMPING METHODS

4.7.5.1 Concrete conveyed by pressure through either rigid pipes or flexible hoses and discharged directly into the
desired area is termed as pumped concrete. The method of conveying the concrete through pipe lines is dealt
within these specifications.

4.7.5.2 Method of applying pressure to concrete is by pumps. Pumps to be used shall be either of the two types as
mentioned below:

(a) Piston type pumps


(b) Squeeze pressure type pumps.

4.7.5.3 Piston pump to be used in the works shall consist of a receiving hopper for mixed concrete, an inlet valve, an
outlet valve, and the pump shall be a twin - piston pump. The two pistons shall be so arranged that one piston
retracts when the other is moving forward and pushing concrete into the pipe line to maintain a reasonably
steady flow of concrete. Single piston pumps shall not be acceptable.

4.7.5.4 Inlet and outlet valves shall be anyone of the following types :
(a) Rotating plug type, Sliding plate type, Guided plunger type, Swing type Flapper type or any
combination of the above.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 123

PARTICULAR SPECIFICATIONS CONTD…

4.7.5.5 The pistons shall be mechanically driven using a crank or chain or hydraulically driven using oil or water.

4.7.5.6 The receiving hopper shall have a minimum capacity of 1.0 cum and the hopper shall be fitted with remixing
rotating blades capable of maintaining consistency and uniformity of concrete. The primary power for pumps
may be supplied by gasoline, diesel, or electric motors. The primary power unit and the pump unit may be
truck, trailer or skid mounted.

4.7.5.7 Squeeze pressure pumps shall consist of a receiving hopper fitted with re-mixing blades. Re-mixing blades
shall be such that these can push the concrete into the flexible hose connected at the bottom of the hopper.

4.7.5.8 The flexible hose shall pass through a metal drum around the inside periphery of the drum and come out
through the top part of the drum.

4.7.5.9 The drum shall be maintained under a very high degree of a vacuum during operation. The drum shall be so
fitted with hydraulically operation metal rollers, which when rotating, create a squeeze pressure on the
flexible hose carrying concrete and forces the concrete out into the pipe line.

4.7.5.10 Effective range of pumps to be used in the work shall be decided by the contractors after studying the site
conditions. However, the minimum horizontal range shall not be less than 150 meters and minimum vertical
range shall not be less than 50 meters.

4.7.511 Selection of pumps based on discharge capacity shall be decided by the contractors after studying the
requirements for the project. Discharge capacity shall be worked out by the contractors and approval
obtained from the GE. As a guide line figure the contractors may assume a discharge capacity of 15 cubic
meter/hour/pump.
4.8 READY MIX CONCRETE (RMC)
4.8.1 In case weighing and mixing plant as per PS-II clause 4.5 here-in-before is not installed, all reinforced cement
concrete work shall be ready mix concrete (RMC) from approved manufacturers. RMC shall confirm to the
requirements as per IS-4925 (amended upto date) and IS 456-2000.
4.8.2 RMC shall be procured by the contractor from any RMC as approved by CWE as per IS-4925 (amended upto
date) having fully automatic computerized batching plant of capacity min 30 cum/hr with tested and calibrated
water meter, control panel and provision for computer generated batch report all as per IS-4925. RMC plant
shall be approved by CWE after verification of the plant and various plant lab.
4.8.3 The relevant details of Design Mix Concrete and minimum cement content for different grade as specified
earlier shall be applicable alongwith the following specific details for ready mix concrete.
4.8.4 Initial mix design from RMC shall be submitted by the contractor in quadruplicate with complete data adopted
for mix design along with test results of all materials and concrete. Initial mix design should take into account
the aspects such as loss of workability and strength during transportation, till placement of concrete. Any
change shall be only with prior approval of GE after necessary revision in design mix.
4.8.5 Specification for all materials/ ingredients, etc given here-in-before shall hold good for RMC also.
4.8.6 ADMIXTURES/ PLASTICIZERS not more than 1% of weight of cement at no extra cost to the department may
be used conforming to IS 9103-1999 (Revised) and shall be from any one of the following firms:-
(a) MC Bauchemic (India) Pvt Ltd
(b) Fosroc Chemical (India) Ltd
(c) STP speciality Chemicals Ltd
(d) CICO Technologies Ltd.
(e) Fairmate Chemicals Pvt Ltd.
4.8.7 The contractor shall ensure that all facilities are made available at the site of RMC plant for the departmental
officials to inspect the materials incorporated, test carried out for all materials, concrete etc. Copies of all tests
carried out for materials used/concrete shall also be made available to the Department.
4.8.8 Concrete shall be transported in concrete transit agitators conforming to IS-5892.
4.8.9 Concrete shall be delivered and placed by pumping using BOOMER. Decision of GE as to whether RMC can
be placed by pumping or not, shall be final and binding. The tenderer will have no extra claim on this account.
4.8.10 Pump and pumping arrangement shall be inspected and approved by CWE, while approving the RMC plant.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 124

PARTICULAR SPECIFICATIONS CONTD…

4.8.11 No water/ admixture shall be allowed after initial mixing of concrete at the plant. The use of Fly ash/ mineral
based admixture in RMC shall not be permitted.
4.8.12 Slump test shall be carried out at site by the department in the presence of contractor. The concrete shall be
placed in position within the designed initial setting time and at the end of initial setting time the remaining
concrete shall be rejected.
4.8.13 TRANSPORTATION OF CONCRETE: The concrete shall be discharged from the truck mixer within two
hours of the time of loading. Time of loading shall start from adding the mixing water to the dry mix of cement
and aggregate or of adding the cement to wet aggregate whichever is applicable.
4.8.14 Contractor should plan his arrangement in such a manner so as to enable a full load of concrete to be
discharged within 30 minutes of arrival on site.
4.8.15 In addition to the tests carried out for RMC at the plant site, sampling and testing of concrete shall be carried
out at the site before delivery as per IS- 456-2000 by the department along with the representative of the
contractor. However, the cost of testing shall be borne by the contractor. The concrete, which does not meet
the requirement of acceptance criteria as per IS-456-2000 shall be rejected and the contractor shall make good
the same at his cost.
4.8.16 Following information will be added on site:-
(a) Time of arrival on site.
(b) Time when discharge was completed.
(c) Any water/ admixture added by the supplier to meet the specified workability.
(d) Any extra water/ admixture added at the request of the purchaser of the concrete, or his
representative, and his signature.
(e) Pouring location
(f) Signature of the purchaser or his representative confirming discharge of the load.
4.8.17 RECORDS : Record shall be maintained by the contractor to provide confirmation of the quality and quantity
of cement procured. The Records shall be retained for the purposes of these requirements for a period of at
least One Year. This will also be made as part of agreement between contractor and deptt. They shall cover
the following aspects:-
(a) Production and delivery :
(i) Batching instructions,
(ii) Batching records,
(iii) Delivery tickets, and
(iv) Equipment calibration and plant maintenance.
(b) Materials and production control :
(i) Concrete production and materials purchase, usage and stocks, and
(ii) Certificates or test results for materials.
(c) Production quality control : Control test results
4.8.19 RMC manufacturers shall meet all the above requirements and shall be approved by CWE.

4.9 SAMPLING AND ACCEPTANCE CRITERIA FOR CONCRETE : The criteria for sampling and acceptance of
the concrete shall be as per Para 15.1 to 16.1 of IS-456:2000, (Code of practice for plain and reinforced
concrete). The minimum frequency for the work tests shall be as specified therein and as specified here in
after.

4.10 TESTS:. Tests shall be carried out in accordance with IS-516 and IS-1199. The contractor shall provide all
facilities and equipment for casting and curing of test cubes. The following tests shall be carried out during the
execution of work:-

(a) SLUMP TEST:


The frequency of the test shall be decided by the GE. The slump for the vibrated concrete shall be as
specified in IS-456. The GE, however, reserves the right to vary the limit which will be ascertained at
the time of deciding the mix design for each grade. Any batch from which a slump test is being made
shall not be transferred to the places of laying until the slump in excess of the required for the
particular batch is not removed from the site.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 125

PARTICULAR SPECIFICATIONS CONTD…

(b) COMPRESSIVE STRENGTH TEST :


(i) Three cubes shall be tested at 7 days and three at 28 days for crushing and the remaining
three cubes shall be kept as reserved exclusively for Govt use for subsequent testing (if so desired by
Govt) and preserved for one year from certified date of completion of work under the contract. The
contractor cannot object testing of other cubes for the purpose as a matter of right.

(ii) For the purpose of subsequent identification of the work test cubes, the concrete to which
these pertains shall be cross referred and record of this maintained and signed by the Engineer-in-
Charge and contractor or his authorized representative.

4.11 PLACING AND COMPACTION OF CONCRETE:

(a) Concrete shall be transported without delay and incorporated in works at the position of laying within
20 minutes from the time of discharge from the mixer.

(b) Mixed concrete shall be deposited in final position and solidly packed around reinforcement, carefully
poured and consolidated by means of portable vibrators or mechanically operated vibrator and of the kind as
suitable for a particulars situation as directed by the GE. Care shall be exercised that no voids or honey comb
pockets are formed. The concrete shall not be laid in position for more than 1 meter in height in one concrete
operation.

4.12 CURING : Curing of RCC/PCC shall be as per clause 13.5 of IS 456-2000.


4.13 Mixing of Small Quantity:
In case of small quantity of concrete (i.e. the quantity of concrete required being less than one half the batch of
mix), the contractor may, after obtaining written permission of the Engineer-in-Charge, be allowed mechanical
mixing. However, such concrete shall not be used for critical structural members such as shear walls, columns,
beams, slabs, retaining walls etc.
4.14 Mixer performance checks shall be made at regular intervals to ensure uniformity of the concrete. Visual
examination of the concrete shall be one of the aid for maintaining and checking mixer performance.
4.15 Concrete cover to reinforcement: Refer clause 26.4 of IS: 456-2000, unless otherwise shown on drawings.
4.16 FORM WORK:
4.16.1 Formwork shall comply with requirements of Paras 4.11.6.1 to 4.11.6.5 and 7.15.1 to 7.15.12 of MES Schedule
(Part-I).

4.16.2 All form work for columns, beams/bands, slabs, walls, etc shall be provided of steel and no wooden ballies,
planks etc will be used/allowed for the same as directed. However the form work for the items other than
mentioned above may be of steel, plywood or timber 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 Schedule Part-I.
4.16.3 Shuttering of RCC cantilever canopy/chajja shall not be removed unless counter balancing load have been
imposed.

4.16.4 In case of bad weather stripping time for form work as specified may be increased as directed by Engineer- in-
Charge without additional payment to contractor.

4.17 FINISHING TO EXPOSED SURFACES OF CONCRETE:


4.17.1 Unless otherwise indicated elsewhere or shown in drawings, exposed (RCC/PCC)/Cement concrete surfaces,
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. Unless otherwise specified, other surfaces exposed to view but which are
not to be finished by application of white/colour wash, distemper, cement base paint or oil paint shall be
finished fair and even in formwork as stipulated in clause 4.11.16.2(a) of SSR Part-I.

4.17.2 Exposed surfaces 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.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 126

PARTICULAR SPECIFICATIONS CONTD…

4.18 PRECAST CONCRETE ARTICLES:


Cement concrete lintels with or without integrally cast Chhajjas up to 1.5 metre 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.

4.19 GRANITE STONE CILLS:


Irrespective of whatever shown in drawing or not, mirror polished Granite Stone minimum 15mm thick cills (in
one piece) to each windows shall be provided. Granite Stone cills of windows shall be extended 100mm on
outer side of opening to the full bearing of wall resting on wall over 15mm thick bedding layer in CM (1:3) and
jointed in cement slurry. The edges of Granite stone projecting outwards shall be bull nosed to a min radius of
10 mm both on top & bottom sides.

4.20 RCC JALLI :


RCC Jalli (with mix 1:2:4 using aggregates of size 6mm and below) shall be precast with wire reinforcement as
per drawings and jointed in cement mortar (1:3). Thickness where not shown in drawings shall be 50mm.
Faces of RCC Jalli shall have fair and even surfaces. In the event of deviation, RCC Jalli shall be priced on pre
cast cement concrete mix 1:2:4 type B-0 subject to deviation percentage for schedule 'A' Part-I.

4.19 RCC SHELVES :


4.19.1 RCC shelves shall be provided as per details shown on drawings. Where the thickness, width and numbers of
tiers are not indicated, the same shall be 50mm finished thickness, 45cm wide and 3 numbers respectively.
These shall be finished as shown on drgs. Where no finish is indicated the same shall be finished with 5 mm
plaster in cm (1:3) finished even & smooth without using extra cement.

4.19.2 The edges of RCC shelves shall be rounded off to a minimum radius of 5mm.

4.20 PCC COPING: PCC coping shall be provided as shown on drawings.


4.21 BEARING OF RCC STRUCTURAL MEMBERS.
4.21.1 Bearing to all roof/floor slabs resting on masonry walls shall comprise of 20mm thick bearing plaster in cement
mortar (1:4) finished even and smooth treated with one coat of white wash and two layers of bitumen laminated
water proofing building paper type-I weighing not less than 60gms/sqm each layer laid over it.

4.21.2 All beams/bressumers resting on masonry shall be provided with PCC bed blocks of cement concrete mix
1:2:4 type B-1. The size of bed block shall be as indicated on drawing. In case size is not indicated it shall be
200mm deep, length equal to the width of beam plus twice the depth of block and width equal to the thickness
of wall.

4.21.3 The bearing of lintels shall comprise of a full PCC solid/hollow block with vertical joints in PCC solid/hollow
block work staggered.

4.22 JUNCTION OF RCC ROOF SLABS/CGI SHEET ROOFING/GALVALUME SHEET ROOFING AND
PARAPET WALLS:
PCC benching in the form of coved fillet of radius 75mm shall be provided in PCC (1:1 ½: 3) type A1 all along
the junction of RCC Roof Slab/CGI Sheet Roofing/Galvalume Sheet Roofing (as applicable) and vertical
projections as specified above.

4.23 PCC BENCHING :


PCC Benching/stopper shall be provided as shown on drawings and the radius of the round portion shall be
75mm.

4.24 CONCRETE PADDING/FILLING:


Where the required height of walls, openings is not obtained with adequate size of bricks/PCC blocks/stone
(As applicable), the same shall be obtained by providing concrete padding of PCC (1:3:6) type C-1.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 127

PARTICULAR SPECIFICATIONS CONTD…

4.25 PLINTH PROTECTION:


Plinth protection with down side down ward kerb key of 75mm x 75mm in all situations as shown on drawings
shall be provided with 75 mm thick in PCC (1:3:6) type C-1 using 20mm graded crushed stone aggregate over
75mm thick consolidated broken stone hard core over rammed earth surface. Irrespective of what is indicated
on the drawings, the width of the plinth protection shall be 100cm. PCC shall be laid in alternate bays n. exc. 2
Sqm each and finished even and fair on top without using extra cement. 6mm wide joints shall be provided
throughout the thickness of plinth protection in concrete bays and in between the walling and plinth protection.
All joints in bays of concrete as well as between walling and plinth protection, shall be filled with mastic filling
comprising of one part of heated bitumen 85/25 or 80/100 grade and 3 parts of sand (all by weight).

4.26 SEISMIC PROVISION:


Seismic strengthening arrangements shall be all as shown and specified on relevant drawings in all buildings
listed in Sch 'A'.

4.27 PLINTH BAND/BEAM


RCC band/beam as specified/shown on structural drawings shall be provided at plinth level throughout
including doors and other openings and in locations shown on drawings. The concrete mix shall be mixed with
the integral water proofing admixture of make as specified in respective appendix attached to these particular
specifications in the proportion as recommended by the manufacturer with a coat of bitumen grade 85/25
conforming to IS-702 @ 1.5 Kg per Sqm on top. Thickness and reinforcement of plinth band shall be as shown
on drawings. Where these have not been shown on drawings thickness shall be 80mm and longitudinal bars
shall be 2 Nos. of 12 mm TMT bars and links shall be 8mm TMT bars @ 150mm C/C.

5. BRICK WORK
5.1 MATERIALS :
5.1.1 BRICKS :- Bricks shall be kiln burnt, available locally or in the neighbouring region, best quality conforming to
the samples kept in CWE/GE's office. Unless specified otherwise in Schedule 'A'/Notes on drawing, specified
here-in- after in particular specifications 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 x 115mm x 75mm. The tolerance in the dimensions shall be + 8 percent.

5.1.2 CEMENT : Refer clause 3.1 herein before.

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

5.2 WORKMANSHIP :
5.2.1 Irrespective of whatever is shown on drawings, brick work in all situations shall be built in cement mortar 1:4
except security wall. Security wall shall be built in CM 1:6.

5.2.2 Half brick thick walls of height more than 90cms shall be reinforced with two Nos. 8# bars, placed horizontally
at every fourth course, starting from top of first course from floor and anchored in walls/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 than 30cms.

5.2.3 In the event of deviations, brick work as specified above shall be priced at the applicable rates in MES
Schedule (Part-II) 2020 for material and labour with sub class 'B' old sized bricks.

5.3 FLAT IRON TIES :


Masonry coming in contact with RCC columns shall be anchored to columns with MS flat iron ties, starting from
15cms above DPC/Plinth beam. The ties shall be of 25mm x 3mm flat iron, 25cm long provided at every fourth
course.

5.4 LAYING AND BONDING :


5.4.1 Bricks shall be laid and bonded, all as specified in clauses 5.22 and 5.23 of MES Schedule Part-I as applicable
to old size bricks (FPS conventional bricks).

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 128

PARTICULAR SPECIFICATIONS CONTD…

5.4.2 Half brick walls upto 1200mm height shall rest directly on sub base of floor. Half brick walls above 1200mm
height, dwarf walls and toe walls shall be provided with foundations.

5.5 CRUMPLE JOINTS :


Crumple joints shall be provided all as shown on structural drawings. Thickness of crumple joints (gap) shall be
as shown on drawings. In case thickness is not indicated, it shall be 25 mm thick for single storey construction
and 50 mm for multistory construction. Filler board shown in details of crumple shall be pre-formed filler of
required thickness conforming to IS 1838-1961. All joints to be filled with mastic filling shall comprise of one
part of heated bitumen 85/25 or 90/10 grade and 3 parts of sand (all by weight). All exposed crumple joints
internal and external shall be provided with 22 gauge thick aluminium sheet width of Aluminium sheet shall be
as shown in TD No CESZ/TD/1093/2011 for PGI sheet. Rest shall be same as shown in TD.

5.6 DAMP PROOF COURSE :


5.6.1 The damp proof course shall consist of a layer of 40mm thick plain cement concrete (1:2:4) type B-I (using
20mm graded stone aggregate) mixed with integral water proofing admixture & laid as specified in Para 5.42.1
and 5.42.2 of MES Schedule Part-I with a coat of bitumen grade 85/25 confirming to IS-702@ 1.5 Kg per Sqm
on top. DPC shall be provided on half brick walls also.

5.6.2 Damp proof course shall also be provided under door/openings below floor by giving vertical drop irrespective
of what is shown on the drawings equal to the thickness of top layer of flooring. PCC/Terrazzo floor where
provided shall be extended in door/openings.

5.6.3 Wherever Plinth band /Plinth beam is to be provided at floor level as per drawings, DPC shall not be provided.
6. STONE MASONRY:
6.1 MATERIALS:
6.1.1 STONE: Stone shall be of best quality, locally available obtained from approved quarries or from boulders after
chiseling and hammer dressing. Stone shall be hard, sound, durable and free from defects like cavities, sand
holes or any other defect that may adversely affect its strength and appearance. It shall be of uniform colour
and texture. Stone boulders shall be of regular size. Stone boulders (in their original rounded shape) shall not
be used in the stone masonry work.
6.1.2 CEMENT : Refer clause 3.1 here-in-before.
6.1.3 SAND : Refer clause 5.4 of section 5 of the MES Schedule Part-I.
6.2 WORKMANSHIP : The stone masonry work shall confirm to the general requirements specified in clauses
6.2.1 to 6.2.4, 6.7.1(a), 6.7.1(b), 6.8, 6.9, 6.10.1 and 6.10.2 of the MES Schedule Part-I.

6.2.1 TYPE OF STONE MASONRY:


6.2.2.1 Random rubble stone masonry shall be uncoursed or brought up to course as indicated in relevant
items, drawings and shall be provided as specified in clause 6.10.1/6.10.2 of the MES Schedule and in
accordance with Figs 7&8 of section 03 (Page 125) of the MES Schedule (Part-I). In case type and grade of
cement mortar for stone masonry is not indicated in drawings or not specified elsewhere in these particular
specifications, the same shall be considered RR stone masonry, brought upto course, built-in cement mortar
1:4. Unless otherwise specified, in case of retaining wall of height less than 60 cm and drains, RR masonry
shall be un-coursed. In case contractor does the superior quality masonry, as per local practice than the
masonry specified, nothing extra shall be admissible on this account to the contractor.
6.2.2 Dry random rubble masonry uncoursed where indicated shall be provided as specified in clause 6.17 of the
MES Schedule (Part-I).

6.2.3 BOND STONE :


Bond stones of stone shall be provided as per details shown on the drawings at the rate of 2 Nos per Sqm of
the face area of wall and shall be staggered. Contractor may use precast PCC 1:3:6 type C-1 bond stones in
lieu of stone bond stones at his discretion (except where specifically indicated in respective Parts of Sch “A”)
without any extra cost to Govt.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 129

PARTICULAR SPECIFICATIONS CONTD…

6.2.4 STONE AND BOULDER FILLING BEHIND RETAINING WALL :-


(a) Hard packing of stones or boulders shall be provided all as specified in clause 3.29 of SSR (Part-I).
(b) Necessary weep holes of proper size shall be provided in the retaining walls and traverse wall at 2.00
meter centre to centre interval both ways without any extra cost. Size of weep holes if not shown on drawings
or indicated in Sch „A‟ shall be as decided by the Engineer-in-Charge.
(c) Boulders shall be as specified in Para 6.4 of MES Sch Part – I. Boulders shall be produced from
sources as approved by GE and shall meet all requirements and parameters.

7. WOOD WORK AND JOINERY:

7.1 TIMBER :
7.1.1 Timber for all joinery and woodwork shall conform to specifications given in clause 7.3 of the MES
Schedule Part-I and shall be within the permissible limits of defects in clauses 7.4 and 7.5 of the MES
Schedule Part-I.
7.1.2 Timber shall be well seasoned whether air or kiln dried at the discretion of the contractor (except factory
made door shutters which shall be kiln seasoned only) but without any price adjustments. The moisture
contents of timber shall not exceed the limits laid down in clause 7.7 of MES Schedule Part-I.

7.2 SPECIES OF TIMBER:


7.2.1 The species of timber and prefabricated wood products (i.e. plywood, wood particles board etc) shall be as
specified below unless otherwise specifically specified elsewhere in these Particular specifications:-

nd
(a) Panelled/Glazed/Wire gauzed shutters for : Factory made shutters using 2 class hard
doors/windows (Styles, rails, beading/ wood “Hollock”. Thickness of shutters if not
mouldings, fillets). indicated on Drgs shall be 35mm thick for door
shutters and 30mm thick for window shutters.

(b) Wooden handrail and wooden panelling, : First class soft wood “Deodar”
Edging of cup boards, ward robes, cabinet
shutters, etc.
(c) Eaves Boarding (Where indicated on : Second class soft wood “Kail”
drawings)
(d) Any other wood work not indicated in : First class soft wood “Deodar”
drawings or specifications.
st
NOTE:- The contractor at his option without any extra cost to the Govt may provide 1 Class Soft Wood
nd
“Deodar” wooden Chowkhats in lieu of 2 Class hard wood “ Hollock” Chowkhats.

7.2.2 Irrespective of whatever is shown on drawings, panelled shutter shall be provided with beading all-round the
panel inserts on the obverse side of door. The size of beading shall be 20mm in width and tapered thickness
from 100mm to 5mm.

7.3 PARTICLE BOARD:


Particle board shall confirm to the requirement of IS-3097(duly ISI marked) exterior grade (grade-1),
specifications for veneered particle board (medium density). Particle board shall be of uniform thickness and
density throughout and bonded with phenol formaldehyde synthetic resin (BWR type). Both the faces of particle
board shall have sand smooth finish. Where thickness of particle board has been shown as 20mm in the
drawings / else-where, the same shall be amended to read as 18 / 19mm.

7.4 PLYWOOD :
All plywood where indicated on drawings shall be BWR exterior grade conforming to IS-303. Decorative plywood
where indicated in drgs shall conform to IS-1328.

7.5 PRELAMINATED PARTICLE BOARD:


Pre-laminated particle board where indicated shall be factory impregnated exterior grade One or both side
decorative type lamination as approved by GE. In case of one side decorative lamination, other side shall be

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 130

PARTICULAR SPECIFICATIONS CONTD…

balancing white : prelamination shall confirm to IS-12823 Gde-I Type-I. Thickness of the board shall be 18/19
mm if not indicated in drawings.
7.6 WORKMANSHIP:
7.6.1 Joinery shall be wrought all over. Timber exposed to view shall be wrought and timber not exposed to view
shall be clean sawn. The workmanship and fixing of joinery shall be as per clause 8.15 to 8.26 of MES
Schedule Part I.
7.6.2 The dimensions of the various components of joinery (other than block board shutters) shown on drawings,
wherever at variance, shall supersede the standard dimensions mentioned in clause 8.24 of the MES Schedule
Part I. However, for pricing deviations involving any joinery work, the rates in MES Schedule (Part-II) for the
corresponding joinery items shall be applicable.

7.6.3 Unless otherwise specified, all work both carpenter's and joiner‟s shall hold full dimensions as shown on drgs
except that an allowance of 1.00mm shall be allowed for each wrought face. Wooden beads and fillets shall
however, hold the full dimensions as shown on drgs. The contractor shall also maintain the overall sizes of the
doors and windows etc. as shown on drgs.
7.6.4 Timber members upto 3.00 metre in length shall be in one piece.
7.6.5 Plugging to walls shall be done with wooden plugs as per clause 7.29 of the MES Schedule Part-I.

7.7 FACTORY MADE PANELED/GLAZED/WIRE GAUGE SHUTTERS :


7.7.1 Paneled / glazed / Wire gauzed shutters of doors shall be factory made with 12mm thick plywood exterior
grade panels, manufactured in accordance with IS-1003, made of well selected kiln seasoned, chemically
pressure treated, 2nd class hardwood „Hollock‟. Styles and rails shall be as specified in clause 7.2.1
here-in-before. Approved factories for Factory made shutters are given in relevant Appendix attached to
these particular specification.

7.7.2 A Tolerance of (plus/minus) 3mm on width and height only shall be allowed, provided the shutter snugly fits into
the frame. The thickness of shutters given in drawing shall be the finished thickness and no tolerance on this
shall be permissible.

7.7.3 The GE should ascertain whether the testing facilities are available for seasoning, preservative treatment of
timber at approved factory and shutters are manufactured as per IS-1003 specifications.

7.7.4 For the purpose of pricing deviation in respect of Factory made wire gauge/glazed shutters ,the rates shall be
derived from the rates given in MES schedule of rate part II for wire gauge/glazed shutters enhanced by the
percentage for difference in rates given in MES Schedule of rates part II for factory made panelled shutters and
other panelled shutters.

7.7.5 The contractor at his option without any extra cost to the Govt may provide Ist class hard wood “Sheesham ”
nd
factory made panelled/wire gauged/glazed shutters in lieu of 2 class hard wood “Hollock” factory made
panelled/wire gauged/glazed shutters. Also for pricing of the deviations for Ist class hard wood “Sheesham ”
nd
factory made panelled/ wire gauged/ glazed shutters, rates given in MES schedule for 2 class hard wood
factory made shutters ( read in conjunction with the provisions given in clause 7.7.4 above) shall be applicable.
7.7.6 Shutters shall be obtained from any one of the manufacturers given in Appendix „E‟ to these particular
specifications as approved by GE.

7.8 FLUSH DOOR SHUTTERS:


7.8.1 Flush door shutter shall be 35mm thick, solid core, non-decorative,(commercial type) factory made shutter
made as per IS: 2202 (Part I- 1999) and shall be ISI marked. Styles & rails shall be without any joint and be
made of non-coniferous timber hard wood with moisture contents not more than 12% and dimension as given
in IS code. The face panel comprising of plywood or crossband and face veneers shall be glued by hot pressed
process. Over all finished thickness of face panel shall not be less than 3mm while the thickness of face
veneer shall not be less than 0.6mm.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 131

PARTICULAR SPECIFICATIONS CONTD…

7.8.2 Block board core shall fully conform to the requirement specified in the IS code. All timber used shall be well
seasoned and chemically treated. Adhesive shall be phenol formaldehyde synthetic resin BWR type specified
in IS: 848- 2006. All dimensions shall be finished dimension & manufactures test certificate for test specified in
IS: 2202 (Part-I) shall be rendered.
7.8.3 The Contractor shall submit machine numbered paid vouchers from the Authorized Dealer/ Manufacturer for
the total quantity of the flush door shutters supplied under each consignment. At the time of delivery of flush
doors at site, delivery challan along with invoices shall be submitted by the Contractor to the Engineer-in-
Charge. Each consignment received at the site shall be inspected by the GE. The original invoice shall be
defaced by the Engineer-in-Charge. and kept on record at the site office.
7.8.4 The Excise duty gate pass shall be submitted by the contractor to the Engineer-in-Charge for each
consignment of flush door shutter dispatched by the factory holding valid BIS certification and brought at site
for incorporation in the work.
7.8.5 On receipt of the shutters at site, the samples of door shutters shall be tested in any approved laboratory as
instructed by the GE. From each lot of approximately 500 shutters or part thereof, one shutter shall be
selected at random by the GE. The cost of replacement of the door shutters selected as samples, their
transportation to the laboratory and the cost of testing by the laboratory shall be borne by the contractor and
shall be deemed to be included in the lump sum rates quoted in Schedule ‟A‟.
Flush doors to be provided with teakwood beading as per drawings and painted to match the door. Bottom of
the flush door be painted with two coats of synthetic enamelled paint before installation.
7.8.6 Shutters shall be obtained from any one of the manufacturers given in Appendix „E‟ to these particular
specifications as approved by GE.

7.9 PVC DOORS AND DOOR FRAMES :


7.91 PVC doors and door frames shall be provided wherever shown in drawings.

7.9.2 PVC door frame (Chowkhats shall be of size 50 mm x 47 mm with a wall thickness of 5 mm made out of
corroded 5 mm rigid PVC foam shocked mitre cut at two corners and jointed with 2 Nos 150 mm long brackets
of 15mm x 15 mm MS square tube. The two vertical door profiles shall be reinforced with 19 mm x 19 mm
square tube of 19 gauge Rubber gasket weather seal shall be provided throughout the frame. The door frames
shall be fixed with wall using 65/100 mm long MS screws all as per manufacturer‟s instructions and as directed
by Engineer-in-Charge.

7.9.3 Factory made solid panel PVC door shutters 30 mm thick consisting of frame made out of MS tubes of 19
gauge thickness of size of 19 mm x 19 mm for stiles and 15mm x 15 mm for top and bottom rails MS frame
shall be covered with 5 mm thick heat moulded PVC channel of size 30 mm x 50 mm forming stiles and 5 mm
thick 75 mm wide PVC sheet for top rail, lock rail and bottom rail on either side. 10 mm thick (2 x 5 mm). 20mm
wide cross PVC sheet shall be provided as gap insert for top bottom rails. Panel insert of 5 mm thick PVC
sheets shall be fitted in the MS frame welded/scaled to the styles and rails with 30mm wide x 5 mm thick PVC
sheet beading on either side and jointed together with solvent cement adhesive. The size of stiles and rails
shall be 75 mm and 100 mm respectively. The door shutter shall be fixed to PVC door frame as per
manufacturer‟s instructions.

7.10 FACTORY MADE WOODEN WINDOWS: Where indicated the contractors shall provide panelled gauzed door
and window shutters made in an approved factory as per Appendix „E‟. Tolerance on the width and height of
factory made shutters shall be  3mm provided the shutter snugly fits into the frame.

7.10.1 Timber panelled, glazed and gauzed shutters shall be constructed in the form of timber frame work of stiles and
rails with panel of glass in case of glazed shutters, and of wire cloth in case of gauzed shutters.

7.10.2 Standard Dimensions for shutters for Windows shall be as per clause 8.24 of SSR 2009 Part-I.

7.10.3 The GE shall ascertain whether the testing facilities are available for seasoning, preservative treatment of
timber at approved factory and shutters are manufactured as per IS-1003 specifications.

7.10.4 The contractor at his option without any extra cost to the Govt may provide Ist class hard wood “Sheesham”
nd
factory made panelled/wire gauged/glazed shutters in lieu of 2 class hard wood “Hollock” factory made
panelled/wire gauged/glazed shutters. Also for pricing of the deviations for Ist class hard wood “Sheesham ”
nd
factory made panelled/ wire gauged/ glazed shutters, rates given in MES schedule for 2 class hard wood
factory made shutters ( read in conjunction with the provisions given in clause 6.2.1 above) shall be applicable.
Make of window shutters shall be same as for door shutters listed at serial No 5 of Appendix „E‟ here in after.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 132

PARTICULAR SPECIFICATIONS CONTD…

7.11 MS GUARD BARS: MS guard bars as indicated on Drgs shall be provided in all the windows in the buildings
at all floors. MS guard bars shall be painted with two coats of synthetic enamel paint over a coat of red oxide
primer. If type of Guard bars is not indicated, it shall be D type.

8. ANODISED ALUMINIUM DOORs, WINDOWS, VENTILATORS AND FIXED GLAZING


8.1 Aluminium doors, windows, vents, fixed glazing and partition shall be provided at location shown on drawings
and all as specified in clause 10.37 of MES SSR Part-I and as specified/shown on drawings. In case the
thickness of aluminium section is not indicated in drawing, same shall be minimum 3mm thick.

8.2 Aluminium section for doors/windows/ventilators/fixed glazing /partition shall be heavy duty and be procured by
the contractor from one of the manufacturer as listed in Appendix „E‟ to particular specifications.

8.3 Aluminium windows shall be provided with MS grill as per drawings.

8.4 Thickness of glass panes for doors and windows / fixed glazing/partition shall be 5.5 mm thick and 5.0 mm
thick respectively unless otherwise not shown on drawing.

8.5 Glass panes shall be provided with rubber packing and beading of standard glazing clip as per manufacturer‟s
instructions.

8.6 All aluminium doors/ windows/ ventilators/fixed glazing/partition section, grills and builder‟s hardware (except
hinges) shall be powder coated in approved colour. Thickness of coating shall not be less than 75 micron.

8.7 Double action floor door spring hydraulically regulated (ISI marked) shall be provided to each open able door
shutters.

8.8 Each door shall be provided with necessary locking arrangement as specified in drawings.

9. BUILDERS HARDWARE:
9.1 GENERAL :
9.1.1 ITEMS AND QUANTITIES: -Hardware fittings shall be provided according to the scales indicated in the
schedule of iron mongary on the relevant drgs and in conformity with any note that may be appearing on
particular drawings. The builder‟s hardware fittings (except spring lungs) in buildings covered under Sch „A‟
Part-I shall be aluminium anodized irrespective of what is shown on drgs.

9.1.2 In case the size of particular fitting is not given in the drawings, it shall be of size as decided by the GE.

9.1.3 All articles of builder‟s hardware shall bear ISI marking. In case ISI marked articles are not manufactured,
those shall conform to the relevant IS specifications given in the MES schedule for the relevant item.

9.1.4 Finish of articles shall be as specified in clause 9.2.4 of the MES Schedule Part-I.

9.1.5 Screws used for fixing the articles of builders hardware shall be as specified in clause 9.2.6 of the MES
Schedule (Part-I).

9.2 ARTICLES :

9.2.1 BUTT HINGES :


Butt hinges shall be of MS steel medium weight all as specified in clause 9.7.1 & 9.7.2 of MES Schedule Part-I.

9.2.2 CONTINUOUS (PIANO) HINGES:


Continuous (Piano) Hinges shall be of aluminium alloy finish as specified in clause 9.7.6 of MES Schedule
Part-I. The width of the flap shall be to suit the thickness of the shutter.

9.2.3 BARREL TOWER BOLTS:


(i) Aluminium anodised barrel tower bolts of extruded section shall be as per clause 9.3 of SSR Part I.
(ii) Size of barrel tower bolts shall be as shown on drawings. Where size of barrel tower bolts not
indicated, the same shall be 150 mm for doors and 100 mm for windows.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 133

PARTICULAR SPECIFICATIONS CONTD…

9.2.4 HANDLES:
(i) Extruded aluminium alloy handles fabricated type, anodised shall be as per clause 9.11 of SSR Part-I.
(ii) Size of handles shall be as shown on drawings. Where size of handles not indicated, the same shall be
150 mm for doors and 125mm for windows.

9.2.5 HASP AND STAPLES :


(i) Hasp and staples, safety type, aluminium anodised with mild steel hinge pin shall be as per clause
9.10 of SSR part I.
(ii) Size of Hasps and staples shall be as shown on drawings. Where size of Hasps and staples not
indicated, the same shall be 75 mm .

9.2.6 DOORS SPRINGS :


Ordinary rat tail rod pattern MS spring including roller and roller plate shall be as per clause 9.7.8 of SSR part I.
Size of door spring shall be as shown on drawings. Where size of door spring not indicated, the same shall be
150 mm.
9.2.7 HYDRAULIC DOOR CLOSER:
9.2.7.1 Hydraulic door closer shall be hydraulically regulated designation No 2, Universal type aluminium body suitable
for door shutter of weight between 36 to 60 Kg suitable for both clock wise and anti-clock wise door shall be
provided as specified in clause 9.16 of SSR Part-I. One number hydraulic door closer shall be provided to each
shutter in all doors.
9.2.7.2 One No hydraulic door closer suitable for PVC door of weight 40 Kg shall be provided to each shutter PVC
door for all toilets.

9.2.8 TOWEL RAILS :


Towel rails shall be tubular, mild steel, chromium plated, 22 gauge, min 18/19 mm bore, 'D' shaped with
flanged ends for fixing. In case length is not mentioned in drawings, it shall be 60cm long. Wherever
aluminium towel rails are indicated in the drawings, these shall be deemed to read as chromium plated mild
steel rails as specified in this clause.
9.2.9 WIRE CLOTH :
Wire cloth to be used for wire gauzed shutters shall be stainless steel with average width of aperture 1.18mm
and nominal dia of wire 0.457 mm. In case of deviation, rates given in MES schedule part II for wire cloth of
nominal dia of wire of 0.56 mm shall be applicable.
9.2.10 KNOBS:
Shutters and drawers of small size built in cabinets, switch boxes and built in furniture shall be provided with
aluminium anodised knobs of not less than 38mm dia.

9.2.11 ALUMINIUM DOOR STOPPER/WOODEN CLEATS:


Aluminium wooden door stoppers/wooden cleats of suitable size shall be provided to each openable shutter of
window, ventilators and doors.

9.2.12 HELICAL DOOR SPRING:


Where shown on drawings, wire gauged door shutters shall be provided with mild steel helical door spring
150mm long. MAKE: RITZ or Equivalent.

9.2.13 SLIDING BOLT:


Aluminium anodized sliding door bolts (type 3) 250 mm long with hasps and staple (bolttype) and fixing clips of
sheet and bolt of extruded section of aluminium alloy, 16mm dia and shall be provided in all type of dwelling
units. These shall be complied with IS 2681-1993 and with fixing bolts.

9.2.14 TIE HANGER:


The tie hanger in cupboards shall be of mild steel chromium plated pipe of 10mm internal diameter, 300mm
long with standard mild steel chromium plated brackets as approved by GE. Wall thickness of mild steel
chromium plated pipe should be more than 1mm.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 134

PARTICULAR SPECIFICATIONS CONTD…

9.2.15 HANGING ROD:


Hanging rod of 19 mm (+1 mm) dia G.I. pipe light grade with appropriate socket for hanging rod in cupboards
shall be provided as shown on the drawings.

9.2.16 LOCKING BOLTS:


Aluminium alloy (anodized) locking bolts (10 mm dia, 100 mm size) shall be ISI marked (IS 2681) and be
provided to each shutter (one each).

9.2.17 HOOK & EYES:


Hook and eye shall be of aluminium anodized and matching with window and of size as shown on drawings. If
the size is not specified in drgs, the same shall be of 125mm size.
9.2.18 MAGIC EYE:
Magic eye shall be provided to each entrance door (one per DU) as per locations shown on drawings and shall
be as per sample approved by the GE. It shall be of brass body, with both sides lenses, and of approved make.

9.2.19 BALL CATCH:


Aluminium magnetic catcher of heavy duty of standard make shall be provided in all type of cupboards Units.

9.2.20 BLANK

9.2.21 LOCK FOR CUPBOARD:


Locks for cupboard shall be of Grade -2, size 50 mm 4 levers unless otherwise specified and wherever shown
in drawings shall be of brass all as specified in clause 9.9.4 of MES SSR Part-I. Make of locks:
Godrej/Harrison/link.

9.2.22 In case of Aluminium windows/CSWs, the edges of wire gauge shall be bent over Aluminium beads and the
beads pressed well into the angle of Aluminium section to hold the gauge on two faces as shown on drawings.

10 STEEL AND IRON WORK


10.1 GENERAL
All steel including structural steel, steel sheets etc for entire completion of work shall be procured by the
contractor at his own cost.
10.2 MATERIALS:
Items of steel and iron brought to site by the contractor for incorporation in the work shall be free from defects
all as specified in clause 10.4.3 and 10.17.6 of SSR Part-I and shall be conforming to IS specifications as given
below :-
(a) STRUCTURAL STEEL : Gde E-250 (Fe410W) quality „A‟ or
„B‟ ISI marked (IS-2062)
(b) STEEL FOR REINFORCEMENT
(i) High strength deformed steel bars produced by Thermo : TMT steel bars of Grade Fe
Mechanical Treatment process 500/500D meeting all requirements
of IS-1786
(ii) Mild Steel as in fencing posts, Hold fasts, grills, guard : Gde E-165 (Fe-290) ISI marked
Bars,steel door ,railing, steel gate, members of steel (IS-2062)
windows , doors and the like.

(iii) Fabric reinforcement for concrete : Conforming to IS-1566.


(iv) Black/Galvanised steel sheets : Conforming to IS-277. Galvanised
steel sheets (plain & corrugated)
shall have Class 8 coating.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 135

PARTICULAR SPECIFICATIONS CONTD…

10.2.1 PROCUREMENT:
10.2.1.1 TMT steel bars irrespective of size shall be procured from main/ primary producer(s) i.e. SAIL/ RINL/ TISCO/
and other manufacturers as per Appendix ‗E‘ as mentioned here-in-after.
10.2.1.2 All structural steel shall be procured from main/ primary producer(s) i.e. SAIL/ RINL/ TISCO and as per
Appendix ‗E‘ as mentioned here-in-after.
Note: - Steel section for railings, gates, fencing, guard bar, steel chowkhats and holdfasts etc, which do not
constitute structural members, can be procured from main producers/secondary producers/BIS marked
manufacturers or their authorized dealers at the option of contractor without any minus price adjustment.
These should also conform to IS-1732 for general engineering purpose. However, tests will not be insisted
upon for such steel sections.
10.2.1.3 The galvanized iron sheets & fabric reinforcement for concrete shall be ISI marked & shall be procured from
main producers.
10.2.1.4 Main producers of steel and the primary producers/ manufacturers are specified in Appendix „E‟ to these
particular specifications.
10.2.1.5 Reinforcement shall be fabricated, placed in position all as shown on drawings and specified in clause 10.17
to 10.22 of MES Schedule (Part-I) without application of heat.
10.2.1.6 All laps and crossings shall be tied with mild steel wire (annealed) of size not less than 0.9mm dia and the
cost thereof deemed included in the quoted amount of the contractor.
10.2.1.7 For the purpose of calculating the lump sum and making adjustment arising out of deviations involving
reinforcement bars, the length of each bar shall be taken as 10 (Ten) metre for the purpose of calculating lap
length.
10.2.1.8 All finished steel shall be well and clearly rolled to the dimensions, section and weights specified. The finished
material shall be reasonably free from cracks, surface flaws laminations, rough, jagged and imperfect edges
and other harmful defects and shall be finished in a workman-like manner.
10.2.1.9 Tolerance on size and weight of reinforcement bars shall not be more than specified in clause 10.17.4 &
10.17.5 of MES Schedule (Part-I).
10.2.1.10 Steel shall be procured from the storage depots of the manufacturers and not from their authorized agents/
dealers
10.2.1.11 The GE for every lot of steel shall obtain the particulars of the manufacturer/ supplier of steel from the
contractor separately. The form given at Appendix „B‟ shall be issued for this purpose.
10.2.1.12 The site staff and GE shall verify the original documents in support of the purchase of steel and shall retain
certified true copy of the results in GE‟s office.
10.2.1.13 The GE shall ensure that contractors place their demand/requisition of steel with adequate lead-time. The
steel shall be procured from the storage depots of the main producers and not from their authorised
agents/dealers as the authorized agents deal with the steel manufactured by more than one manufacturer.
10.2.1.14 The contractors shall place their demand/requisition of steel with adequate lead time.
10.3 DOCUMENTATION:
The contractor shall submit original purchase vouchers from the manufacturer for the total quantity of steel
supplied under each consignment to be incorporated in the work. All consignments received at the work site
shall be inspected by the GE along with the relevant documents before acceptance. The original vouchers
and the Test Certificates shall be defaced by the Engineer-in-Charge and kept on record in the office of
the GE duly authenticated and with cross reference to the control number recorded in the Steel Acceptance
Register . The Steel Acceptance Register shall be signed by JE, Engineer-in-Charge, GE and contractor. The
Accepting Officer may order board of officers for random check of steel and verification of connected
documents. The entire quantity of all steel items shall also be suitably recorded in the Measurement Books
for record purposes as „ NOT TO BE ABSTRACTED‟ , before incorporation in the work and shall be signed
by the Engineer-in-Charge and the contractor.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 136

PARTICULAR SPECIFICATIONS CONTD…

10.4 TESTING OF STEEL:


10.4.1 The manufacturer is to carry out inspections and testing of steel in accordance with the relevant BIS
provisions The contractor shall submit the manufacturer‟s test certificate in original along with the Test Sheet
giving the results of each mechanical test as applicable and the chemical composition of the steel or
authenticated copy thereof, duly signed by the manufacturer with each consignment . The Engineer-in-
Charge shall record these details in Steel Acceptance Register (Appendix ‗B‘) after due verification and send
a certified true copy of test sheet to GE for his records. The GE/CWE shall also organize independent
testing of random samples of steel drawn from various lots as applicable and detailed in sub para (A) & (B)
below from a National Test House , SEMT wing CME Pune, Regional Research Labs and NABL approved
Labs. Government approved labs, Engineering college, Zonal Labs, Command Labs etc as per the
recommended minimum frequency as shown in Table at Appendix ‗F‘. Samples from each lot shall be
tested for quality and elongation. The elongation shall not be less than 18%. In order to undertake Department
testing, requisite facilities shall be organized by the contractor. In Addition to above tests, the TMT steel
received from secondary producers shall be tested by GE/CWE in person , before incorporation in the
works by simple field tests and records shall be maintained . However, CWE shall carry out random checks
where GE has not tested the steel. The records of such random checks shall be maintained in the steel test
register. Simple field test involves sand papering the X-section of the TMT bars and dipping the same in
chemical solution to give a clearly defined annular ring of tempered steel. The contractor at his cost shall
arrange facilities for such tests. The record of such checks shall be maintained in the steel test register.

(A) Reinforcement Steel


(i) Independent testing of steel shall be optional at the discretion of GE, in case of procurement of steel
from main producers and testing charges shall be borne in accordance with condition 10(A) of IAFW -2249 i.e.
testing charges shall be borne by the deptt if the test results are found in order otherwise these shall be borne
by the contractor.
(ii) In case at sub para 10.4.1 (A) (i) above, the contractor at his cost shall provide all facilities required for
the testing and cost of materials consumed in tests shall also be borne by the Contractor.
(B) Structural steel
(i) Independent testing of structural steel by the GE shall be optional at the discretion of the GE in case of
procurement from main producers and testing charges shall be borne in accordance with Condition 10(A) of
IAFW-2249 i.e. testing charges shall be borne by the Deptt if the test results are found in order otherwise
these shall be borne by the Contractor.
(ii) Independent testing of structural steel by the GE shall be mandatory in case of procurement from
secondary producers and testing charges shall be borne by the Contractor irrespective of the outcome of test
results.
(iii) In both the case at Sub Para 10.4.1 (B) (i) & (ii) above, the contractor at his cost shall provide all
facilities required for the testing and cost of materials consumed in tests shall also be borne by the Contractor.

10.4.2 Testing of steel as referred above is an essential requirement before the payment is released to contractor as
material lying at site or before incorporation in the work and no recovery in lieu of testing shall be accepted.

10.4.3 Quality of steel shall be ascertained by following tests:-


(i) THERMO MECHANICALLY TREATED BARS:
Tensile test, bend test and re-bend test shall be carried out as per clause 8 of IS-1786-1985. Test specimen
shall be taken as per clause 10 of IS-1786-1985.
(ii) MILD STEEL BARS:
Tensile test and bend test shall be carried out as per clause 9 and delivery inspection as per clause 10 of IS-
432(Part-I) 1982. Minimum yield stress shall be 250 N/Sqmm.

(iii) STRUCTURAL STEEL (E-250 AND MILD STEEL SECTION E-165) :


Tensile test and bend test shall be carried out as per IS-226/ IS-2062/IS-1977 as applicable. Minimum yield
stress shall be 250 N/Sqmm.

(iv) CHEMICAL TEST: Chemical test shall be carried out to ascertain chemical composition, which shall
conform to the norms laid down in relevant ISI codes. For TMT bars, chemical composition shall be as given in
relevant Appendix „C‟ attached to these particular specifications.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 137

PARTICULAR SPECIFICATIONS CONTD…

10.5 TOLERANCE
Rolling and cutting tolerance of structural steel products shall be as specified in IS-1852 of 1985 Tolerance on
size and weight of reinforcement bars shall be as specified in clause 10.17.4 and 10.17.5 of SSR part-I. Steel
with less weight than permissible shall not be used.

10.6 SCHEDULE OF SUPPLY:


The contractor shall ensure that procurement action is taken immediately after acceptance of contract so as to
adhere to schedule of activities as per CPM network.

10.7 STORAGE, ACCOUNTING, PRESERVATIONS AND MAINTENENANCE:


10.7.1 Structural steel/bars of different classification, section, sizes and lengths shall be stacked separately. Steel
shall be marked with distinct painting marks for easy identification. Steel shall be recorded in MB for record
purpose only.

10.7.2 All steel shall be stored on Dunnage at-least 15cm above ground level. Steel reinforcement shall be stored
properly to prevent distortion and corrosion. In case of long time storage, suitable protective measures like
cement coating, provision of temporary shelter etc to save it from rusting/distortion etc shall be taken. Any item
of steel that has deteriorated or corroded or considered defective by Engineer-in-Charge shall not be used in
the work and shall be removed from the site of work.

10.8 METHOD OF MEASUREMENT:


All items of steel brought at site shall be entered in MB as “Not to be abstracted” indicating the diameters and
length of bars, quantities, voucher number with dates. It shall form the basis to allow advances on account
through RAR‟s. While allowing advance on such materials, quantities so entered in MB shall be reduced by 2%
to account for waste and off cuts and every care shall be taken to ensure that all quantities will be utilised in
the work.

10.9 RECORD OF MEASUREMENTS:


Before casting of concrete, reinforcement incorporated shall be measured by Engineer-in-charge and
contractor jointly. These measurements shall be entered in a register for the purpose of record and shall be
signed by contractor‟s rep and Engineer-in-Charge. Proper reference of Drg. No, location, date etc shall be
given therein.
10.10 WEIGHT CONVERSION:
Conversion factor for various sections/sizes of steel shall be as per conversion tables given in SSR. Where
conversion table is not available in SSR, IS conversion tables shall be followed.
NOTES:-
(a) Mixing of different types and grades of bars shall not be done in the same RCC member as main
reinforcement to satisfy clause 26.1 of IS-456 of 2000.
(b) TMT bars of grade 500 MPa will be used .
(c) TMT shall not be treated as corrosion resistant steel bars.
10.11 STEEL REINFORCEMENT:
10.11.1 Reinforcement of TMT bars (refer Sch „A‟ note here-in-before) etc. shall be provided as shown on drawings
and in the absence thereof in accordance with the provision of IS-456-2000.

10.11.2 Reinforcement shall be fabricated and placed in position all as shown on drawings and specified in clause
10.17 to 10.22 of MES Schedule (Part-I) without application of heat.
10.13 WELDING :
Welding wherever shown on drawings shall be by metal arc process in accordance with IS-816 and IS-823.

10.4 GRILL/GUARD BARS ONLY FOR WINDOWS & VENTS


Mild steel Grill/Guard bars of irrespective type as indicated shall be provided to all external steel windows and
ventilators of buildings covered under Sch „A‟ Part I as per detail shown in the drawings.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 138

PARTICULAR SPECIFICATIONS CONTD…

10.5 HOLD FASTS/LUGS :


Flat iron hold fasts/lugs shall be provided by welding as and where shown on drawings, except those, to be
provided to wooden chowkhats which shall be fixed with bolts/nuts as per details shown on drawings. Holes in
wooden chowkhats shall be plugged with hard wood plugs.

10.6 EXPANDED METAL Where XPM is shown on drawings, it shall be expanded metal conforming to
IS-412 and weight exceeding 4 kg but not exceeding 5 kg per square metre.

10.7 MS RUNGS : MS rungs, wherever indicated in drawings, shall be provided as per details given in drawings.
These shall be of 16mm dia MS round bars embedded in PCC blocks 250 mm C/C staggered

10.8 STAINLESS STEEL RAILING (GRADE 202 GLAZED FINISH)


Stainless steel railing where indicated shall be provided at the locations all as per details shown in drawings.
Thickness of any section shall not be less than 2mm. Railing shall be mounted in Core drilled hole filled with
anchor cement. If cover plate not shown then its size shall be 2 x dia of baluster.

10.8A MILD STEEL RAILING


Mild Steel railing where indicated shall be provided at the locations all as per details shown in drawing and
directed by Engineer in charge and as specified in MES Schedule (Part-I).

10.9 PRESSED STEEL FRAMES FOR DOORS


10.9.1 Wherever shown on drawings, pressed steel frame chowkhats to be provided shall be made out of mild steel
sheet (PBI) of 1.25 mm thick and shall comply with requirements of IS-4351 of 2003 (Specifications for steel
door frame). The threshold to the feet of frames shall be provided & PCC (1:3:6) type C-1 shall be filled in the
back portion of doors frame complete including providing shock absorbers all as specified in clause 10.27 of
SSR Part-I (2009) and as shown on drawings. The exposed steel surfaces shall be painted with two coats of
synthetic enamel paint over a coat of red-oxide primer over prepared surface. The internal surfaces in contact
with PCC shall be given a coat of bituminous paint. To avoid bulging of frame during back fill, 2 Nos flat iron
25x3 mm horizontal member and 3 Nos each in vertical member to be provided in each frame & shall be 200
mm long.
10.9.2 Frames of pressed steel chowkhats shall be pressed out of cold rolled mild steel sheet manufactured by
standard rolling mills.
10.9.3 Pressed steel framed chowkhats shall be factory made frame and shall be procured from any of the
manufacturers specified in appendix „E‟ to these particular specifications.
10.9.4 Piece of 50mm long GI pipe 20mm bore shall be welded inside door frame to accommodate/or smooth
functioning of the bolt of sliding door bolt.

10.10 STEEL WINDOWS/ VENTS: Wherever steel windows are mentioned on the drawings, type steel windows
for overall sizes shall be provided to all buildings on the situation where steel window is shown therein. Minor
variations in overall sizes to suit the standard practice of manufacture will however be accepted without any
price adjustment.
10.10.1 BOX WINDOWS (STEEL):- Box window shall be manufactured strictly as per drawing and shall be procured
from any of the approved Firms/ Manufacturers specified in Appx „E‟ to the specifications. Thickness of the
sheet shall be of 18 gauge and all other details shall be strictly followed from the respective drawings.

10.10.2 STEEL WINDOWS/ VENTS


(a) Steel/ windows/ vents shall conform to sample kept in CE/ GE‟s office and shall be obtained from any
of the approved firm/ manufactures specified in clause 10.11.4 here-in-after. Tenderer to note that only flush
butt-welding shall be permitted for fabrication. Fixing of steel windows/ vents shall be done in accordance
with IS-1081. However instead of mastic filling specified in IS, cement and sand mortar (1:1) mixed with 5%
crude oil by weight of cement shall be used. Subdividing bars of the units shall be tenonned and riveted to
the frames. Lugs to steel windows/ vents shall be provided as shown in drawings and as specified in IS.
However, no lugs will be provided in lintels. The number of lugs per windows/vent shall be provided as
shown on drawings.

(b) In the event of deviation the pricing shall be done at the applicable rates for MS steel windows „z‟
section only in MES SSR subject to deviation percentage applicable to Schedule „A‟.

(c) Side hung shutters shall be provided with steel hinges as shown on drawings. Hardware fittings/ iron
mongry for steel windows/ vents shall be provided as shown in drawings or in relevant IS and as directed by
GE.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 139

PARTICULAR SPECIFICATIONS CONTD…

10.10.3 Samples for each type of windows/ vents with complete fittings shall be produced for approval of the GE.
Manufacturer‟s certificate to the effect that their product conform to IS specification shall be produced by the
contractor at the time of submitting samples for approval before procurement of bulk quantity of the materials
for incorporation in the work. Samples shall be retained in the sample room of the GE until completion of the
work. However the contractor shall produce manufacturer‟s certificate for entire quantity as specified above.
10.10.4 Steel windows/ vents shall be procured from any of the manufacturers specified in appendix „E‟ to these
particular specifications after the samples have been approved by the GE.
10.10A UPVC WINDOWS/ VENTS: Wherever UPVC windows as mentioned on the drawings shall be provided as per
details given in drawings and shall be procured from manufacturers given in Appendix ‗E‘. All fittings shall be
provided as per manufacturer‟s instructions.

10.11 STEEL ROLLING SHUTTER: Steel rolling shutter, wherever indicated in drawings shall be provided as per
clause 10.23 of MES Schedule Part-I. These shall be self-coiling type (push-pull manual type ) with or
without ball bearing/Gear operated type shutters(mechanical type) depending upon the clear area as stipulated
in clause 10.23.1 of SSR Part I .The thickness of curtain lath shall be of 1.25mm. The rolling shutter shall
conforming to requirement of IS-6248 and shall be obtained from the manufacture/factory as approved in
writing by the GE. Rolling Shutters shall be painted with two coats of synthetic enamel paint over a coat of red
oxide zinc chrome primer.
10.12 STEEL DOOR:- Steel door where shown on drawings shall be fabricated as per details given in the drawing
No CESZ/TD-1012/2011 sheet 1/1. The size of door unless otherwise not shown on drawing shall be 1200mm
x 1200mm and thickness of MS sheet shall be 2 mm. All iron and steel work shall be given two coats of
synthetic enamel paint over a coat of red oxide primer.
10.13 GALVALUME SHEETS, PITCHED ROOFING & TRUSS
10.13.1 GENERAL: Various component of the steel structure such as steel trusses in roof where shown on drawings
shall be fabricated, assembled and erected carefully by the contractor. The centerline dimensions shall be
strictly achieved.
10.13.2 TRUSS:
10.13.2.1 MS angle iron/channel/pipes etc. and other steel members in rafters, purlins and false rafter shall be all as
shown on drawings. If thickness of gusset plate not indicated on drawings, it shall be 10 mm thick. Base
plate/sole plate and anchor plates etc shall be provided as indicated. Holding down bolts shall be made to
shape and size as shown. Purlins & wind ties shall be provided as per drawings.
10.13.2.2 Electrodes for welding shall be as per Clause-10.8 of SSR Part-I.
10.13.2.3 Workmanship of structural steel work shall be as per Clause-10.9 of SSR Part-I.
10.13.2.4 Assembly of structural members shall be done as per Clause-10.12 of SSR Part-I.
10.13.2.5 Welding work including testing shall be carried out as per Clause-10.15 of SSR Part-I.
10.13.2.6 Erection of structural members shall be done as per Clause-10.16 of SSR Part-I.

10.13.3 GALVALUME SHEETS :


10.13.3.1 Irrespective of whatever is shown on drgs, pitched roof shall be galvalume sheet.
10.13.3.2 Galvalume sheet shall be 0.50mm thick (total coated thickness) of profile and colour as approved by GE,
550Mpa minimum yield strength. It shall be coated with hot dip alloy of 55% Aluminium, 43.5% Zinc, 1.5%
Silicon and finished with resin coat on both surfaces @ 150 gm/Sqm of coating (total both surfaces) and shall
be fixed using hot dip galvanized, self-drilling and self-tapping screws neoprene and EPDM washers.
Penetrations and laps in sheet shall be sealed by using proper sealant profile. HDPE fillers shall be provided
wherever required to close voids between sheets, sheet & fasteners etc.
10.13.3.3 The sheeting shall be fixed with side lap and end lap as recommended by manufacturer.
10.13.3.4 Ridges and hips shall be covered with Galvalume sheets of 0.50mm thickness. These shall be fixed to roof
as per manufacturer instructions and standard Engineering practice.
10.13.3.5 The roof sheet lengths shown on drawings are tentative but the number or purlins as shown on the drawings
are firm. Any variation in number of purlins shown in drawings shall be regularised through deviation order.
10.13.3.6 The entire fixing process of Galvalume sheets shall be executed through a specialist agency identified by the
supplier and as approved by GE.
10.13.3.7 Make shall be as per Group 1 of Appendix ‗E‘ attached.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 140

PARTICULAR SPECIFICATIONS CONTD…

10.13.3.8 The contractor shall submit the original manufacturer‟s test certificate in connection with chemical
composition of the steel, tensile/yield strength of steel sheet, corrosion resistance (salt spray) test,
dimensional (thickness of both base metal and coating), coating adhesion (180 degree bend test) etc and
also submit manufacturer‟s guarantee certificate of product confirmation of standard. GE shall also carry out
independent test as per the test mentioned above from random samples through Govt approved
laboratories/command/zonal laboratories. The cost of testing, transportation of materials etc shall be borne
by the contractor irrespective of the results of testing and no extra claim whatsoever shall be admissible.

10.13.3.9 EAVES BOARD: Eaves board shall be provided of MS Sheet 1.40mm thick and 300mm wide fixed with
angle iron frame 30x30x4mm in lieu of wooden eaves board irrespective of shown on drawings. Exposed
surfaces of eaves board shall be painted with two coats of synthetic enamel paint over a coat of primer.
Rear/hidden surfaces of eaves board shall be treated with one coat of red oxide primer.
10.14 SPOUTS: Spouts shall be provided at locations where indicated in drawings. The type and dia of spouts if
not indicated in drawings, the same shall be galvanised steel pipe light grade 50mm bore respectively.
Where length of spouts are not indicated, it shall be taken as passing through one brick wall and projecting
15cm beyond face of the wall. In case less length is provided as per site requirement, adjustment shall be
made through deviation order.
11. CEILING:
11.1 E-BOARD CEILING WITH ALUMINIUM FRAME WORK:
E-Board ceiling at location where shown on drawing No CESZ/TD-1050/2011 Sheet 1/1/ Schedule of Finishes
shall be provided with 6mm thick E-board (Reinforced multipurpose board) manufactured by
„Everest/Bison/Ramco‟ of size 605mmx605mm. Aluminium framework shall be of the same manufacturer and
shall be fixed as per details shown in drawing and as per manufacturer‟s instructions. Suspension hanger shall
be of 4mm dia GI wire with adjustment screw. GI hold down clips shall be used. E-board shall be finished as per
Schedule after installing it on aluminium frame work. If finishes not specified then it shall be two coats of oil
bound distemper.
11.2 GYPSUM BOARD CEILING WITH GI FRAME WORK:
Gypsum board false ceiling at locations where shown on drawings shall be provided with 08 mm thick Gypsum
board plain over powder coated GI grid frame of size 600mmx600mm (with GI frame work) of the same
manufacturer and shall be fixed as per details shown in drawing and as per manufacturer‟s instructions. Gypsum
board false ceiling shall be got executed through manufacturer‟s rep or their authorized dealers only.
Irrespective of what is indicated on Schedule of Finishes, Gypsum boards shall be finished with two
coats of oil bound distemper after installing it on to the GI frame work.

11.3 FAN HOOK :- Fan hook where indicated shall be provided as per detail shown on respective TD drawings.

11.4 PVC WEATHER BOARD:- PVC weather board shall be of 6 mm thick PVC board with hollow section and fixed
with aluminium grid of size 600mm x 600mm of shape as specified and directed by GE and Engineer-in-Charge.
12. FLOORING GENERAL:-
12.1 General:
12.1.1 Ordinary portland cement as specified in clause 3.1 here-in-before shall be used for all flooring.
12.1.2 Provisions contained in clauses 13.25, 13.27, 13.32 & 13.38 of MES Schedule (Part-I) are to be adopted for
laying floors and pavements.
12.1.3 Floors shall be laid to levels or to falls as shown on drgs and as directed by the Engineer-in-Charge.
12.1.4 Floor finish shall be extended over dwarf walls, doors and other openings.
12.1.5 Floor topping of cast-in-situ cement concrete shall be finished even and smooth without using extra cement as
specified in clause 13.32.8 of MES Schedule Part-I.
12.1.6 Cast-in-situ terrazzo shall be in grey cement (OPC) without pigment unless otherwise indicated. In location
where terrazzo with white cement has been indicated, it shall be casted with white cement and pigment. White
cement shall be Birla/L&T/JK Cement.
12.1.7 Marble aggregate (Chips) shall be of size 6mm to 12mm for terrazzo floors. The colour of marble chips shall
be as shown on drawings or as approved by GE, when not indicated in drawings.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 141

PARTICULAR SPECIFICATIONS CONTD…

12.1.8 Surfaces finished in terrazzo shall be grinded and wax polished as specified in clause 13.38.6 to 13.38.8 of
MES Schedule Part-I. The grinding by hand may be allowed in WC/Bath, if grinding by machine is not feasible
in such situations. These situations are in Addition to those as specified in clause 13.38.6 of MES Schedule
Part-I.
12.1.9 The dividing line between the floors of different types wherever met between rooms, shall be determined on
the basis of the finish visible when the doors are closed and the applicable finish shall accordingly be provided.
12.1.10 Floor finish over RCC slabs shall be laid all as specified in clause 13.32.5 of MES Sch Part-I.
121.1.11 Sub base shall not be laid in panels.
12.1.12 Under layer and topping layers of cast-in-situ terrazzo floors and topping layer of cement floors shall be laid in
panels conforming to pattern indicated in drawings or as directed by Engineer-in-Charge. Length and width of
panel shall not exceed 1.2 metre and length to width ratio not exc. 1.5 times. Not more than 3 dividing strips
shall be meeting at any point. Dividing strip shall be of plain glass having width 2mm less than of the thickness
of floor topping and 4mm thick. Dividing strips shall be finished smooth with the top surface of floor. However,
where different floor levels indicated to be provided, dividing strips shall not be provided and flooring at junction
shall be provided in the shape of fillet. The glass dividing strips shall not be provided in floors having thickness
of top layer more than 50mm. No price adjustment shall be made if form work is not used in making bays and
glass-dividing strip are used in lieu thereof.
12.1.13 Glass dividing strips
(a) PCC floor topping shall be laid in bays/ panels not exceeding 1.2m x 1.2m or part thereof. Glass
dividing strips shall be 4mm thick and of required width as per thickness of floor toping and shall
be provided in all floors whether shown on drawing or not, except garages, aprons, sheds.
(b) Bays shall be so formed that not more than 3 strips meet at one point i.e. only „T‟ junction is formed.
(c) Use of all temporary fillets/ side forms shall be dispensed with where glass dividing strips are used.
No price adjustment will be made on account of nonuse of the temporary fillets/ side forms etc.
(d) Where sunken floor is provided, plastic strips 2.5mm thick and 40mm deep shall be provided at the
edge of sunken portion.
12.2 TYPE AND COMPOSITION OF FLOORS:
12.2.1 The flooring for all buildings shall be provided as shown on drawings / Schedule of Finishes and specified
hereinafter. In case of mismatch between type of flooring and skirting/dado in a particular location, the type of
flooring shall remain firm and skirting/dado to match the flooring shall be provided by the contractor and its cost
is deemed to be included in the quoted rates.

12.2.2.1 PCC FLOORING:


Wherever PCC flooring is indicated in the Drawing of Schedule of Finishes shall be as under:-

(a) 40mm thick PCC (1:2:4) type B-1 (using 20mm graded crushed stone aggregates) finished even and
smooth with using extra cement laid in panels, using 4mm thick glass dividing strips over 75mm thick
PCC (1:4:8) type D-2, (using 40mm graded crushed stone aggregates) over rammed earth filling in
ground floor for locations other than garages.
(b) 40mm thick PCC (1:2:4) type B-1 (using 20mm graded crushed stone aggregates) finished even and
smooth with using extra cement laid in panels, using 4mm thick glass dividing strips over RCC slabs
using cement slurry @ 3 KG/Sqm on first floor and subsequent floors in buildings
(c) 100mm thick PCC (1:2:4) type B-2 (using 40mm graded crushed stone aggregates) finished even and
smooth without using extra cement laid in alternate bays, using 4mm thick glass dividing strips over
150mm thick PCC (1:4:8) type D-2, (using 40mm graded crushed stone aggregates) over rammed
earth filling in ground floor for garages.

12.2.2.2 Blank
12.2.2.3 Blank

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 142

PARTICULAR SPECIFICATIONS CONTD…

12.2.2.4 NON SKID CERAMIC TILE FLOORING:-


Wherever non-skid ceramic tiles flooring is indicated in the Drawing of Schedule of Finishes shall be as
under:-
Ground Coloured/ Pattern premium quality superior finished Non-Skid ceramic tiles of size 400 mm
Floor x 400 mm x 7-8 mm thick or 600mm x 600mm x 7-8mm thick (as shown on drawings) with
rectified edges and Make/Brand as specified in Appendix ‗E‘ conforming to IS 15622-
2006/ISO-3006 shall be laid over on 15 mm thick screed bed in cement mortar (1:4) over 25
mm thick PCC (1:2:4) type B-0 (using 12.5 mm graded crushed stone aggregate), over 75
mm thick PCC 1:4:8 type D-2 (using 40 mm graded crushed stone aggregate) over well
rammed earth.
First and Coloured/ Pattern premium quality superior finished Non-Skid ceramic tiles of size 400 mm
subsequent x 400 mm x 7-8 mm thick or 600mm x 600mm x 7-8mm thick (as shown on drawings) with
Floors rectified edges and Make/Brand as specified in Appendix ‗E‘ conforming to IS 15622-
except 2006/ISO-3006 shall be laid over on 15 mm thick screed bed in cement mortar (1:4) using
sunken
floors
neat cement slurry @ 3 Kg/Sqm.

First and Coloured/ Pattern premium quality superior finished Non-Skid ceramic tiles of size 400 mm
subsequent x 400 mm x 7-8 mm thick (as shown on drawings) with rectified edges and Make/Brand as
Flooring specified in Appendix ‗E‘ conforming to IS 15622-2006/ISO-3006 shall be laid over on 15
for sunken mm thick screed bed in cement mortar (1:4) over 25 mm thick PCC (1:2:4) type B-0 (using
floors only
12.5 mm graded crushed stone aggregate) over 75 mm thick PCC (1:4:8) type D-2 (using
40 mm graded crushed stone aggregate) using neat cement slurry @ 3 Kg/Sqm.

12.2.2.5 MATT SUPERIOR FINISH CERAMIC TILE FLOORING :-


Wherever Superior finish ceramic tile flooring is indicated in the Drawing of Schedule of Finishes shall be as
under:-
Ground Coloured/ Pattern premium quality superior matt finish ceramic tiles of size 400 mm x 400
Floor mm x 7-8 mm thick or 600mm x 600mm x 7-8mm thick (as shown on drawings) with rectified
edges and Make/Brand as specified in Appendix ‗E‘ conforming to IS 15622-2006/ISO-3006
shall be laid over on 15 mm thick screed bed in cement mortar (1:4) over 25 mm thick PCC
(1:2:4) type B-0 (using 12.5 mm graded crushed stone aggregate), over 75 mm thick PCC
1:4:8 type D-2 (using 40 mm graded crushed stone aggregate) over well rammed earth.
First and Coloured/ Pattern premium quality superior matt finish ceramic tiles of size 400 mm x 400
subsequent mm x 7-8 mm thick or 600mm x 600mm x 7-8mm thick (as shown on drawings) with rectified
Floors edges and Make/Brand as specified in Appendix ‗E‘ conforming to IS 15622-2006/ISO-3006
shall be laid over on 15 mm thick screed bed in cement mortar (1:4) using neat cement slurry
@ 3 Kg/Sqm.

12.2.2.6 VITRIFIED TILE FLOORING:


Wherever Vitrified tile flooring is indicated in the Drawing of Schedule of Finishes shall be as under:-
st
Ground Coloured/ Pattern Vitrified tiles (Ultra Charged) of Premium 1 quality confirming to
Floor ISO:13006 of size 600 mm x 600 mm x 9-10 mm thick shall be laid over 15 mm thick
screed bed layer in cement mortar (1:4), using neat cement slurry @ 3 Kg/Sqm, jointed and
pointed in white/colour cement over 25 mm thick PCC (1:2:4) type B-0 (using 12.5mm
graded stone aggregate) using cement slurry @ 3 Kg/Sqm over sub base of 75mm thick
PCC (1:4:8) type D-2 (using 40mm graded crushed stone aggregate) over well rammed
earth.
st
First and Coloured/ Pattern Vitrified tiles (Ultra Charged) of Premium 1 quality confirming to ISO :
subsequent 13006 of size 600 mm x 600 mm x 9-10 mm thick shall be laid over 15 mm thick screed
Floors bed layer in cement mortar (1:4) using neat cement slurry @ 3Kg/Sqm over RCC Slab.
Note:- Border pattern wherever indicated on drawing shall be approved by GE.

Note for PS Clause No 12.2.2.4 to 12.2.2.6 here in below :-


The colour and pattern of tiles shall be as approved by GE.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 143

PARTICULAR SPECIFICATIONS CONTD…

12.2.2.7 MIRROR POLISHED KOTA STONE FLOORING :-


Wherever mirror polished Kota stone flooring is indicated in the Drawing of Schedule of Finishes shall be as
under:-
Ground 20 to 25mm thick Kota stone slabs (Machine cut) of premium best quality as approved by
Floor GE, jointed with grey cement slurry, with pigment to match the shade of the slab shall be
provided over 15 mm thick bedding layer of cement mortar (1:3) using neat cement slurry
@ 3 Kg/Sqm over sub base of 75mm thick PCC (1:4:8) type D-2 (40mm graded crushed
stone aggregate) over well rammed earth. The floor shall be grinded and polished to
mirror finish all as specified in MES schedule Part-I.
First and 20 to 25 mm thick Kota stone slabs (Machine cut) of premium best quality as approved by
subsequent GE shall be jointed with grey cement slurry, with pigment to match the shade of the slab
Floors shall be provided over 15 mm thick bedding layer of cement mortar (1:3) using neat
cement slurry @ 3 Kg/Sqm over RCC slab. The floor shall be grinded and polished to
mirror finish all as specified in MES schedule Part-I.
Note:- Border pattern of width not less that 100 mm of white Marble Stone in Kota Stone flooring
wherever indicated in drawing shall be provided of same thickness of Kota stone .

12.2.2.8 MARBLE FLOORING :-


Marble flooring shall be as under if not otherwise indicated in drawing:-
Ground White marble of size not less than 600mm x 600mm x 18mm to 20mm thick of best
Floor quality as approved by GE, jointed and pointed in white cement over 20 mm thick screed
bed layer of cement mortar (1:3) using neat cement slurry @ 4 Kg/Sqm over sub base of
75mm thick PCC (1:4:8) type D-2 (40mm graded crushed stone aggregate) over well
rammed earth. The floor shall be grinded and polished to mirror finish all as specified in
MES schedule Part-I.
First and White marble of size not less than 600mm x 600mm x 18mm to 20mm thick of best
subsequent quality as approved by GE, jointed and pointed in white cement over 20 mm thick screed
Floors bed layer of cement mortar (1:3) using neat cement slurry @ 4 Kg/Sqm over RCC slab
using cement slurry @ 3 Kg/Sqm . The floor shall be grinded and polished to mirror finish
all as specified in MES schedule Part-I.

Note for PS Clause No 12.2.2.7 and 12.2.2.8 here in below :-


The colour and pattern of tiles shall be as approved by GE.

12.2.2.9 HEAVY DUTY CERAMIC MATT FINISH TILES :-


Heavy Duty Ceramic Matt Finish tiles of 400mm x 400mm and thickness not less than 12mm shall be provided
as shown on drawings / Schedule of Finishes of premium best quality as approved by GE, over 20 mm thick
screed bed layer of cement mortar (1:4) over 25 mm thick PCC (1:2:4) type B-0 (using 12.5mm graded stone
aggregate) over 75mm thick PCC (1:4:8) type D-2 (using 40mm graded crushed stone aggregate) over well
rammed earth.

12.2.2.10 GRANITE FLOORING :-


Granite flooring shall be as under if not otherwise indicated in drawing:-
Ground 18 to 20mm thick best quality polished granite as approved by GE, jointed and pointed in
Floor white/colour cement over 20 mm thick screed bed layer of cement mortar (1:3) using
cement slurry @ 4 Kg/Sqm over sub base of 75mm thick PCC (1:4:8) type D-2 (40mm
graded crushed stone aggregate) over well rammed earth.
First and 18 to 20mm thick best quality polished granite as approved by GE, jointed and pointed in
subsequent white/colour cement over 20 mm thick screed bed layer of cement mortar (1:3) using
Floors cement slurry @ 4 Kg/Sqm over RCC Slab using cement slurry @ 3 Kg/Sqm
Note :- RCC shelf / counter / kitchen counter / pan wash counter shall be provided with 18mm thick
black granite irrespective of what ever shown in drawings.

12.3 STEPS:-
(a) STEPS OF BUILDINGS : Unless otherwise shown on drawings of Schedule of Finishes, Steps (treads)
shall be provided with 20-25mm thick machine cut pre polished Kota stone (as shown in drawing) topping over
20mm thick CM 1:3 bedding layer using @ 3 Kg/Sqm of cement slurry. Stone slab shall be provided in single
piece without any joint. All exposed edges shall be round/bull nosed to a minimum radius of 5mm and two
parallel grooves ten by ten (10mm x 10mm) immediately behind the nosing shall be provided to avoid skidding.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 144

PARTICULAR SPECIFICATIONS CONTD…

(b) STEPS OF STAIRS : Unless otherwise shown on drawings of Schedule of Finishes, Steps (treads) shall be
provided with 20-25mm thick machine cut pre polished Kota stone (as shown in drawing) topping over 20mm
thick CM 1:4 bedding layer using @ 3 Kg/Sqm of cement slurry. Stone slab shall be provided in single piece
without any joint. All exposed edges shall be round/bull nosed to a minimum radius of 5mm and two parallel
grooves ten by ten (10mm x 10mm) immediately behind the nosing shall be provided.

(c) Unless otherwise shown on drawings of Schedule of Finishes, RISER shall be finished with 12 to 15mm thick
machine cut pre polished Kota stone. The shade of the tiles shall be same as of tread. Tiles shall be set in neat
cement paste over 10 mm thick rendering in CM (1:3) and jointed in the cement paste of the same shade.
Grinding and polishing shall be done as specified for floor but by hand.

2.4 LAMINATED FLOORING:-


12.4.1 Laminated flooring (wood finish) wherever shown in drawings shall be provided as per Schedule of Finishes
and of make as approved by Accepting Officer. The fixing of laminated flooring (wood finish) shall be got
executed through Specialist Agency of the concerned manufacturer only. Any other material required for fixing
of laminate flooring shall be deemed to be included in the quoted rates and nothing extra shall be admissible
on this account. Specification shall be as under:-

Ground 8 mm thick HDF laminated flooring (wood finish) with click / tongue and grooves
Floor connecting system over 30 mm thick PCC (1:2:4) type B-0 (using 12.5mm graded stone
aggregate) using cement slurry @ 3 Kg/Sqm over sub base of 75mm thick PCC (1:4:8)
type D-2 (using 40mm graded crushed stone aggregate) over well rammed earth. Colour
and shade shall be as approved by GE.
First Floors. 8 mm thick HDF laminated flooring (wood finish) with click / tongue and grooves
connecting system over 30 mm thick PCC (1:2:4) type B-0 (using 12.5mm graded stone
aggregate) using cement slurry @ 3 Kg/Sqm over RCC slab. Colour and shade shall be
as approved by GE.

12.5 RAMP :
Unless otherwise indicated in drawing of Schedule of Finishes, the flooring of ramp shall be provided with PCC
(1:2:4) type B2 of thickness as shown in drawings (in case thickness not shown same shall be 100mm thick)
with chequered finish over 150mm thick PCC (1:4:8) type D2 over well rammed earth.

13. PLASTERING, POINTING & SKIRTING/DADO


13.1 GENERAL :
13.1.1 Plaster and skirting/dado shall be returned in jambs, soffits of lintels and windows etc.
13.1.2 Where plaster on concrete surface is shown to match the adjacent wall surface, the mix of plaster shall be
same as for the wall surfaces.
13.1.3 All plastered surfaces shall be trowelled to even and smooth surfaces without using extra cement.
13.1.4 All external finishes shall be carried out up to 15cm below ground level except where plinth protection etc is
provided.
13.1.5 Thickness of cement plaster mentioned in Sch of finishes shall be finished thickness exclusive of dubbing.
Dubbing may, however, be done in one operation with plaster and no separate payment for dubbing shall be
admissible.
13.1.6 All corners, angles, junctions shall be truly vertical or horizontal as the case may be and shall be carefully
finished. Corners around joints openings and junction of walls shall be rounded to minimum radius of 5mm.
13.1.7 Contractor‟s attention is invited to local practices and the local availability of materials like bricks etc, and
caters for any extra dubbing required for touching up properly and for smooth and even surfaces. This shall be
deemed to have been included in the lump sum or the item rate quoted for plasterwork, as applicable.

13.1.8 JUNCTION OF RCC WORK AND BRICK WORK:- No groove shall be provided on internal and external
surfaces of building. Chicken wire mesh 150mm wide (75mm on both sides of junction) of size 0.71mm dia
wire with size of mesh 25mm shall be provided with tinned tacks/Black shoe nails at junction of masonry and
RCC slab/Columns/Lintels/Beams etc on untreated internal and external surfaces of building and then
plastered as specified.

13.2. MATERIALS :
13.2.1 CEMENT - Refer clause 3.2 herein before.
13.2.2 SAND - It shall be as per clause 14.5.2 of SSR Part-1.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 145

PARTICULAR SPECIFICATIONS CONTD…

13.3. CEMENT PLASTERING:


13.3.1 All internal surfaces of walls of buildings covered under Sch „A‟ Part-I, except unless otherwise
indicated/specified on Drgs of Schedule of Finishes, shall be plastered in cement mortar (1:6) over dubbing
coat where required all as specified in clause 14.17 of MES Schedule (Part -1). The thickness of internal
plaster exclusive of dubbing shall be 10mm unless otherwise shown on drawings.
13.3.2. All external surfaces of walls, unless otherwise indicated in drawing of Schedule of Finishes , shall be plastered
in two layers with first layer 10mm thick plaster in cement and sand mortar (1:6) and second layer 5 mm thick
plaster in cement and sand mortar (1:4) mixed with integral (liquid) water proofing admixture. Mixing of water
proofing admixture shall be as per manufacturer instruction.

13.3.3 ROUGH CAST PLASTER:


Wherever shown on drawings, rough cast plaster shall be provided as per clause 14.22 of SSR Part-I. Under
coat for rough cast plaster shall be in cement mortar (1:4), 10mm thick.

13.4 CEMENT SKIRTING:-


Where cement skirting is indicated in drawings/schedule of finishes, the same shall be 5mm thick setting coat
in cement mortar (1:3) over 10mm thick rendering in CM (1:4) as specified hereinbefore. Where cement
skirting is to be provided, plastered surfaces shall be scored to provide key for topping layer. Cement skirting
shall be finished even and smooth with steel trowel using extra cement. Height of skirting, where not shown on
drawings shall be 10 cm.

13.5 PRE POLISHED MIRROR FINISH KOTA STONE SKIRTING:-


The kota stone tiles in skirting shall be 12 to 15mm thick. Tiles shall be set in neat cement paste over 10 mm
thick rendering in CM (1:3) and jointed in the cement paste of the same shade. Grinding and polishing shall be
done as specified for floor but by hand.

13.6 MACHINE CUT MIRROR FINISH KOTA STONE SKIRTING:-


It shall be 15 to 18mm thick. The shade of the tiles shall be same as of floors. Tiles shall be set in neat cement
paste over 10 mm thick rendering in CM (1:3) and jointed in the cement paste of the same shade. Grinding and
polishing shall be done as specified for floor but by hand.

13.7 CERAMIC TILES SKIRTING:-


It shall be colour/pattern premium quality superior finish of size 600 x 100 x 10mm over 10 mm thick rendering
in CM (1:3) and jointed and pointed in colour cement.

13.8 VITRIFIED TILES SKIRTING:-


Vitrified tile skirting colour/pattern premium quality of size 600mm x 100mm and thickness 10mm skirting over
10 mm thick rendering in CM (1:3) and jointed and pointed in colour cement.

13.9 BLANK

13.10 GLAZED CERAMIC TILES DADO:-


Wherever glazed ceramic tiles dado is shown on drawings it shall be provided with glazed ceramic tiles of size
450 x 300 x 7mm over 10 mm thick rendering in CM (1:3) and jointed and pointed in colour cement.

13.11 HEIGHT OF SKIRTING AND DADO


If not otherwise indicated in drawings, height of skirting and dado shall be as under:-

(a) Skirting in all location (except precast terrazzo tiles) : 100 mm

(b) Dado in Toilets and kitchens : 2100 mm

13.12 POINTING:-
Where pointing is indicated in drawing, it shall be keyed pointing in cement mortar 1:3 as per clause14.29 of
MES Schedule Part-I.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 146

PARTICULAR SPECIFICATIONS CONTD…

14 WHITE WASH/ COLOUR WASH /OIL BOUND DISTEMPER/ CEMENT BASE PAINT
14.1 WHITE WASHING / COLOUR WASHING
White wash / colour wash shall be provided where shown on drawings. All lime wash shall be done in 3 coats.
The colour wash shall consist of 2 coats of colour wash over one coat of white lime wash. Where the finish on
plastered surfaces is not indicated in schedule of finishes it shall be (colour wash as specified above).
However, soffit of rooms shall be provided with 3 coats of white (lime) wash. Lime wash shall be carried out all
as specified in 15.2 & 15.11 & 15.12 of SSR Part-I. To achieve better finish of white wash zinc oxide shall be
mixed with lime wash at the rate of 2 percent of slacked lime. In final coat of white wash fevicol DDL shall be
mixed as per manufacturer‟s instructions. No ultramarine blue shall be mixed in any coat. However, sodium
chloride, as specified in clause 15.12.3 of SSR part I shall be mixed in first and second coats. Irrespective of
what is shown on drawings, plastered surfaces inside the cupboards shall be given 2 coats of oil bound
distemper white shade over a coat of primer, after preparation of surfaces.

14.2 OIL BOUND DISTEMPER (WASHABLE DISTEMPER)


14.2.1 Oil bound distemper, wherever indicated in drawings shall be provided with two coats of oil bound distemper
over one coats of cement primer conforming to IS: 428 -2000 over minimum 1 mm thick wall putty (wherever
shown on drawing) & shall be provided over prepared surface. All cracks, voids and minor damages shall be
patched/repaired with white cement putty or with plaster of Paris and surface shall be prepared with white
cement based putty all as specified in clause 15.19 of SSR Part-I.

14.3. CEMENT BASE PAINT


Cement base paint wherever indicated in drawings shall be provided in two coats over a coat of alkali resistant
priming paint, all as specified in clause 15.7 and 15.15 of MES Schedule Part- I. Shade shall be approved by
GE. Cement base paint shall conform to IS-5410-1992.

15 GLAZING
15.1 All glazing shall be with sheet glass of ordinary quality and shall conform to IS -2835. Glass shall be free from
all defects viz bubbles, waviness etc. and shall be of uniform thickness.
15.2 In case not shown on drgs or mentioned elsewhere glazing to windows/doors shall be with 5mm thick sheet
glass. Glass used shall be plain sheet glass except in baths/WC/Toilets/Lav/JC as applicable where it shall be
pinhead glass.
15.3 The glazing to steel frames, where shown on drgs, shall be fixed with special spring glazing clips with putty and
glazing to wooden joinery shall be fixed with wooden beading with putty all as specified in clauses 16.5 to
16.10.2 of MES Schedule Part-I.
15.4 Glass shall be fixed to Aluminium windows /vents with aluminium snap beading alongwith PVC/neoprene
gasket.

16. PAINTING:
16.1 GENERAL
16.1.1 All synthetic enamel paints and emulsion paints shall be of 1st quality manufactured by the standard firm.
Approved brands of paints are given in relevant appendix attached to these Particular Specifications.
16.1.2 The contractor shall inform the GE, within three weeks of the acceptance of the tender, the brand/ names of
the manufacturers of paint proposed to be used in the work and submit samples thereof to GE before their use
in work and obtain prior approval of GE.
16.1.3 The contractor shall, when required by the GE, produce certificate from the manufacturer or their authorised
agents to establish that the brand of paints purchased by the contractor from them satisfy the requirements of
the relevant IS.
16.1.4 Paints for priming coat, under coat and finishing coat shall be of the same brand.
16.1.5 Tint of paint, if not mentioned in drgs/schedule of finishes, shall be as approved by the GE.
16.1.6 Primer on wooden surface:- Pink primer shall be used on wooden surface.
16.1.7 Primer on steel surface:- Red oxide primer shall be used on steel surface.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 147

PARTICULAR SPECIFICATIONS CONTD…

16.2 WORKMANSHIP:
16.2.1 All surfaces required to be painted shall be smoothened size and knotted and then applied with priming coat,
stopping and filling [filler coat] shall be done after priming coat and surface rubbed down to a level and smooth
surface and thereafter under coat and finishing coat shall be applied all as specified in clause 17.6 of MES
Schedule Part-I. Steel and iron work shall be painted in the manner as specified in clause 17.8 of MES
Schedule Part-I.

16.2.2 All steel and wooden surfaces including wooden based surfaces such as plywood, particle board etc shall be
given two coats [under coat and finishing coat] of synthetic enamel paint as indicated in schedule of finishes
over a coat of primer.

16.2.3 The surfaces indicated in schedule of finishes to be aluminium painted shall be given two coats of aluminium
paint conforming to IS-2339 over a coat of appropriate primer.

16.2.4 No treatment shall be given to reinforcement and galvanised fittings such as wire cloth, GI tubing for hand rails,
aluminium sheet lining to doors builders hardware fittings, pre laminated particle boards.

16.2.5 All other steel and wooden surfaces including wooden based surfaces except pre laminated surfaces exposed
to view but not covered in schedule of finishes or their finishing is not specifically indicated in any other
drawings or specified elsewhere shall be given two coats of synthetic enamel paint over a coat of red oxide
primer on steel and pink primer on wood of tint as directed by the GE. However, all hidden structural steel
surfaces above ceiling shall be treated with two coat of red oxide primer.

16.2.6 Bottom of door shutter shall be given one coat of primer only.

16.3 CEMENT SLURRY : Portions of MS bolts, lugs, anchor bolts etc. embedded in concrete or masonry shall be
treated with neat cement slurry.

16.4 TARRING: The back of wooden/steel chowkhats in contact with stone/PCC block masonry/plaster etc. shall be
given two coats of tar. Hold fast shall be given two coats of tar and sanded.

16.5 FRENCH POLISH : French polish, where indicated on drgs or mentioned elsewhere in tender document shall
be all as specified in clause 17.7.4 of MES Schedule Part-I.

16.6 ALUMINIUM PAINT: Aluminium paint, where indicated on Drgs, shall be provided in two coats (under coat and
finishing coat) over a coat of primer.

16.7 NUMBERING. Numbering of building/block (at both ends) shall be provided by the contractor by engraving
and painting as per the format and as per the details shown in drawing in cement and sand mortar (1:3) plate.

16.8 WALL PAINTING WITH ACRYLIC EMULSION PAINT


st
16.8.1 The Acrylic emulsion paint shall be of manufacturer as given in Appendix „E‟ and of premium 1 quality. The
paint shall be 100% Acrylic and semi Acrylic paint shall not be used in the work.

16.8.2 The surface to be applied with Acrylic emulsion paint shall be cleaned to remove loose dirt or dust, lichen,
algae, fungi or any organic growth by use of stiff brush. Then the surface shall be washed well and allow water
to dry. All cracks, voids and minor damages shall be patched/repaired with white cement putty or with plaster
of paris and surface shall be prepared with white cement based putty all as specified in clause 15.19 of SSR
Part-I.

16.8.3 Over this prepared surface, a coat of acrylic primer shall be applied as per manufacturer‟s instructions. This
shall be allowed to dry for 4 to 6 hours before application of wall care putty.

16.8.4 Over the coat of primer a layer of 1mm wall care putty (wherever shown on drawing) shall be applied. This
shall be allowed to dry for a period of 4-6 hrs before application of acrylic emulsion paint.

16.8.5 Acrylic paint shall be applied in at least two coats as per manufacturer instructions. The Acrylic paint shall be
prepared as per manufacturer‟s instructions by adding water in proportions as suggested. No other thinner
shall be used. Paint shall be applied with brushes or roller and shall be allowed to dry for 4 to 6 hours between
subsequent coat. It should be noted that paint shall not be applied when ambient temperature is less than
10C.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 148

PARTICULAR SPECIFICATIONS CONTD…

17. BUILT IN FURNITURE, SUNDRY AND MISCELLANEOUS ITEMS OF BUILDINGS COVERED UNDER
SCHEDULE ‗A‘
Cost of the following built in furniture such as cup boards, safe chest, steel shelves, notice/ display boards,
locker steel and writing table with book shelf and following sundry and miscellaneous items shall be deemed to
be included in the lump sum quoted by the contractor for Schedule „A‟.
17.1 GENERAL: All fittings and fixture shown on drawings shall be provided and their cost is deemed to be included
in the lump sum cost of buildings in Schedule `A‟ Part-I.
17.2 Soap Niche: Niches shall be provided in accordance with the details as shown in the drawings. These shall be
finished with white glazed tiles same as specified here in before for dado.
17.3 Telephone Niche: This shall be provided all as shown in drawings. Wooden surfaces other than prefabricated,
shall be painted with two coats of synthetic enamel paint over a coat of primer.
17.4 Crumple Joints:
(a) Metal cradle shall be made to shape as shown in drawings. It shall be made of 0.63mm PGI sheet
class 3.
(b) Bituminous joints filler/ bituminous compound shall confirm to IS-1838 and shall be Grade „A‟.
(c) Unless otherwise shown on drawings, the gap width of crumple joint wherever shown on drawings
shall be provided as under:-
(i) Single storey building - 25mm
(ii) Double storey building - 40mm
(iii) Tripple storey building - 60mm
(iv) Four Storey building - 80mm
The overall dimension of the building with increase in width of gap shall be amended accordingly.
17.5 Pelmet boxes:
Pelmet boxes where shown on drgs shall be provided in locations and to details as shown on drawings. The box
shall be of 18 to 19mm thick pre-laminated particle board. Curtain rod shall be 19mm dia, 16 gauge wall
thickness mild steel chromium plated pipe with steel bracket chromium plated. Stiffener shall be provided as
shown on drawing @ 1.00 metre c/c to hold the curtain rod. All exposed surfaces of wooden members of pelmet
box shall be finished with French polish.
17.6 Drapery Rods:
Drapery rod where shown on drgs shall be provided of superior quality on both ends at locations all as
mentioned in the relevant drawing. However, where no specific location has been specified, it shall be provided
to all doors, windows and openings except in toilets, bath, WC, store, garage & repair bays as per typical
drawings. Drapery rods shall be of high strength aluminium rod, powder coated having thickness 40-60 micron.
Outer dia of drapery rod shall be 28mm and inner dia shall be 24mm with plastic rings made out of ABS plastic.
Bracket for fixing of drapery rods shall be of GI sheet 1.6mm thick powder coated of same finish as of drapery
rods. In case the length of drapery rods exceeds 1.80m, an additional bracket at middle of span be provided to
avoid sagging.
17.7 Venetian Blind :
The venetian blind shall be with horizontal slate made of fabric as approved of width 100mm. The venetian blind
shall allow rotation of slat by a rotating shaft in the upper head rail housing which runs through independent
geared carriers.
17.8 Plate Rack:
Plate racks shall be provided as shown on drgs. The size of plate racks shall be 900 x 750 x 250mm. The
thickness of stainless steel sheet shall be 1.00mm and grade of sheet shall be 304 AISI. The make of stainless
steel plate rack shall be as given in Appendix „E‟.
17.9 Kitchen cabinet:
Various type of kitchen cabinets where shown on drgs shall be provided as per details given therein. Frames for
nd
cabinets shall be of 2 class hard wood (hollock). Cabinet shutters shall be of 19mm thick pre-laminated particle
board exterior grade bounded with phenol formaldehyde synthetic enamel resin having one side teak faced and
other side having balancing white lamination. Shelves for cabinets shall be as shown on drg i.e. either of 19mm
thick pre-laminated particle board as above or 19mm thick polished marble stone. All edges of particle board
shall be provided with 6mm thick teak wood edging. All fittings & fixtures shall be provided as shown on drgs. All
wooden surfaces except laminated surface shall be given two coats of synthetic enamel paint over a coat of
primer.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 149

PARTICULAR SPECIFICATIONS CONTD…

17.10 Cup Boards : Where ever not shown on drgs, cup boards shall be provided in various buildings as per
details and as specified here-in-below:-
(a) Frame - Pressed steel frame as specified here-in-before. Frame shall be fixed in
masonry with mild steel hold fasts.
nd
(b) Shutters - 25mm thick 2 class hard word (hollock) with 12mm thick panel insert of
exterior grade veneered particle board BWR type commercial faced on
both sides.
(c) Shelves - RCC M-25 (design mix).
(d) Iron mongy - All iron mongries shall be of aluminium anodised except butt hinges,
which shall be of mild steel medium weight cold rolled.
(e) Finishes - All wooden & steel surfaces shall be painted with two coats of synthetic
enamel paint over a coat of primer. All masonry surfaces including RCC
shelves shall be given two coats of oil bound distemper.
17.11 Glazed Cup boards : Where ever not shown on drgs, glazed cup boards shall be provided as per details
given in drgs & as specified here-in -below:-
nd
(a) Frame - 2 class hard woods (hollock). Wooden frames shall be fixed in masonry
with mild steel hold fasts
nd
(b) Shutter - 35mm thick 2 class hard wood (hollock).
(c) Shelves - RCC M-25 (design mix)
(d) Iron mongy - All iron mongries shall be of aluminium anodised except butt hinges,
which shall be of mild steel medium weight cold rolled.
(e) Glazing - Glass for glazing shall be 5.5mm thick float glass. Glazing shall be done
as specified here-in-before.
(f) Finishes - All wooden & steel surfaces shall be painted with two coats of synthetic
enamel paint over a coat of appropriate primer. All masonry surfaces
including RCC shelves shall be given two coats of oil bound distemper.

17.12 Cup boards/ ward robes : Where ever not shown on drgs, cupboard/ ward robes shall be provided with
details shown in drgs & as specified here-in-below:-
nd
(a) Frame - 2 class hard wood (hollock).
nd
(b) Shutters - 25 mm thick 2 class hard wood (hillock) with 12mm thick panel insert
of exterior grade veneered particle board BWR type commercial faced
on both sides.
(c) Shelves - 19mm thick pre-laminated particle board one side teak faced and other
side having balancing white lamination exterior grade bonded with
phenol formaldehyde synthetic resin. All edges shall be properly
sealed with 6mm thick teak wood edging width equal to the thickness
of shelf.
(d) Iron mongry & - All iron mongries such as hasp & staple, butt hinges, holdfasts,
fittings handles and hanging rod with brackets shall be of aluminium anodised
and shall be provided with chromium plated screws. All other fittings &
fixing arrangement shall be as shown on drgs.
(e) Finishes - All wooden surfaces except pre-laminated surfaces shall be painted
with two coats of synthetic enamel paint over a coat of primer after
preparation of surfaces. All masonry/ plastered surface inside
cupboard shall be given two coats of oil bound distemper.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 150

PARTICULAR SPECIFICATIONS CONTD…

17.13 Switch Boxes & Meter Boxes:- Irrespective of what is shown on drawings, switch boxes & meter boxes of
sizes as given in drgs shall be provided in all buildings as per details given. Switch/ meter boxes shall be
fabricated out of 16 gauge mild steel sheet and fixed in wall nitch. Fittings & other items shall be as shown in
the drgs. Meter box shall be provided with 4mm thick glass of size 250 x100mm glazing. Opening for inlet &
outlet conduits shall be provided in the box. All steel surfaces shall be spray painted with two coats of
synthetic paint over a coat of red oxide primer before fixing in the wall.
17.14 Key Box:- Where shown key box shall be provided as per details given in drawings. All wood work shall be
nd nd
in 2 class hard wood (hollock). Shutters for key box shall be of 25mm thick glazed shutter of 2 class hard
wood. Glass for glazing shall be 4 mm thick. Iron mongry & other fittings such as hinges, hasp & staple,
wooden knob & hooks for keys shall be as given in drgs. All wooden surfaces shall be painted with two coats
of synthetic enamel paint over a coat of pink primer.
17.15 Blank
17.16 Blank
17.17 Prelaminated Particle board:- Prelaminated Particle board of grade BWP where ever shown on drawings
shall be of exterior grade prelaminated one side with decorative choice lamination and other side balancing
white lamination. Where both the surface are exposed, particle board shall be with both sides decorative
choice lamination.
17.18 Veneered particle board:- Veneered particle board where ever shown on drawings shall be of commercial
type and as per clause 12.14 of MES Schedule (Part-I).
17.19 Blank
17.20 Blank
17.21 Notice board: Where shown on drawings, Notice Boards shall be of Size 900 x 1500 mm made up in
aluminium alloy frame having termite proof, waterproof, non puncturable back side/ aluminium plate with
hanging arrangements, inner-side high density fibre board covered with high tear resistant velvet cloth
suitable to receive pins/ push pins for indoor use with openable glazed shutters with locking arrangement,
double key colour approved by GE. Make shall be as approved by GE.
17.22 Display board: Where shown on drawings, Display board shall be of steel framed grooved lobby board with
angular cut steel pipe stand matt black powder coated with golden letters and figures of size 18mm, 24mm,
36mm (two sets of each size), size of board 560mm x 860mm and overall dimension 1590mm (height) x
670mm (width) x 540mm depth) and colour of grooved board as approved by GE. Make shall be as approved
by GE.
17.23 Blank
17.24 Blank
17.25 Blank

17.26 Mild steel rungs : Where shown on drgs, mild steel rungs of size & shape as per drawings shall be grouted
in walls in PCC (1:3:6) type C1 block of size 30 x 23 x 15cm. All steel surfaces shall be painted with two coats
of synthetic enamel paint over a coat of primer and embedded surface shall be tarred before fixing in position.
17.27 Blank
17.28 Blank
17.29 Blank
17.30 Blank
17.31 Peg set of 3/6: Where ever shown on drawings, peg set of 3/6 shall be provided. Peg set shall be aluminium
st
anodised fixed on wooden plank of 1 class hard wood (teak) fixed to wall or door shutter. All wooden
surfaces shall be French polished.
17.32 Blank
17.33 Blank
17.34 Blank

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 151

PARTICULAR SPECIFICATIONS CONTD…

17.35 Black board:-


(a) This shall be provided all where ever as shown on drawings.
(b) Dimensions shall be 1300mm x 1300mm.
(c) Wooden frame shall be of 1st class teak wood and surfaces exposed to view French polished.
17A.1 Saucer Drain:- Saucer drain shall be where ever shown on the drawings. Mix of concrete for saucer drain
shall be as of PCC topping layer of adjoining hard standing/ apron.
17A.2 Jet connection:-15mm jet connection alongwith PVC pipe shall to be provided to each EWC/ Anglo Indian
WC and the cost is deemed to be included in the lump sum quoted for the respective buildings.

18. SANITARY APPLIANCES AND TOILET FITTINGS:


18.1 The unit rates of buildings included in Sch 'A' shall include for the entire and complete sanitary installation,
internal plumbing and drainage which comprise inter-alia the provision of all sanitary and toilet accessories,
fittings, fixtures, floor trap, gully traps, fittings and fixing accessories, soil, waste, vent, anti-syphonage pipes
and specials, ducks foot bends, etc. All the specials viz single and double branch pieces, bends, ducks foot
bends, etc., shall be provided with access door fitted with 3mm rubber washer screwed with set screws. The
outlet of 'P' trap of WC shall be jointed with connecting pipe/branch piece.
18.2 The contractor shall employ qualified and licensed plumber for supervision of installation and testing of the
sanitary fitting and plumbing. The connection shall be provided as indicated in drawings. The layout of soil,
waste, vent and anti syphonage pipes shall be marked on the walls in coloured chalk and approved by the GE
before execution of work. The unit rates of buildings given in Sch 'A' also include inter-alia the provision of the
following:-
(a) All sanitary ware, fittings, fixtures, accessories, etc., of first quality ISI marked.
(b) Plumbing and sanitation complete upto 3 mtr beyond the outer faces of walls of the building. Waste
pipe shall be provided upto and including Gully Trap and 100 mm dia (internal dia) SGSW Pipe from
Gully trap, to first manholes, anti-syphonage pipes and vent pipes including all manholes falling within
3 mtr from the bldg face.
(c) All waste pipes upto and including provision of gully traps embedded in concrete below ground level.
Waste pipe from gully traps to first manhole shall be 100mm dia.
(d) Vent pipes and anti syphonage pipes

18.3 MATERIALS, FITTINGS AND FIXING ACCESSORIES:


18.3.1 All Sanitary ware (except flushing cistern) shall be of white vitreous china best quality ISI marked of makes as
specified in Appendix „E‟. The samples of sanitary fittings, fixing accessories shall be approved by the GE
wherever occurs in tender documents before bulk procurement for incorporation in the work. Sanitary ware
shall be of makes as mentioned in the list of approved makes/ agencies conforming to the catalogue numbers
where referred to in these tender documents. ISI marked fittings of these brands shall be provided instead of
those without ISI marked..

18.3.2 WATER CLOSET (SQUATTING PAN - ORISSA PATTERN) :


Irrespective of whatever shown in drawings the WC shall be Orissa pan type conform to IS-2556 Part-III and
shall be as per approved make as specified in Appx „E‟ of size 580mm x 440 mm, shall be provided with 'P' or
'S' trap. Following fittings/items shall be provided irrespective of whatsoever shown on drawings:-

(a) 10 litre discharge capacity PVC low level flushing cistern with double flushing system, solid
moulded with valve less syphonic fitting, manually operated with one PVC ball valve horizontally
plugged type and polythene float valve shall be provided.

(b) 32mm dia brass chromium plated flush pipe of required length including brass coupling &
bend.

(c) 15mm dia PVC connection pipe.

(d) The pan shall be set in cement concrete (1:2:4) using 20mm graded crushed stone aggregate
at least 25cms around and finished just below the rim to receive the specified thickness of floor finish.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 152

PARTICULAR SPECIFICATIONS CONTD…

NOTE :
Where flushing cistern cannot be fixed in wall due to any reason as per sanitary plan, the same shall
be fixed in the side wall with Additional bends, the cost of which shall be deemed to be included in the
lump sum cost of building given in Sch 'A' Part-I.

18.3.3 WATER CLOSET PEDESTAL PATTERN (EWC) :


Where shown in drawings, Water closet (EWC) shall be conventional, standard with 'P' trap or 'S' trap of
model of approved make as specified in Appx „E‟. EWC shall consist of:-

(i) Water closet wash down pattern of height 40cm vitreous china ware (with 'S' trap or 'P' trap) all as per
IS-2556 Part-II.
(ii) Plastic seat and cover with flat under side, solid moulding closed front pattern, with cover. Seat and
cover shall be white in colour with chromium plated hinges and nuts, approved make as specified in
Appx „E‟.
(iii) 10 litre discharge capacity polythene low level flushing cistern with double flushing system, solid
moulded with valve less syphonic fitting, manually operated with one PVC ball valve horizontally
plugged type and polythene float valve shall be provided.
(iv) A pair of standard brackets/clamps as supplied by manufacturers.

(v) 15mm dia PVC connection pipe.

(vi) 32mm dia flush pipe of chromium plated brass tube bent to required shape including chromium plated
brass coupling.

(vii) Jet spray chromium plated brass including one metre long CP flexible pipe 15 mm bore.

(viii) The closet shall be screwed with brass screws to sheesham wood plugs embedded in floor.

18.3.4 WATER CLOSET ANGLO INDIAN TYPE :


Where shown in drawings, Water closet Anglo Indian type shall be with S or P trap of model of approved make
as specified in Appx ‗E‘ . Water closet Anglo Indian type shall consist of:-
(i) Water closet wash down pattern of height 40cm vitreous china ware (with 'S‟ trap) all as per
IS-2556 Part-II.
(ii) Plastic seat and cover with flat under side, solid moulding closed front pattern, with cover. Seat and
cover shall be white in colour with chromium plated hinges and nuts, approved make as specified in
Appx „E‟.
(iii) 10 litre discharge capacity polythene low level flushing cistern with double flushing system, solid
moulded (bottle green colour) with valve less syphonic fitting, manually operated with one PVC ball
valve horizontally plugged type and polythene float valve shall be provided.
(iv) A pair of standard brackets/clamps as supplied by manufacturers.

(v) 15mm dia PVC connection pipe.

(vi) 32mm dia flush pipe of chromium plated brass tube bent to required shape including chromium plated
brass coupling.

(vii) The closet shall be screwed with brass screws to sheesham wood plugs embedded in floor.

18.3.5 TOILET PAPER HOLDER :


Toilet paper holder shall be 150mmx150mm recessed roll type as per approved make and fixed all as directed.
Irrespective of whether shown on drawings or not, one toilet paper holder shall be provided with each EWC
(pedestal type).

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 153

PARTICULAR SPECIFICATIONS CONTD…

18.3.6 WASH HAND BASIN :


18.3.6.1 Where vitreous china ware glazed Wash hand basins are shown in drawings, these shall conform to IS 2556
(Part 4) and consist of the following:-

(i) Wash hand basin of size 550x400mm vitreous china glazed ware, flat back pattern and along with
pedestal model of approved make as specified in Appx „E‟ with waste union and perforated grating
(both fittings of brass chromium plated). Colour of WHB shall be white in all locations.
(ii) 15mm bore central hole basin mixture Model of approved make as specified in Appx „E‟ (the cost
of this provision shall also be considered included lump sum quoted under Sch „A‟ Part-I).
(iii) A pair of cast iron brackets.
(iv) 32mm dia galvanised steel medium grade waste pipe fitted with brass chromium plated waste
coupling outlet complete, length of waste pipe shall be as indicated on drgs/as directed by
Engineer-in-Charge.
(v) Chromium plated steel chain and rubber plug.

18.3.6.2 Irrespective of whether shown in drawings or not, each wash hand basin shall be provided with mirror as
specified here-in-below except at locations where toilet cabinet with mirror is indicated in drawings.

18.3.7 WASH HAND BASIN (COUNTER TYPE) :


Wash hand basin with counter slab where shown on drg shall consist of following:-
(i) Oval type vitreous China wash basin of size 550x400mm of approved make as specified in Appx “E‟
with chromium plated waste union, grating & CP brass bottle trap. Colour of wash hand basin shall be white as
approved by GE. Number of wash hand basin shall be as shown on drg.
(ii) 15mm bore central hole basin mixture of Model of approved Make as specified in Appx „E‟ (the cost of
this provision shall also be deemed to be included in lump sum quoted under Sch „A‟ Part-I).
(iii) Counter slab shall be of 20mm thick pre polished one piece black granite slab properly rounded on free
edges & cut to shape to accommodate the wash hand basin.
(iv) Counter slab shall be of the plan size as mentioned in the drg. In case nothing has been specified in
drg the length of the counter slab shall be such that minimum 150mm clear space from edge of wash hand
basin is available at both ends & the width/depth of counter slab shall from edge as of wash hand basin be
such that minimum 75mm clear space is available at both edges of the counter slab. In case more than one
wash hand basin is shown on drg the clear space between the outer edge shall be minimum 300mm.
(v) The counter slab shall be fixed atleast 40mm inside the supporting walls & shall be supported by half
brick wall on both the ends duly plastered in 1:4 cm in internal surface & with pre polished black granite stone
18-20mm thick cladding on exposed surface.
(vi) The cabinets below WHB shall be provided with PVC solid panel shutters with PVC frame of approved
m764ake with similar specification as off PVC doors specified for toilets
(vii) Irrespective of what so ever shown in drg, 5.5mm thick polished sheet glass mirror for counter slab
wash hand basin shall be provided in full length of counter slab and height shall be 1.00 metre, if not shown on
drawing fixed on suitable aluminium frame & fixed on 6mm thick commercial plywood. The complete mirror
shall be fixed on wall properly with the help of stainless steel screws fixed to plugs embedded in the wall to full
satisfaction of Engineer-in-Charge.

18.3.8 MIRROR:
Wherever shown on drawings, mirror shall be polished sheet glass 5.5mm thick on 5.5mm thick AC board and
provided with wooden/polythene (PVC) moulding frame. Mirror shall be hung by key slots on screws fixed to
plug embedded in walls unless otherwise shown on drawings. Size of mirror where not shown on drawings
shall be 60x45cm. Colour of PVC moulding frame shall be same as that of wash hand basin.

18.3.9 WASTE PIPE AND COUPLING :


In all locations where waste pipe is to provided e.g for WHB, Sinks etc., 32mm dia, PVC flexible, waste pipe of
required length shall be provided with brass chromium plated waste coupling with perforated grating 32mm dia.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 154

PARTICULAR SPECIFICATIONS CONTD…

18.3.10 URINALS :
Wherever shown on drawings, urinal alongwith CP urinal spreader be provided of white vitreous china full
stall urinals or equivalent in other approved makes as specified in Appx „E‟ conforming to IS-2556 Part-VI
(Section-1) with grating and union including the following fittings: -

(i) 5 litres discharge capacity PVC automatic flushing cistern. (For set of four urinals or part thereof only
one flushing cistern is to be provided as per main drgs.)
(ii) 20mm bore medium grade galvanised iron flush pipe.
(iii) 32mm bore medium grade galvanised iron waste pipe up to outlet drain.
(iv) Chromium plated brass coupling to connect urinal pan with waste pipe and chromium plated
adopter to connect pan with flush pipe.
(v) The pan shall be fixed with brass screws on sheesham wooden plugs embedded in the wall in cement
mortar (1:2).
(vi) Irrespective of whatever shown on drawings urinal partition shall be of 18 to 20 mm thick black
granite polished on both sides. If the size is not mentioned the same shall be 750 x 500 mm
embedded in wall by at least 100 mm and fixed with steel clamps as directed by Engineer-in-
Charge.
(vii) 12 to 15 mm thick polished granite slab shall be placed on top raised platform in urinal portion
irrespective of whatever shown on drawings.

18.3.11STAINLESS STEEL SINK WITHOUT DRAINING BOARD: -


Where shown on drawing, Kitchen sink without draining board shall be one unit made out from non-magnetic
stainless steel sheet 1.00mm thick of specified make of size as shown on drawings. The surface of the sink
shall be plastic coated to make it safe and scratch free installation. If size of sink not shown on drawing, sink
shall be provided of size 485mm x 485mm with bowl size of 410mm x 410mm x 190mm. If size of sink as
specified is not available in the market then next (higher) nearest size available shall be provided, without any
extra cost, with following accessories/fittings.
(i) Brass chromium plated chain rubber plug arrangements.
(ii) Waste coupling brass chromium plated, screwed with fly nut and washer suitable for 50mm bore pipe.
Waste coupling shall be of the same make as that of sink.
(iii) 50 mm bore GI light grade waste pipe from basin to trap.
(iv) A pair of cast iron brackets.

18.3.12 STAINLESS STEEL SINK WITH DRAINING BOARD: -


Where shown on drawing, Kitchen sink with draining board shall be one unit made out from non-magnetic
stainless steel sheet 1.00mm thick of specified make of size as shown on drawings. The surface of the sink
shall be plastic coated to make it safe and scratch free installation. If size of sink not shown on drawing, size
shall be provided of size 915mm x 460mm with bowl size of 410mm x 330mm x 160mm. If size of sink and
draining board as specified are not available in the market then next (higher) nearest size available shall be
provided, without any extra cost, with following accessories/fittings.
(i) Brass chromium plated chain rubber plug arrangements.
(ii) Waste coupling brass chromium plated, screwed with fly nut and washer suitable for 50mm bore pipe.
Waste coupling shall be of the same make as that of sink.
(iii) 50 mm bore GI light grade waste pipe from basin to trap.
(iv) A pair of cast iron brackets.

18.4 HDPE OVER HEAD WATER STORAGE TANKS & OTHER ALLIED WORKS:
The lump sum cost for building work shall also include for provision of the following:-

(a) HDPE Water storage tanks shall be 3 layers type rotational moulded, cylindrical vertical type. HDPE
Water storage tanks shall be ISI marked (engraved).

(b) HDPE water storage tanks shall be of capacity as shown in drawings. In case the tanks of capacity as
shown/indicated are not manufactured, the contractor shall provide tanks of next higher capacity
without any extra cost to the department. Also in case capacity is not shown/indicated in drawings ,
the same shall be provided 500 Liters capacity.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 155

PARTICULAR SPECIFICATIONS CONTD…

(c) Mild steel galvanized medium grade 25mm bore over flow and wash out pipe and float ball valve with
brass rod and polythene ball shall be provided. Wash out pipe shall be provided with stop valve and
anti-mosquito rose.
(d) Over flow pipe shall be connected to wash outlet pipe beyond the stop valve at an approximate
distance of 50cm from takeoff point of wash out pipe and beyond this the combined wash out and over
flow pipe shall be provided.
(e) Combined wash out and over flow pipe of all insulated overhead water storage tank placed in one
place (tank room) shall be connected to each other and only one wash out pipe of 50mm bore medium
grade GI pipe (in case of single tank wash out pipe shall be 25mm bore GI medium grade) shall be
taken to discharge the water at 15cm above ground level.
(f) In case RCC floor slab for placement of OH tanks is indicated in drawings, irrespective of whatever is
shown on drawing, PCC (1:2:4) Type B-1, 40mm thick shall be provided after applying neat cement
slurry @3kg of cement per sqm over RCC slab. The soffit of tank slab shall be plastered in CM (1:3),
5mm thick using liquid type water proofing compound before hoisting and placing of tanks in position.

18.5 PLUMBING WORK


18.5.1 GENERAL :
Plumbing work shall be carried out as specified in clause 18.13 to 18.23, 18.40 and 18.62 to 18.67 of MES
Schedule part-I.S
18.5.2 SOIL/WASTE/VENT PIPES/FITTINGS/ACCESSORIES :
(a) Irrespective of whatever shown in drgs all soil/waste/vent pipes shall be of UPVC pipes conforming to
IS-13592-1992 & fitting conforming to IS-14735-1999. All the pipes and fittings shall have ISI certification
mark.
(b) Irrespective of what is shown on drawing size of soil pipe/waste pipe at different locations shall be as
under:-
(i) WC to vertical stack 110mm dia
(ii) Nahani trap to floor trap/nahani trap to gully trap 75mm dia
(iii) Soil pipe in vertical stack and upto first manhole 110mm dia (separate pipe for
each toilet).
(iv) Waste pipe in vertical stack and upto gully trap 75mm dia
(v) Vent pipe with PVC (SWR) slotted cowl 110mm dia
(vi) Waste pipe gully trap to first manhole 110mm dia

18.5.3 JOINTING :
UPVC pipes and fittings shall be jointed with solvent welded routs all joints as specified in clause 18.52 of MES
Schedule Part-1 & IS code.

18.5.4 FIXING OF PIPES TO WALLS :


UPVC pipes and fittings shall be fixed to wall with mild steel clamps as specified in of MES Schedule Part-1.

18.5.5 NAHANI/FLOOR TRAPS :


Nahani/floor traps shall be provided in situations as shown on drawings. These shall conform to IS-1729. Size
of floor/nahani trap shall be suitable to the size of waste pipe. Nahani/Floor traps shall be provided with CP
grating.
NOTES : Where Nahani/floor traps of 22.5cm depth cannot be accommodated in sunken floor,
a 300mm x 300mm portion of the RCC slab shall be sunk to the extent it accommodates the Nahani trap
without any Additional cost.

18.5.6 SHORTER LENGTH :


Except for WC connections, the contractor may use pipe pieces without sockets in shorter lengths (less than
one pipe length), where approved by the GE and connect these to pipe fittings with suitable collars including
additional joints as specified above without extra cost to the Government.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 156

PARTICULAR SPECIFICATIONS CONTD…

18.5.7 GULLY TRAPS :


st
(a) Gully traps shall be of size 150mmx150mm PVC 1 quality gully trap complying with the requirements
of IS-651. These shall be set in PCC (1:4:8) type D-2 block measuring 450 x 450mm and 100mm thick.
Jointing to drain pipe shall be done in cement mortar (1:1).

(b) PVC perforated grating shall be 150mmx150mm bituminous coated and fixed as directed by
Engineer-in-Charge. PCC 1:2:4 type B-1 in kerb and RCC cover slab and shall be provided all as directed
by Engineer-in-Charge.

18.5.8 TRENCHES FOR PIPE LINES :


Excavation for trenches shall be done as per the width given in clause 3.2.3 of MES Schedule Part-I and depth
as required at site. The trenches shall be back filled after testing of pipes with excavated earth in layers not
exceeding 250mm and surplus spoil disposed off to a distance not exceeding 50 meters. All pipe lines shall be
laid minimum 1.6 mtr below ground level.

18.5.9 TESTING :
All soil, waste and vent pipes shall be tested as specified in clause 18.79 of MES Schedule Part-1.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 157

PARTICULAR SPECIFICATIONS CONTD…

18A. SPECIFICATIONS FOR BUILDING WORKS BASED ON DESIGN & BUILD SCHEDULE 'A' Part-XIV:
18A.1 In addition of specifications specified here-in-before, the provisions/specifications given here-in-after will be
applicable for the building works covered under Schedule „A‟ Part-XIV. In case of variation between the
particular specifications given in PS Clause 1 to 18 and this clause, the provisions given in this clause shall
prevail.

18A.2 DESIGN BASIS REPORT (DBR):

18A.2.1 GENERAL

(a) This intent of this document covers the design basis for various items covered in the scope of work.

(b) This structural design criteria is aimed at consolidating the basis of the work that the Contractor's
structural designer is going to carry out in delivering the structural framework of the buildings which will be
compatible with the Architectural theme, satisfying the functional needs, adhering to the latest available
buildings norms and Indian Standards Codal provisions.

(c) This design basis report covers the minimum design requirement to establish safe, durable &
functional design basis that will form the overall design philosophy to be adopted in the structural design of this
project. Not mentioning of any relevant criteria/design requirement in this design basis report will not free the
contractor of the liability to follow the same. The contractor shall ensure adherence to the latest available
codes to be followed at the time of design.

(d) The buildings shall be as per the Architectural requirement for civil and structural works, standard
specifications, MES specifications as covered in MES Schedule, relevant I.S. codes and local regulations.

(e) The buildings shall be designed with as per description given in BOQ to suit the architectural drawings.

(f) Contractors to note that in view of the provisions of National Building Code of India 2016 and Criteria
for Earthquake Resistant Design of Structures Part - I, General Provisions and Buildings IS 1893 (Part -1) 2016
released by BIS, the various design parameters have undergone changes in the new Codes and thus would
affect the structural design of the project. All these factors shall be taken into account by the contractor. The
contractor has to follow the National Building Code 2016, IS : 1893 -2016, IS : 13920 – 2016 , IS 800, IS 2062
etc. The contractor in accordance with the Indian Code shall design the structure of the project. IS: 456 for
concrete and IS: 800 for steel structure with latest amendments, which is considered for concrete / steel
structures respectively in the country, shall be followed.

(g) Limit State Method as per IS-456 shall be followed in the design unless otherwise specified in
this document for special structure.

(h) All liquid retaining/ storage RCC structures shall be leak-proof and shall be designed as per IS: 3370.
In all liquid retaining structures, PVC water bars shall be provided at each construction joints. All grouts shall
be non-shrink grout.

(j) All structural steel shall be designed as per IS 800 with Limit State Method. The minimum
thickness of hollow steel member shall be 3.2 mm. All welds shall be as per design requirement or 6 mm
whichever is more. All joints between column and beam shall be butt weld and with design to developed full
strength.

(k) The Square Hollow Sections (SHS)/ Rectangular Hollow Sections (RHS) shall be used of grade YST
310 as per IS :4923. Structural steel shall be of 350 MPa conforming to grade E350A/BO/ BR as per IS: 2062.
The minimum thickness of plate shall be 6 mm.

(g) All anchor bolts shall be of grade 10.9 conforming to IS: 1367 and of minimum size 12 mm. The cover
to anchor bolts shall be 40 mm or 1.5 times the diameter of bolt, whichever is more.

(h) Suitable provisions shall be made to design and construct special provisions of insert plates, Anchor
Fasteners, Cut out etc.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 158

PARTICULAR SPECIFICATIONS CONTD…

18A.2.2 Following structural Design Parameters will be followed :-

S No Description : Details

(a) Location : Srinagar (Old Air Field)


(b) Type of Construction Steel framed super structure with RCC foundation and
mezzanine/deck flooring system. Super structure to be designed
using LGSF, PEB Sections confirming to the IS Codal specifications.
(c) Foundation type : Shallow or deep foundation based on the bearing capacity (SBC) of
the soil and the structural load. Approximate/ tentative safe bearing
capacity of the soil at the proposed location is 90KN/Sqm at 2 mtr
depth, however the contractor to check the SBC of soil on ground as
per relevant IS Code through NABL/ Govt approved lab before the
design process.
(d) Loading : As per relevant IS codes including IS 875 Part I, II, III, IV & V and
also relevant International Codes for Steel structures.
(e) Type of Cement : As per PS Clause 3.1 here-in-before.
(f) Reinforced Cement M 30 (Design Mix) as per PS Clause 4.4.4 here-in-before
Concrete
(g) Steel for Fe-500D TMT Bars
Reinforcement
(h) Seismic Design Zone V
(j) Wind Speed 39 m/sec as per IS 875 and actual data may be ascertained from
metrological record of Indian Metrological Department Srinagar
(k) Importance factor Residential Building as per IS 1893- 2016

(l) Design Life 50 Years


(m) Roof Slope As shown in the Roof plan Architectural Drawing
(n) SBC Report Approximate/tentative safe bearing capacity of the soil at the
proposed location is 90KN/Sqm at 2 mtr depth, however the
contractor to check the SBC of soil on ground as per relevant IS
Code through NABL/ Govt approved lab before the design process.
Note:- The rates quoted shall deemed to include as per SBC of
soil actually achieved at site and nothing extra shall be payable
on this ground.
(o) Temperature Range As per IS 875 and to be designed for (-)15 degree to (+) 40 degree
based on code and actual data may be ascertained from metrological
record of Indian Metrological Department Srinagar. Load due to
accumulation of snow on the roofing shall be taken into consideration
as per data to be ascertained from metrological record of Indian
Metrological Department Srinagar and IS 875.
(p) Partition wall & As give in the Architectural notes and schedule of finishes provided in
flooring the schedule of finishes by the department. Deck slab /flooring to be
provided as per the drawings with the design load as per the usage
confirming to IS 875. Deck slab shall be og GI profiled sheets of
adequate thickness which shall be fixed to the beam and web of
frames with RCC laid on top of the sheet. The floor should meet the
serviceability criteria as per the IS 456 by provision of adequate
thickness to resist vibration. Typical wall details for internal and
external wall are as under :-.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 159

PARTICULAR SPECIFICATIONS CONTD…

S No Description Details
(i) : Internal wall :- Thickness as per structural requirement of building and
confirming to the architectural drawings with minimum thickness of
100mm. LGSF wall along with rock wool insulation of density not less
than 48Kg/cubic meter sandwiched between min 12.5 mm thick Gypsum
Board and Min 8mm thick Fiber cement board on both sides. It should
also cater for fixing of tiles as given in the architectural drawings and
necessary provision shall be given for the same. All walls for toilets, bath,
kitchen, pan wash (wet area) shall be on brick work.
(ii) : External wall :- Thickness as per the structural requirement and
confirming to the architectural drawings with minimum thickness of
140mm. LGSF wall along with external cladding to be weather proof
PPGI sheet in trapezoidal shape of minimum thickness 0.5 mm. These
sheets shall confirm to IS 14246/ASTM-A792 GR-80. The colour of the
top side sheet will be 20 microns RMP coating over 4-7 Microns primer
on the top side and 5 microns of backer coat over the primer on the
bottom side of sheet. Internal surface to be of 12.5 mm thick Gypsum
board over fiber cement board of minimum 8mm thick. Aluminium foil as
vapour barrier and Rockwool insulation of minimum thickness 50mm,
density of 48 Kg/cubic metre to be sandwiched between the external and
internal boards. All necessary flashings will be provided at corners and
joints. Colour and pattern of PPGI sheet will be approved by GE. All walls
for toilets, bath, kitchen, pan wash (wet area) shall be on brick work with
PPGI sheet in trapezoidal shape of thickness 0.5mm over MS Frame
work.
(q) Structural Steel : Structural Steel as per Clause 10.1 of SSR grade E-250 (Fe 410 W
quality) conforming to IS 2062. Ordinary quality steel E- 165 (FE 290) as
per IS 2062. Prefabricated structure/ PEB as per ASTM A 572 Grade 50
or equivalent min yield strength 345 Mpa for beams/ column/purlin/grills
etc. Min yield strength 55 Mpa for flashing and Trims. Cold formed
Galvanized LGSF sections with adequate thickness as per the design
requirements will be used conforming to yield strength of minimum 280
N/Sqmm. The LGSF steel sections would be protected against corrosion
through galvanizing with a coat of min 275 g/Sqm on both faces with zinc
of min 0.04mm thickness.
(r) Fire Rating : Min 3 Hours and follow NBC Codal Norms for the same wrt Steel
Structures for residential building.
(s) Software‟s for : STAAD, ETABS, SAFE, CSI, STRAP, etc with license from the software
design developer firm.
(t) Vetting : The detailed structural design shall be submitted for all structural
members including foundations, columns, beams, slabs, staircase etc. It
will also include design of opening in structural members, design of
lintels, beams etc. above doors, windows etc., design of inserts plates
and the likes. The structural designs shall be vetted from any of the
IITs and thereafter approved by Accepting Officer.

(u) Ductility Detailing: : Ductility detailing shall conform to IS: 13920-2016. Stirrups spacing shall
be calculated as per IS 13920 - 2016.
(v) Designs & : The design of RCC slab and beam shall be done using IS: 456. Limit
Detailing Of RCC State Method of structure design shall be followed. Columns and beams
Structure: shall be designed using latest ETAB / STAAD/ RCDC software. The Slab
shall be designed as per table 26 of IS-456. The foundation shall be
designed by finite element method using modulus of sub grade reaction.
Wherever National Building Code of India 2016 has revised clauses as
compared to IS: 456, IS : 800 and IS : 875 etc. on design considerations
and parameters, those contained in National Building Code of India 2016
shall be followed.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 160

PARTICULAR SPECIFICATIONS CONTD…

S No Description Details
(w) Design of Water : All water retaining structures, including raft slab, basement walls shall be
Retaining designed as per IS: 456 & IS: 3370, with a crack width of 2.0 mm for
Structures severe or very severe exposure. In addition, concrete for such structures
shall be waterproof concrete.
(x) Expansion Joints : As far as possible expansion joints shall be provided by taking
temperature effects on the structure.
(y) Codes and : Specific applicable codes and standards will be identified in the Design
Standards: Philosophies as appropriate. The latest editions of the Codes and
Standards will be used. All design work shall be based on Indian
Standards, with amendments if any, as on date. The codes mentioned
below is only for suggestion purpose, designer to use relevant code as
per the requirement and site conditions to derive at a efficient system
confirming to the design standards and design life.
(z) Loadings: : Following Indian Standard shall be followed:
IS: 875 -2015 Code of Practice for Design Loads (Other than
Earthquake) for Building and Structures-Unit Weights of Buildings
Materials and Stored Material.
Part 1 - Dead Loads (IS: 875 -1987)
Part 2 - Live loads or Imposed Loads (IS: 875:1987)
Part 3 –Wind Loads (IS: 875:2015)
Part 5 - Special Loads and Load Combinations (IS: 875:1987)
Note:- Snow Load as per Met data shall be considered
(aa) Design for : (i) IS: 1893 (Part-1)-2016 - Indian Standard Criteria for Earthquake
Earthquake Resistant Design of Structures
Resistance: (ii) IS: 4326:2013 Earthquake resistant design and construction of
buildings code of practice.
(ab) Design of : (a) IS: 456-2000 Code of Practice for Plain and Reinforced
Reinforced Concrete
Concrete (b) IS:1786-2008 Specification for High Strength Deformed Steel
Elements: Bars and Wires for Concrete Reinforcement
(c) SP:16 Design aid for reinforced concrete toIS:456.
(d) SP:23 Hand book on concrete mixes
(e) SP:24 Explanatory hand books on code of practice for PCC
(f) SP:34 Hand book on Concrete reinforcement and Detailing

(ac) Design of Ductile : IS:13920-2016 : Ductile detailing of reinforced concrete structures


Detailing: subjected to seismic forces-Code of practice.
(ad) Earth work : IS: 3764 : Code of safety for excavating work .
(ae) Soil and (a) IS : 8009 – 1976 Code of Practice for calculation of settlements
Foundation: of foundation.
(b) IS : 1904-1986 Indian Standard Code of practice for Design &
Construction foundations in Soil.
(c) IS : 2950(Part1)-1981 General Requirements Indian Standard Code of
Practice for Construction of raft foundation (Part –1).
(d) IS:3370 (Part-2) - 2009 Concrete Structures for Storage of
Liquids –Code of Practice.
(af) Structural Steel (i) BS 449 : Specification for the use of structural steel in building BS
Design 5395: stairs, ladders and walkways Part 1: 1977 (1984): code of practice
for the design of straight stairs
(ii) BS 5950 Part 3: Section 3.1(1990): Design of simple and continuous
composite beams Part 4: (1994) : Code of practice for design of floors
with profiled steel sheeting Part 8: (1990) : Code of practice for fire
resistance design
(iii) DD ENV1994 : Euro code 4: Design of composite steel and concrete
structures

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 161

PARTICULAR SPECIFICATIONS CONTD…

S No Description : Details
(ag) Structural Steel (a) IS:800-2007 Code of practice for general construction in steel.
Elements: (b) IS: 4000, ASTMA 325 Bolts, Nuts and Tightening method
(c) IS:814,816,6560 Electrodes for welding
(d) IS:9595, AWS Welding procedures
(e) ASTMA 325 Structural Bolt
(f) IS:7215 Fabrication tolerance for
(g) Steel IS:2062, ASTMA 572 Material for steel
(h) IS:7205 Safety during erection of steelwork
(i) IS:814 Covered electrodes for welding
(j) SP:6-(1)-1964 Hand book on structural steel sections.
(k) IS:432(Part-1)-1982 Specification of Mild Steel and Medium
Tensile Steel bars and Hard drawn Steel Wire for concrete
reinforcement – Mild Steel and Medium Tensile Steel Bars
(l) IS:816 Metal Arc Welding
(m) IS:817 Training of welders
(n) IS:1395 Code for manual metal arc welding
(o) IS:1641 Fire safety grading &classification
(p) IS:1642 Fire safety: Detail of construction
(q) IS:1643 Fire safety: Exposure hazard
(r) IS:6560 Bare electrode for gas shielded welding
(s) IS:6610 Heavy washers for steel structures
(t) IS:6623 High strength structural nuts
(u) IS:6639 Hexagonal bolts for steel structures
(v) IS:6649 Washers for high strength bolts and nuts
(w) IS:12843 Tolerances for erection of steel structures
(x) IS:7307(Part-1) Approval test for welding procedure
(y) IS:7310(Part-1) Approval test for welders
(z) IS:7318(Part-1) Approval test of welders for WPS

(ah) Testing and (i) BS 709: 1983 : Methods of destructive testing fusion welded joints
examination: and weld metal in steel
(ii) BS 2600: Radiographic examination of fusion welded butt joints in
steel
(iii) BS 3923: Methods for ultrasonic examination of welds
(iv) BS 4872: Specification for approval testing of welders when
welding procedure approval is not required
(v) BS 6072: 1981(1986): Method for magnetic practice flaw detection
BS EN 288: general rules for fusion welding

(aj) Welding materials BS EN 29692: 1994: specification for metal arc welding covered
and processes electrode, gas shielded metal arc –welding and gas welding joint
preparation for steel.

(ak) Bolts and (i) BS 4395: Specification for high strength friction grip bolts and
fasteners: associated nuts and washers for structural engineering
(ii) BS 4604: Radiographic examination of fusion welded butt joints in
steel
(iii) BS 7419:1991: Specification for holding down bolts BS
(iv) EN 20898: Mechanical properties of fasteners Fire Resistance
(v) BS 476: Part 20 23: Fire tests on building materials and structures
BS 1950: part 8: Structural use of steel work in building and fire-
resistant design.
(vi) BS 8202: Part 1-2: Coatings for fire protection of building elements
5.12 Steel fabrication and erection
(al) Steel Fabrication (i) BS 4604: Specification for the use of high strength friction grip bolts
and Erection:- in structural steel work.
(ii) BS 5400- Part 6: Specification for materials and workmanship, steel
(iii) BS 5531:1988: Code of practice for safety in erecting structural
frames BS 5950: Structural use of steel work in building

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 162

PARTICULAR SPECIFICATIONS CONTD…

S No Description : Details

(iv) BS 4872: Specification for approval testing of welders when welding


procedure approval is not required
(v) BS 5950 Part 2 (1992): Specification for materials, fabrication and
erection, hot rolled sections
(am) Corrosion (i) BS 729:1971(1994): Specification for hot dip galvanized coatings on iron
Prevention: and steel articles.
(ii) BS 2569: Specification for sprayed coatings.
(iii) BS 2569 -1965(1997): Protection of iron and steel against corrosion and
oxidation at Elevated temperatures
(iv) BS 3900: Methods of test for paints
(v) BS 4147: 1980 (1987): Specification for bitumen based hot-applied
coating materials for Protecting iron and steel, including suitable primers
where required
(vi) BS 5493:1977 Code of practice for protective coating of iron and steel.
(vii) BS 7079: Preparation of steel substrates before application of paints
and related products
(viii) BS 7361: Cathodic protection
(an) Quality BS EN ISO 9000: Quality management and quality assurance standards.
Assurance: Any other relevant codes as per requirement shall be followed as per
requirements from Indian & Euro standards.
(ao) Roof Panel The roof shall be constructed of 50mm thick PUF insulation and density of
40+2 kg/m3 laminated with pre-coated Galvalume sheet outside and inside
of walls. Top Sheet shall be high ribbed in trapezoidal shape and bottom
sheet shall be micro ribbed Pre-coated PPGL sheet of 0.5mm thickness.
Top side of the roof panels shall have crest at 200mm centre to centre pitch
with a flute for capillary action in full length on one side of the crest portion,
so as to prevent the water leakages in the event of valley filled with water.
The top edge of the panels shall have overlap joinery systems. The colour
of the top side sheet will preferably be of 20-30 microns Pure Polyester
coating over 4-7 microns. Primer on the top side and 5 microns of backer
coat over the primer on the bottom side of the sheet. These panels are
factory assembled in continuous manufacturing line into a complete unit to
eliminate the necessity of field assembly of units prior to installations. The
roof panels shall be screwed to purlins with SDST (Self Drilling and Self
Tapping) screws. The effective cover width of the panel shall be of 1000
mm and length of the panels shall be to suit as per site or as per-
transportable length.
(ap) Chowkhat All chowkhat will be designed as per the thickness of wall and to match the
architectural requirement of buildings
18A.2.3 Reinforcement:
TMT bars produced by Thermo Mechanical Treatment Process and of grade Fe 500 D conforming to IS - 1786:
2008 shall be used in the project

HYSD-TMT bars of grade 500d conforming to IS: 1786.


Young‟s Modulus: Es= 200,000 N/Sq mm
Yield Stress: fy = 500 N/Sq mm
Diameters [in mm] 8, 10, 12, 16, 20, 25 & 32
Density 78.5kN/cum
18A.2.4 Structural Steel: All structural steel shall conform to IS -2062-2011.

(a) Built-up members Fy = 345 MPa &Fy = 450 MPa (or as per relevant Euro Standards)
(b) Hot rolled sections Fy = 245 MPa &Fy =345 MPa
(c) MS bars& plates(pl) FY=245 MPa;(or) Fy = 345 MPa &Fy = 450 MPa
(d) High-strength bolts Gr. 8.8/ASTM A325, IS EQUIVALENT IS:4000
Gr.8/IS EQUIVALENT (or) relevant Euro standard
(e) Washers (flator beveled) Gr. 4 & GR. 8 (or) Equivalent Euro standards
(f) Anchor rods(anchor bolts) ASTM F 1554, GRADE 36, Fy=245MPa(or) or relevant Euro
Standard
(g) Metal deck sheet Fy = 340MPa (minimum)

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 163

PARTICULAR SPECIFICATIONS CONTD…

(h) Welding electrodes E70, FUTS = 485 MPa (conforming to IS:814 or relevant Euro
Standards
(j) Young‟s modulus 200,000N/mm2
(k) Density 78.5kN/m3
(l) Poisson‟s Ratio 0.3
(m) Thermal Expansion 1.2x10-5/°C
Coefficient

18A.3 WORKMANSHIP
18A.3.1 The buildings shall be pre-fabricated steel structure. The design of buildings shall be based on relevant IS and
shall be designed/constructed according to relevant IS standards. The design of buildings shall be got vetted from
any IIT by the contractor. The pre-fabricated structure shall be got designed and executed through one of the
following specialist firms:-

Sr Name of firm Product Description Approval letter No Valid


No and date upto
(a) PEB
(i) M/s BNAL Prefabs Pre Engineered Buildings (PEB) i.e. 43285/CMPT/585/De 02 Aug
Pvt Ltd Designing, Manufacturing, Supply and s-2 dt 03 Aug 2020. 2023
Execution of steel structures.
(ii) M/s Kirby Building Designing, Manufacturing, Supply and 43285/CMPT/594/De 18 Nov
Systems & Execution of Steel structures i. e. (PEB) s-2 dt 19 Nov 2020. 2023
Structures India Pvt
Ltd
(iii) M/s Niagra Metals Designing, Manufacturing, Supply and 43285/CMPT/598/De 14 Jan
Pvt Ltd Execution of Steel structures i. e. (PEB) with s-2 dt 15 Jan 2021. 2023
a restriction up to 40 mtrs of clear span.
(iv) M/s Paramount Designing, Manufacturing, Supply and 43285/CMPT/614/De 11 Jun
Building Solutions Execution of Steel structures i. e. (PEB) s-2 dt 12 Aug 2021. 2024
Pvt Ltd
(v) M/s Pennar Designing, Manufacturing and Execution of 43285/CMPT/622/De 14 Nov
Industries Limited Steel structures i. e. (PEB) incl associated s-2 dt 15 Nov 2021. 2022
allied works
(vi) M/s Kartikeya Designing, Manufacturing, Supply and 43285/CMPT/626/De 28 Dec
Industries Pvt Ltd Execution of Steel structures i. e. (PEB) s-2 dt 29 Dec 2021. 2023
(vii) M/s Saxena Marine Designing, Manufacturing and Execution of 43285/CMPT/631/De 31 Jan
Tech (P) Ltd Steel structures i. e. Pre Engineered s-2 dt 01 Feb 2022. 2023
Buildings (PEB) upto 80 mtr clear Span.
(viii M/s Cold Steel Designing, Manufacturing, Supply and 43285/CMPT/635/De 20 Feb
) Corporation Execution of Steel structures i. e. (PEB). s-2 dt 21 Feb 2022. 2024

(ix) M/s Lloyd Designing, Manufacturing, and Execution of 43285/CMPT/638/De 23 Mar


Insulations (India) structures i. e. Pre-Engineered Buildings s-2 dt 24 Mar 2022. 2024
Ltd (PEB).
(x) M/S EPACK Design, Manufacture, Supply and 43285/CMPT/640/De 05 May
Polymers(P) Ltd Execution/Erection of Steel structures i. e. s-2 dt 06 May 2022. 2024
PEB structures
(b) LGSF
(i) M/s Nipani Infra & Light Gauge Steel Frame (LGSF) 43285/CMPT/630/De 12 Dec
Industries Pvt Ltd s-2 dt 27 Jan 2022. 2022
(ii) M/S EPACK Design, Manufacture, Supply and 43285/CMPT/640/De 05 May
Polymers(P) Ltd Execution/Erection of Steel structures i. e. s-2 dt 06 May 2022. 2024
LGSF structures

18A.3.2 Steel Buildings shall be constructed with Rapid Construction Technology. LGSF structural steel test
certificate from manufacturer shall be submitted by the Contractor.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 164

PARTICULAR SPECIFICATIONS CONTD…

18A.3.3 FLAT INTERMEDIATE (MEZZANINE) FLOORS: Flat roof/ intermediate (mezzanine) floors (deck slab) shall
be provided at locations as per drawings and to be designed for all loads and load combinations of IS: 875.
With Composite Design - Deck slab shall be of GI profiled sheets of required size and thickness as per IS: 277
2
having minimum yield strength of 340 m/ mm with 240 GSM galvanization, which shall be fixed to the floor
joists minimum 1.2 mm thick sheet and 150 mm web fixed to frame structure with the help of self-drilling self-
tapping screws and finally laying RCC slab as shown on drgs.

18A.3.4 CIVIL STRUCTURAL FOUNDATION SYSTEM: The Foundation System shall be Cast In situ type, the
foundation shall be carried to adequate depth as per Soil Investigation Data, shall be designed to resist
reactions due to Gravity /Seismic /snow/ Wind / any other load as per the Geographic location & special
functional requirement of the Project.
18A.3.5 FOUNDATION BOLTS. Size, length and numbers for foundation bolts shall be as per design requirement. The
bolts must be made from 4.6 grade steel and minimum 450 mm and length of threads should be 100 mm. Each
foundation bolt shall be provided with MS anchor plate of size 50 mm x 50 mm x 6 mm welded at bottom of
foundation bolts. Each bolt shall be provided with two Nos of suitable washers and nuts made of high tensile
steel confirming to IS specification. All standard Expandable mechanical fasteners shall be confirming to given
IS specification.

18A.3.6 PLINTH PROTECTION. 1000 mm wide, 75 mm thick PCC 1:3:6 over 100 mm thick stone aggregate of size
63-100 mm over rammed earth. 12 mm wide expansion joint shall be provided in every 3m span and change of
direction.

18A.4 GENERAL SPECIFICATIONS :-


18A.4.1 EXTERNAL AND INTERNAL WALLS – As per Design parameters.
18A.4.2 ROOF :- As per Design parameters

18A.4.3 ROOF INSULATION: – As per Design parameters.

18A.4.4 FALSE CEILING. – As per Schedule of Finishes and as specified.

18A.4.5 DOORS, WINDOWS AND VENTILATORS.


(a) Doors: All doors for general area and for toilet areas shall be as shown on Drgs.
(b) Door frames: These shall be of aluminium powder coated sections of Main door (wherever shown on
drawings) shall be with extruded built-up standards tubular section appropriate Z sections and other sections of
approved make confirming to IS: 733 and IS: 1285 fixed to Pre-fabricated structure including necessary filling
up of gaps at junctions with required PVC / Neoprin felt etc, including hinges/pivots and double action hydraulic
floor spring, lock, handle and all necessary fittings all complete. Any Glazing used shall be float glass of min
5.5 mm thickness. The color of powder coating shall be approved by GE.
(c) Toilet Doors - 30 mm thick factory-made panelled PVC door shutter consisting of frame made out of
M.S. tubes of 19-gauge thickness and size of 19 mm x 19 mm for styles and 15 x15 mm for top and bottom
rails. MS frame shall have a coat of steel primers of approved make and manufacture. MS frame covered with
5 mm thick heat moulded PVC 'C' channel of size 30 mm thickness, 70 mm width out of which 50 mm shall
be flat and 20 mm shall be tapered in 45 degree angle on either side forming styles; and 5 mm thick, 95 mm
wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be tapered in 45 degree on the inner side to
form top and bottom rail and 115 mm wide PVC sheet out of which 75 mm shall be flat and 20 mm shall be
tapered on both sides to form lock rail. Top, bottom and lock rails shall be provided either side of the panel. 10
mm (5 mm x 2) thick, 20 mm wide cross PVC sheet be provided as gap insert for top rail and bottom rail.
paneling of 5 mm thick both side PVC sheet to be fitted in the MS frame welded/ sealed to the styles and rails
with 7 mm (5 mm+2 mm) thick x 15 mm wide PVC sheet beading on inner side, and joined together with
solvent cement adhesive. An additional 5 mm thick PVC strip of 20 mm width is to be stuck on the interior side
of the 'C' Channel using PVC solvent adhesive etc. complete as per direction of Engineer-in-Charge.
Manufacturer‟s specification and drawing (for WC and bathroom door shutter).
GENERAL NOTE:

Details missing, if any, shall be assumed to be provided by the supplier as per good engineering
practice and will be approved by inspection team of consignee. Whenever there is variation between
drawing and technical specification, decision of the Accepting Officer will be final and binding.

18A.5 Trusses/frame shall be supported on steel stanchions/columns made up appropriate steel section.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 165

PARTICULAR SPECIFICATIONS CONTD…


18A.6 The design calculations and working drawings offered by the tenderer shall have to be got vetted and certified
from any IIT by the contractor. Notwithstanding the design certified by the above institution the contractor shall
be fully responsible for the structural stability of buildings. The design shall be offered by contractor after
verification of availability of various materials of required sizes/quantity/make etc.

18A.7 The contractor shall also submit proper test certificate for each steel consignment received about the structural
characteristics of the sections etc conforming to relevant IS/ASTM standard as applicable.

18A.8 Proper water management should be planned by the tenderers for the disposal of rain water from roof.
Adequate slope shall be provided for all the gutters for draining the water towards back side. No water should
get drained towards from front side and the same time no intermediate down take pipes for any gutters inside
the hangar are permissible. The down take pipes shall be of 200 mm square section made out of
Zincalume/galvalume sheets. The gutters shall be suitably designed as per above requirements and to ensure
that no overflow of rain water occurs from the gutters due to inadequacy of the size of the gutter/down take
pipes.
18B KEY SPECIFICATIONS FOR CERTAIN SPECIAL STRUCTURES COVERED UNDER SCHEDULE ‗A‘
PART - I OTHER THAN NORMAL BUILDING WORK
18B.1 SENTRY BOX : : It shall be provided as per details shown on drawing and where ever not shown on drawing,
following specification shall follow:-
(a) Foundation - RCC foundation.
(b) Brick work - Brick work in cement mortar (1:4).
(c) PCC work - PCC (1:2:4) type B-1 using 20mm graded stone aggregate.
(d) PCC coping - 75 mm thick PCC (1:2:4) type B-0 using 10mm graded stone
aggregate over brick wall.
(e) Flooring - 40 mm thick PCC (1:2:4) type B-1 using 20mm graded
aggregate over 75 mm thick PCC (1:4:8) type D-2 using 40 mm
stone aggregate.
(e) Rest as shown on drawings and as specified in respective sections of these particular
specifications here-in-before and all as directed by Engineer-in-Charge.
18B.2 INCINERATOR: : It shall be provided as per details shown on drawing and where ever not shown on
drawing, following specification shall follow:-
(a) Foundation - PCC (1:4:8) type D-2 using 40mm graded stone aggregate.
(b) Brick work - Brick work in cement mortar (1:4).
(c) Flooring - Bricks laid flat dry and jointed in cement mortar (1:6) and pointed
in cement mortar (1:3). Bricks shall be fire clay bricks.
(d) Rest as shown on drawings and as specified in respective sections of these particular
specifications here-in-before.

18B.3 WASHING PLATFORM: It shall be provided as per details shown on drawing and where ever not shown on
drawing, following specification shall follow:-
(a) Flooring shall be 100mm thick PCC (1:2:4) type B-1 using 20mm graded stone aggregates with
construction joints over 150mm thick brick hard core using 63mm graded brick aggregate over well rammed
earth.
(b) PCC floor shall be finished even & smooth without using extra cement.
(c) All other details shall be as shown on drawings & respective specifications indicated in these
particular specifications and all as directed by Engineer-in-Charge.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 166

PARTICULAR SPECIFICATIONS CONTD…

18B.4 GARBAGE BIN : It shall be provided as per details shown on drawing No CESZ/TD-1119/ST/2011 Sheet
1/1 and where ever not shown on drawing, following specification shall follow:-
(a) Excavation and Earth work In Soft/loose soil including returning filling, spreading leveling
watering and well ramming in layers including removal of
surplus to a distance exceeding 100 m but not exceeding
250m all as directed by Engineer-in-Charge.
(b) PCC Foundation PCC 1:3:6 type C-2
(c) PCC (except in foundation) PCC 1:2:4 TYPE B-1
(d) RCC (plinth band) M25 (Design mix)
(e) Masonry work Brick/stone masonry as shown in drawings shall be in CM 1:4
(f) Flooring 40mm thick PCC 1:2:4 type B-1over rammed earth filling
(g) Plastering (Internally & 10mm thick plaster in CM 1:4, finished even and smooth
Externally) without using cement.
(h) Finishes 3 coat of white wash.
(j) Rest as shown on drawings and as specified in respective sections of these particular
specifications here-in-before.

18B.5 STATIC WATER TANK : The Static Water Tank shall be provided all as shown on drawing and where ever
not shown on drawing, following specification shall follow:-

(a) Excavation in Foundation In Soft/loose soil, returning filling in and ramming including
disposal of spoil upto a distance exceeding 100 m but not
exceeding 250 m all as directed by Engineer-in-Charge.
(b) Earth filling & embankments. Using approved earth (in layers of 15cm duly well rammed).
(c) Lean concrete in foundation. PCC (1:3:6) type C-2.
(d) PCC in base and coping. PCC (1:2:4) type B-1 using 20mm graded stone aggregate
using water proofing compound @ 3% by weight of cement or
as per manufacturer‟s instructions.
(e) RCC Unless otherwise superior grade of RCC indicated on
drawing, RCC shall be M-30 (design mix), reinforcement as
shown in drawing and as specified earlier.
(f) Plastering to internal & 15mm thick in CM (1:3) and surface finished even and
external walls, base and smooth without using extra cement using water proofing
floor of tank. compound @ 3% by weight of cement or as per
manufacturer‟s instructions.
(j) Reinforcement Steel reinforcement shall be Fe-550 D conforming to IS-1786.
(k) XPM cover. As shown in drawing and as directed.
(l) Structural steel Shall conform to standard quality conforming to IS-2062.
(m) All other items Rest all as shown on drawings and specified in these tender
documents

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 167

PARTICULAR SPECIFICATIONS CONTD…

18B.6 UNDER GROUND SUMP: The Under Ground Sump shall be provided all as shown on drawing and where
ever not shown on drawing, following specification shall follow:-

(a) Excavation in Foundation : Excavation in Soft/loose soil, returning filling in and ramming
including disposal of spoil upto a distance exceeding 100 m but
not exceeding 250 m as directed by Engineer-in-Charge.
(b) Earth filling & : Using approved earth (in layers of 15cm duly rammed).
embankments.
(c) Lean concrete in : PCC (1:3:6) type C-2.
foundation.
(d) PCC in base and coping. : PCC (1:2:4) type B-1 using 20mm graded stone aggregate using
water proofing compound @ 3% by weight of cement or as per
manufacturer‟s instructions.
(e) RCC : Unless otherwise superior grade of RCC indicated on drawing,
RCC shall be M-30 (design mix), reinforcement as shown in
drawing and as specified earlier.
(f) Plastering to internal & : 15mm thick in CM (1:3) and surface finished even and smooth
external walls, base and without using extra cement using water proofing compound @ 3%
floor of tank. by weight of cement or as per manufacturer‟s instructions.
(g) Reinforcement : Steel reinforcement shall be Fe-550 D conforming to IS-1786.
(h) Structural steel : Shall conform to standard quality conforming to IS-2062.

(j) Testing of Tank : Testing of tank for water tightness in accordance with provision,
contained in IS-3370 (Part-I) shall be carried out by the contractor
by filling the RCC tank with connected pipe and water retained as
directed by the GE. If any leakage, sealing etc, occur, the same
shall be rectified by the contractor at his own cost. If the test
results are found unsatisfactory, the contractor shall rectify the
defects and test shall be carried out again. Contractor‟s lump sum
quoted in schedule „A‟ shall be deemed to include the above
provisions.

(k) Ladder : Ladder shall be provided all as shown on the drawings. All
exposed steel surfaces shall be treated with two coats of synthetic
enamel paint over one coat of red oxide primer. MS rungs/ladder
inside the tank shall be treated with 2 coats anticorrosive paints
over one coat of primer.

(l) All other items : Rest all as shown on drawings and specified in these tender
documents and all as directed.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 168

PARTICULAR SPECIFICATIONS CONTD…

18B.7 RCC OVER HEAD RESERVOIR: RCC overhead Reservoir/tank shall be constructed all as shown on drawing
and where ever not shown on drawing, following specification shall follow:-

(a) Excavation and : Excavation in soft/loose soil, removal of excavated soil, depositing spreading
Earthwork and leveling as directed by Engineer-in-Charge.

(b) PCC Foundation : PCC 1:3:6 type C-2 using 40mm graded stone aggregate

(c) RCC Work : All as indicated on structural drawings. In case not indicated, M-30 (Design
Mix) shall be provided. Concreting of RCC of reservoir portion shall be done
admixture. Make of water proofing admixture : Pidilite/Waterseal/equivalent as
per Appx E

(d) Reinforcement : All as shown in drawings.

(e) Plastering : 10mm thick plaster in cement mortar 1:3 with approved water proofing
admixture on inside faces of tank.
5mm thick plaster in cement mortar 1:3 shall be provided on external faces on
tank. The external faces of tank shall be finished with two coats of exterior
emulsion/weather proof paint over a coat of primer.
Note: The unit quoted amount include the cost of scaffolding for all works i.e.
reinforcement, concrete, external plastering and finishes etc as specified here-
in-before and nothing extra shall be paid for the same.

(f) PCC flooring/Plinth : 75mm thick PCC 1:2:4 type B-2 using 20mm thick graded stone aggregate as
Protection in flooring of OHT and beyond 1 mtr from external faces of columns
irrespective whatever is shown on drawings shall be provided over and
including 100 mm thick in PCC (1:4:8) type D-2 using 40mm graded crushed
stone aggregate as sub base over rammed earth surface. PCC shall be laid in
alternate bays n. exc. 2 Sqm each and finished even and fair on top without
using extra cement. 6mm wide joints shall be provided throughout the
thickness of plinth protection in concrete bays and in between the walling and
plinth protection. All joints in bays of concrete as well as between walling and
plinth protection, shall be filled with mastic filling comprising of one part of
heated bitumen 85/25 or 80/100 grade and 3 parts of sand (all by weight).

(g) Testing of Tank : Testing of tank for water tightness in accordance with provision, contained in
IS-3370 (Part-I) shall be carried out by the contractor by filling the RCC tank
with connected pipe and water retained as directed by the GE. If any leakage,
sealing etc, occur, the same shall be rectified by the contractor at his own cost.
If the test results are found unsatisfactory, the contractor shall rectify the
defects and test shall be carried out again. Contractor‟s lump sum quoted in
schedule „A‟ shall be deemed to include the above provisions.

(h) Ladder : Ladder shall be provided all as shown on the drawings. All exposed steel
surfaces shall be treated with two coats of synthetic enamel paint over one
coat of red oxide primer. MS rungs/ladder inside the tank shall be treated with
2 coats anticorrosive paints over one coat of primer.

(j) Railing : Railing shall be provided all as shown on the drawings. Railing of staircase will
consist of 75x50mm pressed steel frame medium duty on top as hand rail,
supporting by square bars of size 15mm x 15mm verticals at 300mm C/C. All
iron and steel work shall be painted with two coats of synthetic enamel paint
over a coat of primer and the cost of the same included in the quoted lump
sum amount.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 178

PARTICULAR SPECIFICATIONS CONTD…

23. AREA DRAINAGE/SAUCER DRAIN:


Works pertaining to Area drainage shall be carried out as mentioned in relevant items of Schedule 'A', as
specified here-in-before for the relevant trades of works and as directed.

24. ROADS, PATH, CULVERT/HARDSTANDING/PAVED AREA WORKS/ROAD FURNITURE WORKS:


24.1 STACKING AND MEASUREMENTS OF MATERIALS : The contractor shall collect and stack,
approved materials like aggregate, sand etc on levelled ground at places indicated by GE near the site of
work in closely packed, stacks, stacks measurement of these materials shall be taken and recorded in
measurement book and signed by the contractor and Engineer-in-Charge as per Special Condition 20.A.1.2
of MES Schedule 2020 Part II rates before commencement of hard standing/road work. It shall be ensured
that the required quantity of materials have been incorporated in the work. However these provisions do not
absolve the contractor from his responsibility of providing more materials as necessary to complete the work.
Any Additional materials required for making good hollows and the depressions during rolling shall be supplied
and provided by the contractor at his own expense in Addition to the stacked materials mentioned here-in--
before.

24.2 ROLLING FORMATION SURFACES :


(a) The formation surfaces shall be rolled to the required gradient and camber with power roller
including sprinkling the surfaces with water as required.
(b) Where rolling is not feasible, prior permission of the GE shall be obtained in writing for hand ramming.
The laying of the base course will commence only after the earth formation is approved by the GE.

24.3 EARTHEN BERMS : Earthen berms as described in respective items of sch 'A' shall be watered and well
consolidated with min 12 ton power roller and finished to profile in line with finished surface of the road/path.

24.4 DRAINAGE OF EARTH FORMATION : At all times, the formation surfaces shall be kept drained by the
contractor. The contractor shall provide such temporary open drain as may be necessary to prevent
accumulation of water from any cause whatsoever.

24.5 SOLING : Soling shall consist of broken stones laid and levelled in one layer, watered and rolled to required
surface and camber all as per clause 20A.2.1 and 20A.20.1 of MES Schedule Part-I.

24.6.1 WATER BOUND MACADAM : Water Bound Macadam shall be carried out all in accordance with clause
20.A.21 of SSR Part-I specifications 2009.

24.7 ASPHALTIC CONCRETE DENSE/SEMIDENSE AND BITUMINOUS MACADAM:

24.7.1 MATERIALS

(a) BINDER :
Binder shall be paving bitumen VG-30 conforming to IS-73-1992. Bitumen shall be procured by the
contractor under his own arrangement and cost. The bitumen shall be procured directly from Indian Oil
Corporation Ltd/ Bharat Petroleum Corporation Ltd / Hindustan Petroleum Corporation Ltd as approved
by GE.

(b) AGGREGATE :
(i) The coarse aggregate shall be crushed/broken stone and shall be non-porous, clean, strong,
hard, durable, free from impurities disintegrated pieces organic or deleterious matter and adherent
coatings. The coarse aggregate shall meet the physical requirements as specified in clause 20B.2.5.2
on page 538 of MES Schedule 2009 (Part-I).
(ii) The fine aggregate (sand) shall be as per source of materials conforming to the samples and
as approved by GE.
(iii) The combined grading of coarse/fine aggregate shall conform to as per clause 20.B-2.5.4 on
page 538 to 540 of MES Schedule 2009 (Part-I).
(iv) The tests for aggregate shall be carried out as per the periodicity laid down in relevant IS and
to satisfy the physical requirements as mentioned in clause 20.B.2.5.2 of MES Schedule 2009 (Part-I).
The cost of these tests shall be borne by the contractor.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 179

PARTICULAR SPECIFICATIONS CONTD…

(c) FILLER FOR ASPHALTIC CONCRETE


Refer clause 20.B.2.5 of MES Schedule 2009 (Part-I). Filler shall be cement or lime stone dust as
directed. Quantity of filler shall be 2% by weight of aggregate mix.

24.7.2 MIX DESIGN CRITERIA FOR BITUMINOUS MACADAM/DENSE ASPHALTIC CONCRETE/ SEMI-DENSE
ASPHALTIC CONCRETE
The design requirements shall be as per clause 20.B.2.11 on page 542 of MES Schedule Part-I.

24.7.3 FIELD DENSITY :


Field density shall be assumed as 95% of lab density.
Mix design shall be got done from any approved Regional laboratory/ Govt lab/Govt approved lab/Engineering
college as directed by GE/Engineer-in –charge and the cost of mix design shall be borne by the contractor. Mix
design, conforming to test requirements mentioned here-in-before shall be finally got approved from the
Accepting Officer. However, if there is a variation in the percentage of binder in the approved design mix from
as specified in Schedule „A‟. No price adjustment shall be made for variation in the quantity of aggregate on
account of variation in the quantity of binder in the approved design mix. For the purpose of adjustment in the
total quantity of bituminous asphaltic concrete, the field density of asphaltic pavement shall be maximum of
95% of the Lab density has been considered 2.3 MT per cubic metre (Minimum) of pavement.
The quantity of binder to be adjusted shall be derived from the following formula.
Q=AxTxd (P1-P2)
100
Where : -
Q= Quantiy of bitumen to be adjusted in tonnes
A= Area of Pavement in square metre.
T= Thickness of pavement in metre
d=Field density of the pavement
P1= Percentage of binder specified ie 5.5 or 6 (As per BOQ Item)
P2= Percentage of binder in the approved mix by which work is carried in
respect of asphaltic concrete.
NOTES
1. Field density for the purpose of adjustment shall be assumed as 95% of lab density, irrespective
of actual density achieved at ground with a permissible limits as specified.

2. The price adjustment shall be carried out through a proper deviation order.

24.7.4 CONSTRUCTIONAL OPERATION


The work in respect of laying of asphaltic concrete shall commence only after written permission of the
Engineer-in-Charge.

24.7.5 WEATHER & SEASONAL LIMITATIONS


Asphaltic concrete shall not be laid during rainy weather or when the base course is damp or wet.

24.7.6 PREPARATION OF SURFACES


The surfaces on which asphaltic concrete pavement to be laid shall be thoroughly swept and scrubbed clean
and shall be free of dust and other foreign matters.

24.7.7 TACK COAT


On the prepared surface final course of bitumen macadam, a tack coat of paving bitumen as specified in BOQ
shall be spread uniformly with the help of mechanical sprayer, just ahead of asphaltic concrete.

24.7.8 SURFACE FINISHING


The surface irregularities shall be checked with the help of straight edge along the length of road and the
maximum undulation allowed in the surface shall be +/- 3 mm. Freshly laid surface shall be checked with
straight edge. In case the irregularities are more than +/- 3mm, surface shall be cut filled to bring the surface
within the tolerance. The unit rates quoted by contractor shall be deemed to cater for such contingencies and
nothing extra shall be paid to him in case of any extra thickness laid by him. In no case thickness of
bituminous asphaltic concrete shall be less than the thickness specified in Schedule „A‟.

24.7.9 PREPARATION OF MIX


Preparation of ashpaltic concrete shall be done strictly in accordance with clause No 20.B.4.4 of SSR (Part-I).

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 180

PARTICULAR SPECIFICATIONS CONTD…

24.7.10 TRANSPORTATION OF MIX : Transportation of mix shall be done strictly in accordance with clause No
20.B.4.5 of SSR 2009 (Part-I).

24.7.11 SPREADING OF THE MIX : Spreading of the mix shall be carried out strictly in accordance with clause No
20.B.4.6 of SSR 2009 (Part-I).

24.7.12 COMPACTION : Compaction shall be carried out strictly in accordance with clause No 20.B.4.7 of SSR 2009
(Part-I).
24.7.13 QUALITY CONTROLS : Controls shall be carried out strictly in accordance with clause No 20.B.4.9 of MES
Schedule Part-I. All the tests specified as per the frequency in the controls shall be carried out by the
contractor from any approved Regional laboratory/ Govt lab/Govt approved lab/Engineering college as directed
by GE/Engineer-in-charge and the cost of these tests shall be borne by the contractor.
24.7.14 CONTROLS ON LAID THICKNESS : Controls on laid thickness shall be carried out in accordance with
clause No 20-B.4.10 of SSR (Part-I).

24.8 WET MIX MACADAM (WMM) : It shall be carried out in accordance with clause No 20.B.5 of SSR (Part-I)
2009 and all as directed by GE/Engineer-in-charge.

25. PRECAST KERB STONE:


25.1 DIMENSIONS: Pre cast kerb stone blocks shall be of dimension as mentioned in Sch A. Blocks shall be
uniform in shape and shall have no structural faults such as gravel accumulations, hollows or cracks. Pre cast
block shall be fairly straight, flat and will have no burrs or projections.
25.2 MANUFACTURING: Kerb stone blocks shall be casted in an automatic plant working on vibration and
simultaneous hydraulic compression from top.It shall be procured by the contractor from one of the following
manufacturers:-
(i) M/s NITCO Tiles Pvt Ltd, Maker Chambers-III, Mumbai-400021
(ii) M/s METRO Tiles, 142, GaJT DIR(CONTRACTS)ala Estate, S V Road, Jogeshwari(W), Mumbai-
400102
(iii) M/s S K Tiles, Jodhpur
(iv) M/s Swastik Tiles, F-660, North Extension, MIA Alwar(Raj)
(v) M/s Mehtab Tiles Rani shopping centre, Bhawar Kuan, Main Road, Indore(MP) -452006

25.3 TOLERANCES:
Length & width of blocks shall be within a tolerance of ±2mm of the nominal dimensions. Thickness of blocks
shall be within tolerance of ±3mm of the nominal thickness.

25.4 MIX OF CONCRETE:


Kerb stone blocks shall be manufactured out of PCC 1:2:4 concrete.

25.5 TESTING:
Before incorporation in work, paving blocks shall be tested for their compressive strength. Frequency of testing
shall be as per test criteria fixed for bricks in Appendix „F‟.

25.6 LAYING
Refer clause 20.A.33 of SSR Part-I for laying and finishes of kerb stone blocks.

25A ROAD FURNITURE MATERIALS:


25A.1 Painting Lines, Dashes, Arrows, Letters, etc. with Hot Thermoplastic Road Marking Paint:
(a) The thermoplastic compound shall be screeded / extruded on to the pavement surface in molted state
by suitable machine capable of controlled preparation and laying with surface applicator of glass beads
at a specific 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 and directed by the Engineer in
charge/GE.

25A.2 Road/ Pavement Marking Tape: It shall be self adhesive of approved make and colour shall be made out of
polyurethane top coat and reinforced netting. A road marking tape shall be fixed on existing/ new bituminous
road surface as per manufacturer‟s instructions to withstand vehicles traffic load.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 181

PARTICULAR SPECIFICATIONS CONTD…

25A.3 Solar Road Delineator: Solar road delineator of approved make shall have 6 LEDs of red/yellow colour
housed in plastic body with LEDs, solar cells, battery and light sensor well protected in polycarbonate sheet,
device protected with powder coated wire mesh cage, equipped with solar system mounted over 47mm dia
with wall thickness 16 gauge steel tube powder coated of length 1000mm, having sheet foot for firm grip to
ground. Delineator to have additional reflective bands equipped with solar system workable for 2-3 days
(nights) after full charge of 8-10 hours. Quoted are to be inclusive of necessary earthwork and PCC 1:3:6 type
C-1 of size 30cm x 30cm x 40cm.

25A.4 Tubular Delineators: Tubular delineator shall be provided and fixed as per respective item of Schedule „A‟
(BOQ). If not specified than, having 100mm dia cube corner high intensity reflector (signal red/yellow/white)
held in strong ABS plastic body mounted over CRC steel tube 45/50mm dia of 16 gauge sheet support of total
height 900mm having flared/welded mesh cage. All steel parts powder coated to make all weather resistant.
Vertical support tube shall have a plastic sheet reflector all around. Quoted rates are inclusive of necessary
earthwork and PCC (1:2:4) type C-1 of size 15cm x 15cm x 30cm all around.

25A.5 Cat eye: Solar cat eye shall be provided and fixed as per respective item of Schedule „A‟ (BOQ).

25A.6 Speed Breaker: It shall be of approved make. Dual directional with ABS body and UV stabilized formed using
interlocking pieces each of size 250mm x 345mm x 50mm high. Speed breaker shall be of black and yellow
colour having four glass reflective lenses per piece (interlocking pattern). It shall be fixed all as per
manufacturer‟s instructions on road surface using 12mm dia steel zinc plated nail provided by the manufacturer
with the breaker.

26 BORE WELL WORKS:


The bore well works shall be executed all as per Schedule „A‟ and as specified here-in-after.
26.1 Pea Gravel:
26.1.1 The gravel as approved by GE shall be used in the work.
26.1.2 The gravel shall be measured as net in compact stacks prepared on levelled ground and shall be recorded in
the measurement book only, signed by both the parties before it is packed in the tube-well. Any gravel left
surplus on completion of work shall be similarly measured and net quantity consumed in the work will only be
paid for.
26.2 Strainer : The strainer shall be as per Schedule „A‟. The slots of strainer shall suit the size of sand grains and
filtration of water in the well to give yield as per Schedule „A‟. The strainer shall be got approved from the
Engineer-in-Charge before lowering.
26.3 Boring well: The well shall be bored up to a depth as given in Schedule „A‟ below ground level. The actual
depth will be limited by striking of suitable water bearing strata which shall yield the required discharge of 350
liter per minute. If suitable water bearing strata is not available by boring to a depth of 250 metres to get the
specified yield, the matter shall be referred to Accepting officer for his decision.
26.4 Completion of Well : The top of housing pipe shall be fitted with clamp made out of flat iron 150 x 20mm thick
MS plate protruding at least 30cm on either side of the housing pipe with 4 Nos. 15mm dia bolts on PCC block.
The entire assembly i.e. housing pipe and casing pipe shall be scrupulously clean of all rust etc. with wire
brush and shall be painted with anti-corrosive black bituminous paint and approved by Engineer-in-Charge
before lowering. The entire assembly shall be installed in true vertical position. The verticality of the well shall
be tested and at no stage shall be out more than 15mm in testing in 20 metres. The contractor shall supply
necessary apparatus for testing the verticality of the well and in case the deviation is more than the permissible
limit, the contractor shall take out the pipe and lower it correctly at his own cost. The assembly shall load in the
house centrally; centering guides shall be fitted to the assembly at an interval of 25 metres to enable entire
assembly to be centrally placed.
26.5 Soil and strata: Samples of strata shall be taken at every 3 metres or after the strata changes and shall be
carefully preserved at site in a sample box and shall be available for inspection by the inspecting authorities.
This shall be handed over to the MES after completion.
26.6 Work in accordance with latest Engineering Practice: All works shall be carried out in accordance with the
latest engineering practice to the entire satisfaction of the Engineer-in-Charge. The contractor shall supply to
the Engineer-in-Charge on completion of the tube well complete data of the tube well on a tracing cloth
showing the following without any extra payment for the same:-

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 182

PARTICULAR SPECIFICATIONS CONTD…

(a) Strata changes and encountered, with description & depth with particular reference to sand grain
sizes of water bearing strata.
(b) Spring level below GL (acquirer with water bearing strata) opposite of which strainer has been
located.
(c) Strata opposite of which blind pipes have been located.
(d) Position of joints in slotted/blind pipes and housing pipes.
(e) Diameter of the bore.
(f) Diameter and length of each section of final bore lining & strainer.
(g) Type and make of strainer.
(h) Rate of progress of drilling
(j) The amount of gravel initially packed in development
(k) Yield test and duration of development, depression & working level, presence of sand etc.
26.7 Special provision about rock strata & yield: In case of meeting rock strata which in the opinion of the GE
cannot be bored through, the contractor shall be required to abandon the well and will undertake boring at
new location as directed by Engineer-in-charge/GE. The payment for the work executed at the abandoned
site shall be made at the appropriate rates quoted by the contractor in Schedule „A‟. In case of any
differences of opinion about the possibility of boring the rock strata met with, between the Engineer-in-Charge
and contractor, the decision of the CWE shall be final and binding on both the parties. In case it is found that
the yield is not adequate due to defective/inferior materials/workmanship used by the contractor, the
contractor shall take the remedial action as directed by CWE which is final and binding.
26.8 Development of Tube well: The contractor shall develop the well by compressor and by other suitable unit
by over pumping to ensure a minimum yield of 350 liter per minute for a period as required to achieve the
aforesaid minimum yield. During the course of development, back surging will be done for five minutes after
every hour of development. The discharge during development shall be measured at an interval of three
hours. The record thereof shall be kept by the contractor.
Additional pea gravel as specified shall be added as the development proceeds. The development process
shall be continued till:-
(a) The discharge ceased to improve at a fixed depression or alternatively depression ceases to
improve at a constant discharge.
(b) The water shall be considered free of sand contents or suspended particles if these are not more
than five parts in one million parts of water by volume within 10 minutes of the start of the pumping.
26.9 Testing: The contractor shall arrange all equipment necessary for testing of the tube well and then he will
inform the GE in writing as soon as the well is ready. The test shall be carried out within 7 days of completion
after continuous pumping. The well shall be tested for 24 hours giving a minimum yield of 350 liter per minute.
The well shall then be allowed to recuperate for a period of 8 hours. After this continuous pumping shall be
carried out for a period of 16 hours for final testing, during which the well should give a minimum yield of
50,000 GPH. Yield will be measured either over a “V” notch or with circular orifice weir to be arranged by the
contractor. All cost of equipment for testing as well as cost of testing shall be borne by the contractor.
26.10 Completion: The work of tube well shall not be completed until the well has been tested to the entire
satisfaction of the GE and certified by him as such and the site is cleared after filling, ramming and leveling
the performed water pits.
27. BLANK

28. FIRE FIGHTING WORK:-


Fire Fighting work shall be carried out as mentioned in relevant items of Sch„A‟ / BOQ, as specified in SSR
Part-I, Section 27. Testing of the firefighting shall be carried out by concerned statutory authority in presence
of an officer to be detailed by the Accepting Officer. Rate of Firefighting tank shall be included in quoted rates
by the tenderer for the Buildings in Sch „A‟.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 183

PARTICULAR SPECIFICATIONS CONTD…

29 EXTERNAL WATER SUPPLY WORK:-


29.1 GENERAL
29.1.1 Materials, workmanship and testing required to be incorporated in these works shall be as given under
specification and workmanship in the trade section of MES Standard Schedule Part-I duly modified by these
particular specifications and notes on the drawings.
29.1.2 Particular Specifications given here-in-after are only to particularize/ amend or emphasis the aforesaid
specification in the MES Schedule which are not repeated here.
29.1.3 Layout of water supply pipelines including fittings and locations of valves, valve chambers as shown on
drawing are tentative. The exact layout/alignment of water supply pipe lines including their fittings and
location of valves, valve chambers shall be as directed and approved by the Engineer-in-Charge in writing
before the contractor takes the work in hand and nothing extra shall be paid due to any change in
layout/location.
29.1.4 On completion of entire work, the contractor shall submit layout plans drawn to a suitable scale on tracing
cloth, showing actual routes/alignment of various pipelines, indicating the size of pipes and distance of
pipelines from the main buildings and roads to the Engineer-in-Charge. All sizes and dimensions shall be
shown in the above plans in metric units (i.e. in CGS system) only. All work shall be carried out by
plumber/fitters/skilled labours. Nothing extra shall be paid due to above for preparation of final layout plan etc.
29.1.5 Before commencement of excavation, the contractor shall mark the proposed pipe route on ground along with
the alignment as directed by the Engineer-in-Charge. Exact position of valve chamber, pipe supports etc.
which are to be considered on each route shall similarly be marked thereon.

29.2 MATERIALS:

29.2.1 CAST IRON PRESSURE PIPES & FITTINGS:- Refer clause 18.2 of MES Schedule, Part-I.

29.2.2 MILD STEEL GAVANISED TUBES AND FITTINGS:- Refer clause 18.4 of MES Schedule, Part-I.

29.2.3 DUCTILE IRON PRESSURE PIPES & FITTINGS:- Refer clause 18.94 of MES Schedule Part-I. Ductile iron
pressure pipes shall be having ISI stamping with IS: 8329- 2000. Also D.I. fittings shall be having ISI
stamping with relevant I.S.

29.3 LAYING, JOINTING AND TESTING:-


29.3.1 GENERAL: - Laying & jointing of pipes shall be done generally in accordance with MES Schedule Part-I
Clause 18.46.

29.3.2 CUTTING, LAYING, JOINTING AND TESTING OF CI PRESSURE PIPE AND FITTING:-
Refer clause 18.47 and 18.48 of MES Schedule Part-I.

29.3.3 CUTTING, LAYING, JOINTING AND TESTING OF GI PIPE/FITTING: -


Refer Clause 18.50 of MES Schedule Part-I.

29.3.4 LAYING, JOINTING AND TESTING OF DI PIPE/FITTING: -


Refer Clause 18.94 and 18.95 of MES Schedule Part-I.

29.3.5 EXCAVATION OF TRENCHES & LAYING AND JOINTING PIPES:-


Authorised width of trenches shall be as given in Clause 18.42 and 18.50 of SSR 2009 Part-I. Authorised
width of the trenches or width actually excavated whichever is less, shall be only paid.

29.3.6 Returning filling of trenches shall be done with the excavated earth (but free from grass, stone etc.) after
laying and testing of pipes. The earth filling shall be raised to the height of 75mm above the ground level.

29.4 VALVE PITS: The size of valve pits/chambers is as mentioned in relevant section of Schedule „A‟ and as
shown on drawings (Drg No CESZ/TD-1081/2011 Sheet 1/1). The specifications shall be as given below: -

(i) Excavation and earthwork in any type of soil (soft/loose/Hard/dense), returning filling in with
approved soil and removal of spoil to a distance not exceeding 50m.
(ii) Foundation concrete PCC (1:4:8) type D-2.
(iii) Brick work in sub class „B‟ old size bricks with cement mortar (1:4).
(iv) PCC (1:2:4) type B-1, in coping and other situations (Other than foundation concrete).

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 184

PARTICULAR SPECIFICATIONS CONTD…

(v) Covers & locking arrangement all as shown on drawings and as specified in relevant item/clause.
(vi) Rendering 12mm thick in cement mortar (1:4) to exposed brickwork and concrete surface including
finishing fair and even without using extra cement.
(vii) Exposed mild steel surfaces shall be applied two coats of synthetic enamel paint over a coat of red
oxide primer and all the MS embedded in PCC with two coats of bituminous paint.

29.5 SLUICE VALVE: - Sluice valves shall be cast iron body class-I with flanged ends; having brass spindle with
Iron wheel at top. Sluice valve shall be IS marked and as per IS-14846 and/or as per IS-2906 of 1984 of
Class as specified in Schedule „A‟. The contractor shall procure sluice valve either direct from the
manufacturer or authorised distributor/ authorised dealers.

29.6 GUN METAL GATE VALVE:- Gun Metal globe valve shall be provided confirming to relevant Indian
Standard Specifications with Iron Wheel head screwed on both ends for Iron Pipe. Fixing of Gun Metal gate
valve or globe valve shall be done as specified in Para 18.57.1 to 18.57.6 & 18.62 of MES Schedule Part-I.
The Gun Metal Gate valve or Globe Valve shall be IS marked.

29.7 STOP VALVE :- Stop valve shall be ISI marked. Also refer clause 18.14 of MES Schedule Part-I. For fixing
refer clause 18.14 of MES Schedule Part-I.

29.8 TAPPING OF GI/CI MAINS:- Refer clause 18.59 of MES Schedule Part-I.

30. EXTERNAL ELECTRIFICATION WORK :


30.1 SCOPE OF WORK
The scope of work includes external electrification to buildings all as described in Schedule „A‟, shown on
relevant drawings and specified in the particular specifications here-in-after including testing and
commissioning and also includes any other connected items of work required for entire completion, testing and
commissioning, but not specifically mentioned.

30.2 GENERAL
30.2.1 Particular specifications given here-in-after are brief and are only to particularize, amend and emphasize the
specifications of MES Schedule (which are not repeated). General Rules, preambles to various section rates,
special conditions, method of measurements etc given in SSR shall apply to this tender unless otherwise
specified in these documents.

30.2.2 The IS mentioned in the MES Schedule and in the tender documents shall deemed last changed/modified as
per latest amendments issued to IS upto date of receipt of tender.

30.2.3 The installation shall strictly comply with the provisions contained in the latest edition of the Indian Electricity
Rules, Code of Practice for electrification and IS-732 (as applicable to these works) excerpt where such
regulations and rules are modified by these specifications.

30.2.4 All electrical works shall be executed properly by skilled and licensed electricians under the supervision of
suitable, qualified electrical supervisors and engineer. The contractor shall produce to GE, evidence of such
qualifications of his workmen & supervisors (s)/engineer at the time of commencement of the work and if
required by the department, at any time thereafter during contract period, on demand by Engineer-in-Charge.

30.2.5 The layout of external electrification network & system shown in plans/drawings is tentative and may need
modification on ground. The work shall finally be executed as per approval of GE in writing and no price-
adjustment what so ever shall be admissible to the contractor on this account.

30.2.6 The tenderer shall be responsible for supplying installing, laying, connection, testing and commissioning of the
items covered in the tender all as specified & directed by Engineer-in-Charge.

30.2.7 (a) The tenderer shall include all requisite components, accessories like cable glands, cables, CTs
selector switches, shrouds, indication lamps, auxiliary relays contractors, toggle switches, handles, cable
indicating disc, brackets and clamps of all kinds, instrument wiring, instrument fuses, interlocks and all such
other requirements for completion of the entire work though not specifically brought out in Schedule „A‟ and in
these specifications. The tenderer rates shall be deemed to include all connected works required for supplying,
erecting, testing and commissioning of the entire equipments fittings and items like foundation for equipments
supplying and connecting of cables in ducts etc.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 185

PARTICULAR SPECIFICATIONS CONTD…

(b) Unless otherwise specified, civil engineering works required for installation of the equipments such as
grouting of poles and equipments, trench cutting and back filling in ground and in road crossings etc shall be
deemed as included.

(c) Wherever the cable crosses the existing path/road, the contractor shall dig only half the width of
path/road at a time. If required, necessary diversion shall be provided. Proper warning signs and red lights
shall be displayed and watchman posted to prevent any accident at crossing and diversions. After the cables
are laid, tested and trenches refilled, the road/path disturbed shall be made good to conform to the original
specifications. No extra payment shall be made to the contractor for the aforesaid incidentals. The contractor
shall be deemed to have visited site of works made himself familiar.

30.2.8 (a) The entire installation shall run continuously for 24 hours under normal operating conditions and
contractor‟s engineer, fully familiar with the system and equipment, shall be available at the site during this
period for proper setting of relays, instruments etc and rectification of any defect.

(b) All arrangements and equipments required for testing of individual equipments and the installation as a
whole, shall be the responsibility of the contractor. His quoted rates are deemed to include for the same and
no extras shall be admissible to him on this account.

30.2.9 Before laying of cables or excavating for poles/earthing etc, the detailed map of the area showing existing
underground services alignment of water/gas/sewage pipes, telephone and electric cable shall be studied.
Care shall be taken to avoid infringing on or intercepting the existing network and damage thereto.

30.2.10 The items covered in this tender and incorporated in work shall be capable of delivering satisfactory
service/operation without detriment to its life under the climatic conditions of the proposed site.

30.2.11 Before taking up any item of work of this tender in an area not belonging of Min of Defence, the contractor shall
give adequate notice to the local authorities through MES. He shall be responsible for making adequate
arrangements for lighting, watching and guarding the excavation etc which might be a source of danger to the
public.

30.2.12 SAFETY PROCEDURES AND PRACTICES


In all major electrical installations such as sub-stations, workshops, transmission and distribution lines and
cable networks, safety procedures & instructions for working on low, medium and high voltage mains and
apparatus and safety practices listed in IS-5216 (Guide for safety procedures and practices in electrical works)
shall be followed to the extent applicable. The contractor shall provide his workmen with all requisite safety
devices and appliances.

30.2.13 FIRE SAFETY


All electrical equipment shall satisfy the requirements laid down in IS 1446 „Code of practice for fire safety of
buildings (general) electrical installations‟ and IS-3034 „Code of practice for fire safety of industrial buildings,
electrical generating and distributing stations‟ to the extent applicable.

30.2.14 Tripping/protection system shall be tested by secondary injection system at site after installation, before
commissioning, at the contractor‟s cost which is deemed to be included in rates quoted. Relay setting would
be done to provide proper discrimination down stream i.e between MES panel and main incoming, all as
directed by GE.

30.2.15 PHASE SEQUENCE


Proper phase sequence will be ensured in the entire LT electrical system during and by testing for
commissioning. Proper phase sequence and colour coding/marking will be maintained throughout the
installation and suitable marking/pointing (cable markers) will be provided.

30.3 SAMPLES & MATERIALS


30.3.1 The main items to be incorporated in work like package type substation, panels, cables, ACSR conductors,
switch gear, insulators, lightning arrestors etc shall invariably be ISI marked. Where IS marked products are
not available in the country, these shall conform to relevant BIS specifications.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 186

PARTICULAR SPECIFICATIONS CONTD…

30.3.2 Samples of all materials, fittings, & fixtures to be supplied by the contractor shall be submitted to GE for his
approval. The contractor shall procure the items in bulk and commence the work only after the samples are
approved in writing by GE. The contractor shall ensure that all the materials incorporated in the work are
identical in all respects. Samples approved and samples destroyed in testing shall be returned to the
contractor after completion of contract. No payment shall be made for samples destroyed in testing.

30.3.3 Out of the makes specified in the Appendix „E‟ to particular specifications, materials shall be arranged of the
best available make as approved by the GE.

30.3.4 Amendments to IS issued till the date of issuing of tender are deemed to be included.

30.3.5 All manufactured articles required for incorporation in work shall be brought to site in the manufacturer‟s
original packing with the seal intact. The materials shall be procured from the manufacturer(s) or their
authorized dealer(s) only and original purchase vouchers duly machine numbered and bearing the ST/SC
number and manufacture‟s test certificates (duly cross linked in the purchase voucher) shall be submitted by
the contractor to the deptt for inspection and perusal before approval of material. Incorporation shall be done
after material is approved by GE in writing.

30.3.6 In Addition to the above, the contractor shall have to produce the following for verification :-
(a) Excise gate passes (bearing eqpt Nos) for items like package type substation, LT/ HT panels, cables
and ACSR conductors (if quantity is more than a drum)
(b) Type test certificate for the package type substation, LT/HT panels as per IS.

(c) Routine test certificates, for the package type substation, LT/HT panels, cables, ACSR/GOD, lightning
arrestors being supplied.

30.3.7 Executives and the contractor are to clearly understand that “sample approval” and “material approval” are
two distinct activities & phases and proper record for both these activities in a proper sample & material
approval register is to be kept.

30.3.8 No foreign exchange shall be made available by the deptt.

30.4 CROSS ARMS


30.4.1 MES SSR Part-I, clauses 10.9, 19.9 and 19.53.3 shall be referred and followed.

30.4.2 Mild steel sections for manufacturing of cross-arms shall conform to IS-2062.

30.4.3 Cross arms shall be made of rolled MS sections suitable to withstand the load of the conductors drawn over
it and shall be min ISMC-100 for HT lines and min ISMC-75/ISMA-75 for LT lines. Clamps shall be made to
shape out of 50x6mm mild steel flat and 16mm dia bolt, nuts and washers shall be used for fitment. Steel
shall be E-250 / Fe 410 quality „A‟. The edges of cross-arms and flat iron shall be filed smooth. Holes for
insulators etc shall be drilled. MS round 6mm dia hook made to shape for suitable clamp shall be provided
for running earths.

30.4.4 All exposed surfaces of cross-arms, channels, angles and the clamps, bolts, nuts washers shall be painted
with two coats of aluminium paint over one coat of red oxide primer. The cost of this treatment shall be
deemed to be included in unit rates and no extra payment shall be allowed on this account.

30.5 ‗D‘ IRON CLAMPS


30.5.1 Refer para 19.9.1 of SSR Part-I.

30.5.2 „D‟ iron clamps shall be made out of MS flat iron 50x6mm having of specified dimensions and shall be
painted with two coats of aluminium paint over one coat of red oxide primer. The cost of painting also shall
be deemed included in unit rates. Clamps shall be of suitable size to hold the shackle insulators and shall
be complete with pole clamps, necessary bolts, nuts, washers and insulator bolt holes.

30.6 --- BLANK—

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 187

PARTICULAR SPECIFICATIONS CONTD…

30.7 POWER CABLES


30.7.1 (a) HT cables shall be XLPE insulated & PVC sheathed with multistranded aluminium conductors, heavy
duty armoured and IS-7098 marked.
(b) LT cables PVC insulated & PVC sheathed shall be with multistranded aluminium conductors, heavy duty
armoured and IS-1556 marked.

(c) LT cables, XLPE insulated and PVC sheathed shall be with multistranded aluminium conductors, heavy
duty armoured and IS-7098 marked.

(d) LT copper cables shall be PVC insulated, FRLS, IS-694 marked.

30.7.2 The tenderer shall submit the manufacturer‟s test certificates giving full particulars/specifications of cable, the
drum number etc (which shall be co-related with details in the purchase voucher), constructional details and
maximum continuous current carrying capacities in ground, air and in duct along with standard design
conditions. It shall be guaranteed by the tenderer that the cables offered by him shall be of specified
sizes/makes and shall carry normal load as well as short circuit current in the event of any fault at ground
conditions.

30.7.3 All cables shall be as mentioned in Schedule „A‟ and shall be laid/fixed and tested strictly in accordance as
specified in clause 19.73 to 19.86, 19.88 and 19.95 of MES SSR Part-I.

30.7.4 Wherever cables will be crossing or running parallel to existing telephone cables, suitable measures will be
taken and inter-separating distance will be as per latest IS on the subject.

30.7.5 The cable shall be tested before laying and also after laying & jointing, as specified in clause 19.93 of MES
SSR Part-I. All the expenses incurred on tests shall be borne by the contractor without any extra cost the the
Government. If the result of tests are not found satisfactory, the contractor shall at his own expense,
rectify/replace the defective equipments/materials or any part thereof as directed by the Engineer-in-Charge.
The decision of the Accepting Officer shall be final, conclusive and binding.

30.8 STAY ASSEMBLY


30.8.1 Clause 19.8 and 19.55 of MES SSR Part-I shall be referred and followed.

30.8.2 Stay assembly shall be consisting of the following items :-


(a) Stay clamp
(b) Stay wire
(c) Stay insulator
(d) Stay grips
(e) Thimble stay bow
(f) Stay rod
(g) Stay plate etc.

30.8.3 All iron fittings of stay assembly shall be class-3 galvanised. Stay plates and stay rods shall be mild steel
E-250 (Fe 410 quality „A‟).
(a) For HT, the stay plate shall be 300x300x6mm thick and stay rod shall be 20mm dia, 1.8 metre long.

(b) For LT, the stay plate shall be 230x230x6mm thick and stay rod shall be 16mm dia, 1.8 metre long.

30.8.4 The stay plate and rod shall be embedded in PCC (1:3:6) type C-2 using 40mm graded stone, at a depth
as specified in Schedule „A‟ and directed by EIC. The top of the concrete block shall be well below the
ground level to prevent uprooting of the stay rod. Stay rod shall project approx 45 cm beyond ground level.

30.8.5 The stay wire shall conform to IS-2141 and shall have a minimum tensile strength of 70 kg per sq cm.
Breaking strength for 7/8 gauge stay wire shall not be less than 25 Kg per Sq cm.

30.8.6 The stay wire shall be fixed to the stay rod at bottom and to the stay clamps at poles by means of well
spliced joints with a porcelain guy insulator and a turn buckle inserted in the middle and top respectively.
Stay clamps shall be located near about the centre of gravity of the pole of overhead conductor. Clamps
shall be made out of steel flat iron of E-250 (Fe 410 quality „A‟), size 50x6m fixed with 16mm dia bolts, nuts
and washers etc.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 188

PARTICULAR SPECIFICATIONS CONTD…

30.8.7 Stay rod thimble shall be in proper alignment with stay wire. Thimble shall conform to IS-2315. Double
stays shall be provided at all dead ends and at any other place, if required and as directed by Engineer-in-
Charge.
30.8.8 The stay shall make as large as angle, as possible, with the pole and the minimum angle shall be 30
degree or as directed by Engineer-in-Charge.
30.8.9 The length of stay wire shall be as required at site and directed by Engineer-in-Charge. But the length of
the stay wire from stay insulators shall not be less than 3.05 meters from ground level.

30.9 INSULATOR AND INSULATOR FITTINGS


30.9.1 Clause 19.6 and 19.54 of MES SSR Part-I shall be referred and followed. All insulators shall invariably be
ISI marked.
30.9.2 Insulators used on HT shall be brown in colour and that on LT shall be white in colour.
30.9.3 These shall comply with the requirement of IS-731, IS-1465, IS-2486 and IS-3188.

30.10 ANTI-CLIMBING DEVICE.


30.10.1 These shall be provided as mentioned in. The clamp shall be made out of flat iron 50x6mm of required
shape and size to suit the pole. The spikes shall be of mild steel round bars of 12 mm dia.

30.11 DANGER NOTICE BOARDS


These shall be provided as mentioned in Schedule „A‟ and all as specified in clause 19.18 of MES SSR
Part-I. The danger notice plate shall comply with IS-2551.

30.12 CABLE PROTECTION COVERS


30.12.1 LT cable protection shall be as specified in Schedule „A‟. precast concrete cable covers shall be provided
as mentioned in Schedule „A‟ and as specified MES SSR Part-I.
30.12.2 For HT cable protection only PCC covers of sizes as specified in Schedule „A‟ shall be provided. These
shall conform to IS-5820.
30.13 MILD STEEL GALVANISED TUBING.
30.13.1 These shall be provided as mentioned in Schedule „A‟ and as directed by the Engineer-in-Charge. Mild
steel galvanised pipes and also their fittings shall be marked.
30.13.2 Ends of pipes shall be properly sealed with wooden bush and bitumen Compound after drawing the cable
through pipes.
30.13.3 Where cables are to be fixed alongwith poles there shall be drawn through pipes. The pipes shall be fixed
to poles by providing proper clamps.
30.14 EARTHING
30.14.1 Earthing shall be provided of the types as mentioned in Schedule „A‟ and shall be executed as per IS-3043
and clause 19.137 to 19.146 of MES SSR Part-I. The overall earth resistance of the earthing system
(electrode) shall not exceed one ohm. Earthing shall be done in a manner that the inner edges of earth pit
is at least 2 metre from the foundation (extreme outside end) of building/poles etc and the minimum
distance between any two earth electrodes shall be regulated as per IS-3043. All pipes used in earthing
shall be of medium grade.
30.14.2 Concrete pit chamber, RCC cover and charcoal shall be as specified in PS clause No 25.10.4 here in
before. Surplus soil shall be disposed off and site left clean and tidy on completion.
30.14.3 For checking the efficiency of earthing, the following test shall be carried out, preferably during the
summer months :-
(a) The earth resistance of each electrode is measured.
(b) The earth resistance of earthing grid is measured.
(c) All electrodes are connected to the grid and the earth resistance of the entire earthing system is
measured.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 189

PARTICULAR SPECIFICATIONS CONTD…

30.15 LT/HT POLES


30.15.1 Tubular steel poles shall be swaged type, welded and assembled at manufacturer‟s premises only (and
not at site) shall conform to IS-2713 and shall be provided as mentioned in Schedule „A‟ and laid down in
clause 19.3, 19.50, 19.51 & 19.52 of MES SSR Part-I. MS tubing used to manufacture poles shall be IS-
1161 marked and the poles shall be marked with designation, manufacturer‟s identification and year of
manufacture. Finials, base plate shall be of cast iron and proper pole caps shall be provided. Welding
shall be done properly, after swaging at the manufacturer‟s factory itself (The complete manufacturing
activities shall be done in the factory and none will be done at site). Earthing hole shall be provided at 30
cm from planting depth.

30.15.2 Pre-stressed cement concrete poles shall be factory made, conforming to IS-1678 and as laid down in
clause 19.5 of MES SSR Part I.

30.15.3 BLANK

30.16 LIGHTENING ARRESTORS


30.16.1 These shall be provided as specified in Schedule „A‟ and as laid down in clause 19.12 and 19.67 of MES
SSR Part-I.

30.17 AIR BREAK GANG OPERATRED SWITCHES


30.17.1 These shall be provided as mentioned in Schedule „A‟ & as specified in clause 19.69 of MES SSR Part-I.
A Godrej (Freedom) 65 mm, 7 lever lock shall also be provided by the contractor, cost of which is deemed
to be included in quoted rates.

30.18 HT INSULATORS
HT insulators shall be porcelain vitreous brown in colour free from any defects and shall conform to IS-
731. They shall bear the certifications marks of the IS as regards their quality and soundness in all
respects. Dimensions of parts of insulators shall conform to IS-2486 (Part-I& II). Disc insulators shall
conform to IS-3188. Manufacturers test certificate shall be provided for approval.

30.19 LT INSULATORS
These shall be vitreous white in colour and shall conform to IS-1445 and shall be free from any defects.

30.20 PAINTING OF STEEL WORKS


30.20.1 All steel part and other accessories shall have undergone a rigorous rust proofing process before painting.

30.20.2 They shall be treated with high corrosion resistant primer and finally painted with synthetic enamel paint of
grey tint for panels etc.
30.20.3 Exposed surfaces of the steel works in cross arms and OH line network shall be painted with two coats of
aluminium paint over a coat of red oxide Zinc Chromate primer.
30.20.4 Exposed surfaces of steel tubular poles shall be painted with two coats of aluminium paint over a coat of
red oxide primer, except the bottom potion, which is embedded in PCC shall be painted with two coats of
black bituminous paint. The inside of the poles shall be factory painted with two coats of red oxide primer.
30.20.5 The portion of angle iron supports (buried in ground) for cable indicator shall be coated with “Tarstil”. The
portion of angle iron supports (above ground) for cable indicators shall be finished in grey colour with
synthetic enamel paint.

30.21 TRANSFORMER
30.21.1 The transformer shall be inspected by an officer nominated by the Accepting Officer before dispatch
of the transformer and allied equipments at the Factory Premises. The tenderer shall ensure that the
following tests are conducted in factory premises in the presence of the nominated officer:-
(a) Heat Run test/temperature rise test.
(b) Impulse test.
(c) All routine test as per IS-2026.
(d) Magnetization current test.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 178

PARTICULAR SPECIFICATIONS CONTD…

23. AREA DRAINAGE/SAUCER DRAIN:


Works pertaining to Area drainage shall be carried out as mentioned in relevant items of Schedule 'A', as
specified here-in-before for the relevant trades of works and as directed.

24. ROADS, PATH, CULVERT/HARDSTANDING/PAVED AREA WORKS/ROAD FURNITURE WORKS:


24.1 STACKING AND MEASUREMENTS OF MATERIALS : The contractor shall collect and stack,
approved materials like aggregate, sand etc on levelled ground at places indicated by GE near the site of
work in closely packed, stacks, stacks measurement of these materials shall be taken and recorded in
measurement book and signed by the contractor and Engineer-in-Charge as per Special Condition 20.A.1.2
of MES Schedule 2020 Part II rates before commencement of hard standing/road work. It shall be ensured
that the required quantity of materials have been incorporated in the work. However these provisions do not
absolve the contractor from his responsibility of providing more materials as necessary to complete the work.
Any Additional materials required for making good hollows and the depressions during rolling shall be supplied
and provided by the contractor at his own expense in Addition to the stacked materials mentioned here-in--
before.

24.2 ROLLING FORMATION SURFACES :


(a) The formation surfaces shall be rolled to the required gradient and camber with power roller
including sprinkling the surfaces with water as required.
(b) Where rolling is not feasible, prior permission of the GE shall be obtained in writing for hand ramming.
The laying of the base course will commence only after the earth formation is approved by the GE.

24.3 EARTHEN BERMS : Earthen berms as described in respective items of sch 'A' shall be watered and well
consolidated with min 12 ton power roller and finished to profile in line with finished surface of the road/path.

24.4 DRAINAGE OF EARTH FORMATION : At all times, the formation surfaces shall be kept drained by the
contractor. The contractor shall provide such temporary open drain as may be necessary to prevent
accumulation of water from any cause whatsoever.

24.5 SOLING : Soling shall consist of broken stones laid and levelled in one layer, watered and rolled to required
surface and camber all as per clause 20A.2.1 and 20A.20.1 of MES Schedule Part-I.

24.6.1 WATER BOUND MACADAM : Water Bound Macadam shall be carried out all in accordance with clause
20.A.21 of SSR Part-I specifications 2009.

24.7 ASPHALTIC CONCRETE DENSE/SEMIDENSE AND BITUMINOUS MACADAM:

24.7.1 MATERIALS

(a) BINDER :
Binder shall be paving bitumen VG-30 conforming to IS-73-1992. Bitumen shall be procured by the
contractor under his own arrangement and cost. The bitumen shall be procured directly from Indian Oil
Corporation Ltd/ Bharat Petroleum Corporation Ltd / Hindustan Petroleum Corporation Ltd as approved
by GE.

(b) AGGREGATE :
(i) The coarse aggregate shall be crushed/broken stone and shall be non-porous, clean, strong,
hard, durable, free from impurities disintegrated pieces organic or deleterious matter and adherent
coatings. The coarse aggregate shall meet the physical requirements as specified in clause 20B.2.5.2
on page 538 of MES Schedule 2009 (Part-I).
(ii) The fine aggregate (sand) shall be as per source of materials conforming to the samples and
as approved by GE.
(iii) The combined grading of coarse/fine aggregate shall conform to as per clause 20.B-2.5.4 on
page 538 to 540 of MES Schedule 2009 (Part-I).
(iv) The tests for aggregate shall be carried out as per the periodicity laid down in relevant IS and
to satisfy the physical requirements as mentioned in clause 20.B.2.5.2 of MES Schedule 2009 (Part-I).
The cost of these tests shall be borne by the contractor.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 179

PARTICULAR SPECIFICATIONS CONTD…

(c) FILLER FOR ASPHALTIC CONCRETE


Refer clause 20.B.2.5 of MES Schedule 2009 (Part-I). Filler shall be cement or lime stone dust as
directed. Quantity of filler shall be 2% by weight of aggregate mix.

24.7.2 MIX DESIGN CRITERIA FOR BITUMINOUS MACADAM/DENSE ASPHALTIC CONCRETE/ SEMI-DENSE
ASPHALTIC CONCRETE
The design requirements shall be as per clause 20.B.2.11 on page 542 of MES Schedule Part-I.

24.7.3 FIELD DENSITY :


Field density shall be assumed as 95% of lab density.
Mix design shall be got done from any approved Regional laboratory/ Govt lab/Govt approved lab/Engineering
college as directed by GE/Engineer-in –charge and the cost of mix design shall be borne by the contractor. Mix
design, conforming to test requirements mentioned here-in-before shall be finally got approved from the
Accepting Officer. However, if there is a variation in the percentage of binder in the approved design mix from
as specified in Schedule „A‟. No price adjustment shall be made for variation in the quantity of aggregate on
account of variation in the quantity of binder in the approved design mix. For the purpose of adjustment in the
total quantity of bituminous asphaltic concrete, the field density of asphaltic pavement shall be maximum of
95% of the Lab density has been considered 2.3 MT per cubic metre (Minimum) of pavement.
The quantity of binder to be adjusted shall be derived from the following formula.
Q=AxTxd (P1-P2)
100
Where : -
Q= Quantiy of bitumen to be adjusted in tonnes
A= Area of Pavement in square metre.
T= Thickness of pavement in metre
d=Field density of the pavement
P1= Percentage of binder specified ie 5.5 or 6 (As per BOQ Item)
P2= Percentage of binder in the approved mix by which work is carried in
respect of asphaltic concrete.
NOTES
1. Field density for the purpose of adjustment shall be assumed as 95% of lab density, irrespective
of actual density achieved at ground with a permissible limits as specified.

2. The price adjustment shall be carried out through a proper deviation order.

24.7.4 CONSTRUCTIONAL OPERATION


The work in respect of laying of asphaltic concrete shall commence only after written permission of the
Engineer-in-Charge.

24.7.5 WEATHER & SEASONAL LIMITATIONS


Asphaltic concrete shall not be laid during rainy weather or when the base course is damp or wet.

24.7.6 PREPARATION OF SURFACES


The surfaces on which asphaltic concrete pavement to be laid shall be thoroughly swept and scrubbed clean
and shall be free of dust and other foreign matters.

24.7.7 TACK COAT


On the prepared surface final course of bitumen macadam, a tack coat of paving bitumen as specified in BOQ
shall be spread uniformly with the help of mechanical sprayer, just ahead of asphaltic concrete.

24.7.8 SURFACE FINISHING


The surface irregularities shall be checked with the help of straight edge along the length of road and the
maximum undulation allowed in the surface shall be +/- 3 mm. Freshly laid surface shall be checked with
straight edge. In case the irregularities are more than +/- 3mm, surface shall be cut filled to bring the surface
within the tolerance. The unit rates quoted by contractor shall be deemed to cater for such contingencies and
nothing extra shall be paid to him in case of any extra thickness laid by him. In no case thickness of
bituminous asphaltic concrete shall be less than the thickness specified in Schedule „A‟.

24.7.9 PREPARATION OF MIX


Preparation of ashpaltic concrete shall be done strictly in accordance with clause No 20.B.4.4 of SSR (Part-I).

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 180

PARTICULAR SPECIFICATIONS CONTD…

24.7.10 TRANSPORTATION OF MIX : Transportation of mix shall be done strictly in accordance with clause No
20.B.4.5 of SSR 2009 (Part-I).

24.7.11 SPREADING OF THE MIX : Spreading of the mix shall be carried out strictly in accordance with clause No
20.B.4.6 of SSR 2009 (Part-I).

24.7.12 COMPACTION : Compaction shall be carried out strictly in accordance with clause No 20.B.4.7 of SSR 2009
(Part-I).
24.7.13 QUALITY CONTROLS : Controls shall be carried out strictly in accordance with clause No 20.B.4.9 of MES
Schedule Part-I. All the tests specified as per the frequency in the controls shall be carried out by the
contractor from any approved Regional laboratory/ Govt lab/Govt approved lab/Engineering college as directed
by GE/Engineer-in-charge and the cost of these tests shall be borne by the contractor.
24.7.14 CONTROLS ON LAID THICKNESS : Controls on laid thickness shall be carried out in accordance with
clause No 20-B.4.10 of SSR (Part-I).

24.8 WET MIX MACADAM (WMM) : It shall be carried out in accordance with clause No 20.B.5 of SSR (Part-I)
2009 and all as directed by GE/Engineer-in-charge.

25. PRECAST KERB STONE:


25.1 DIMENSIONS: Pre cast kerb stone blocks shall be of dimension as mentioned in Sch A. Blocks shall be
uniform in shape and shall have no structural faults such as gravel accumulations, hollows or cracks. Pre cast
block shall be fairly straight, flat and will have no burrs or projections.
25.2 MANUFACTURING: Kerb stone blocks shall be casted in an automatic plant working on vibration and
simultaneous hydraulic compression from top.It shall be procured by the contractor from one of the following
manufacturers:-
(i) M/s NITCO Tiles Pvt Ltd, Maker Chambers-III, Mumbai-400021
(ii) M/s METRO Tiles, 142, GaJT DIR(CONTRACTS)ala Estate, S V Road, Jogeshwari(W), Mumbai-
400102
(iii) M/s S K Tiles, Jodhpur
(iv) M/s Swastik Tiles, F-660, North Extension, MIA Alwar(Raj)
(v) M/s Mehtab Tiles Rani shopping centre, Bhawar Kuan, Main Road, Indore(MP) -452006

25.3 TOLERANCES:
Length & width of blocks shall be within a tolerance of ±2mm of the nominal dimensions. Thickness of blocks
shall be within tolerance of ±3mm of the nominal thickness.

25.4 MIX OF CONCRETE:


Kerb stone blocks shall be manufactured out of PCC 1:2:4 concrete.

25.5 TESTING:
Before incorporation in work, paving blocks shall be tested for their compressive strength. Frequency of testing
shall be as per test criteria fixed for bricks in Appendix „F‟.

25.6 LAYING
Refer clause 20.A.33 of SSR Part-I for laying and finishes of kerb stone blocks.

25A ROAD FURNITURE MATERIALS:


25A.1 Painting Lines, Dashes, Arrows, Letters, etc. with Hot Thermoplastic Road Marking Paint:
(a) The thermoplastic compound shall be screeded / extruded on to the pavement surface in molted state
by suitable machine capable of controlled preparation and laying with surface applicator of glass beads
at a specific 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 and directed by the Engineer in
charge/GE.

25A.2 Road/ Pavement Marking Tape: It shall be self adhesive of approved make and colour shall be made out of
polyurethane top coat and reinforced netting. A road marking tape shall be fixed on existing/ new bituminous
road surface as per manufacturer‟s instructions to withstand vehicles traffic load.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 181

PARTICULAR SPECIFICATIONS CONTD…

25A.3 Solar Road Delineator: Solar road delineator of approved make shall have 6 LEDs of red/yellow colour
housed in plastic body with LEDs, solar cells, battery and light sensor well protected in polycarbonate sheet,
device protected with powder coated wire mesh cage, equipped with solar system mounted over 47mm dia
with wall thickness 16 gauge steel tube powder coated of length 1000mm, having sheet foot for firm grip to
ground. Delineator to have additional reflective bands equipped with solar system workable for 2-3 days
(nights) after full charge of 8-10 hours. Quoted are to be inclusive of necessary earthwork and PCC 1:3:6 type
C-1 of size 30cm x 30cm x 40cm.

25A.4 Tubular Delineators: Tubular delineator shall be provided and fixed as per respective item of Schedule „A‟
(BOQ). If not specified than, having 100mm dia cube corner high intensity reflector (signal red/yellow/white)
held in strong ABS plastic body mounted over CRC steel tube 45/50mm dia of 16 gauge sheet support of total
height 900mm having flared/welded mesh cage. All steel parts powder coated to make all weather resistant.
Vertical support tube shall have a plastic sheet reflector all around. Quoted rates are inclusive of necessary
earthwork and PCC (1:2:4) type C-1 of size 15cm x 15cm x 30cm all around.

25A.5 Cat eye: Solar cat eye shall be provided and fixed as per respective item of Schedule „A‟ (BOQ).

25A.6 Speed Breaker: It shall be of approved make. Dual directional with ABS body and UV stabilized formed using
interlocking pieces each of size 250mm x 345mm x 50mm high. Speed breaker shall be of black and yellow
colour having four glass reflective lenses per piece (interlocking pattern). It shall be fixed all as per
manufacturer‟s instructions on road surface using 12mm dia steel zinc plated nail provided by the manufacturer
with the breaker.

26 BORE WELL WORKS:


The bore well works shall be executed all as per Schedule „A‟ and as specified here-in-after.
26.1 Pea Gravel:
26.1.1 The gravel as approved by GE shall be used in the work.
26.1.2 The gravel shall be measured as net in compact stacks prepared on levelled ground and shall be recorded in
the measurement book only, signed by both the parties before it is packed in the tube-well. Any gravel left
surplus on completion of work shall be similarly measured and net quantity consumed in the work will only be
paid for.
26.2 Strainer : The strainer shall be as per Schedule „A‟. The slots of strainer shall suit the size of sand grains and
filtration of water in the well to give yield as per Schedule „A‟. The strainer shall be got approved from the
Engineer-in-Charge before lowering.
26.3 Boring well: The well shall be bored up to a depth as given in Schedule „A‟ below ground level. The actual
depth will be limited by striking of suitable water bearing strata which shall yield the required discharge of 350
liter per minute. If suitable water bearing strata is not available by boring to a depth of 250 metres to get the
specified yield, the matter shall be referred to Accepting officer for his decision.
26.4 Completion of Well : The top of housing pipe shall be fitted with clamp made out of flat iron 150 x 20mm thick
MS plate protruding at least 30cm on either side of the housing pipe with 4 Nos. 15mm dia bolts on PCC block.
The entire assembly i.e. housing pipe and casing pipe shall be scrupulously clean of all rust etc. with wire
brush and shall be painted with anti-corrosive black bituminous paint and approved by Engineer-in-Charge
before lowering. The entire assembly shall be installed in true vertical position. The verticality of the well shall
be tested and at no stage shall be out more than 15mm in testing in 20 metres. The contractor shall supply
necessary apparatus for testing the verticality of the well and in case the deviation is more than the permissible
limit, the contractor shall take out the pipe and lower it correctly at his own cost. The assembly shall load in the
house centrally; centering guides shall be fitted to the assembly at an interval of 25 metres to enable entire
assembly to be centrally placed.
26.5 Soil and strata: Samples of strata shall be taken at every 3 metres or after the strata changes and shall be
carefully preserved at site in a sample box and shall be available for inspection by the inspecting authorities.
This shall be handed over to the MES after completion.
26.6 Work in accordance with latest Engineering Practice: All works shall be carried out in accordance with the
latest engineering practice to the entire satisfaction of the Engineer-in-Charge. The contractor shall supply to
the Engineer-in-Charge on completion of the tube well complete data of the tube well on a tracing cloth
showing the following without any extra payment for the same:-

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 182

PARTICULAR SPECIFICATIONS CONTD…

(a) Strata changes and encountered, with description & depth with particular reference to sand grain
sizes of water bearing strata.
(b) Spring level below GL (acquirer with water bearing strata) opposite of which strainer has been
located.
(c) Strata opposite of which blind pipes have been located.
(d) Position of joints in slotted/blind pipes and housing pipes.
(e) Diameter of the bore.
(f) Diameter and length of each section of final bore lining & strainer.
(g) Type and make of strainer.
(h) Rate of progress of drilling
(j) The amount of gravel initially packed in development
(k) Yield test and duration of development, depression & working level, presence of sand etc.
26.7 Special provision about rock strata & yield: In case of meeting rock strata which in the opinion of the GE
cannot be bored through, the contractor shall be required to abandon the well and will undertake boring at
new location as directed by Engineer-in-charge/GE. The payment for the work executed at the abandoned
site shall be made at the appropriate rates quoted by the contractor in Schedule „A‟. In case of any
differences of opinion about the possibility of boring the rock strata met with, between the Engineer-in-Charge
and contractor, the decision of the CWE shall be final and binding on both the parties. In case it is found that
the yield is not adequate due to defective/inferior materials/workmanship used by the contractor, the
contractor shall take the remedial action as directed by CWE which is final and binding.
26.8 Development of Tube well: The contractor shall develop the well by compressor and by other suitable unit
by over pumping to ensure a minimum yield of 350 liter per minute for a period as required to achieve the
aforesaid minimum yield. During the course of development, back surging will be done for five minutes after
every hour of development. The discharge during development shall be measured at an interval of three
hours. The record thereof shall be kept by the contractor.
Additional pea gravel as specified shall be added as the development proceeds. The development process
shall be continued till:-
(a) The discharge ceased to improve at a fixed depression or alternatively depression ceases to
improve at a constant discharge.
(b) The water shall be considered free of sand contents or suspended particles if these are not more
than five parts in one million parts of water by volume within 10 minutes of the start of the pumping.
26.9 Testing: The contractor shall arrange all equipment necessary for testing of the tube well and then he will
inform the GE in writing as soon as the well is ready. The test shall be carried out within 7 days of completion
after continuous pumping. The well shall be tested for 24 hours giving a minimum yield of 350 liter per minute.
The well shall then be allowed to recuperate for a period of 8 hours. After this continuous pumping shall be
carried out for a period of 16 hours for final testing, during which the well should give a minimum yield of
50,000 GPH. Yield will be measured either over a “V” notch or with circular orifice weir to be arranged by the
contractor. All cost of equipment for testing as well as cost of testing shall be borne by the contractor.
26.10 Completion: The work of tube well shall not be completed until the well has been tested to the entire
satisfaction of the GE and certified by him as such and the site is cleared after filling, ramming and leveling
the performed water pits.
27. BLANK

28. FIRE FIGHTING WORK:-


Fire Fighting work shall be carried out as mentioned in relevant items of Sch„A‟ / BOQ, as specified in SSR
Part-I, Section 27. Testing of the firefighting shall be carried out by concerned statutory authority in presence
of an officer to be detailed by the Accepting Officer. Rate of Firefighting tank shall be included in quoted rates
by the tenderer for the Buildings in Sch „A‟.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 183

PARTICULAR SPECIFICATIONS CONTD…

29 EXTERNAL WATER SUPPLY WORK:-


29.1 GENERAL
29.1.1 Materials, workmanship and testing required to be incorporated in these works shall be as given under
specification and workmanship in the trade section of MES Standard Schedule Part-I duly modified by these
particular specifications and notes on the drawings.
29.1.2 Particular Specifications given here-in-after are only to particularize/ amend or emphasis the aforesaid
specification in the MES Schedule which are not repeated here.
29.1.3 Layout of water supply pipelines including fittings and locations of valves, valve chambers as shown on
drawing are tentative. The exact layout/alignment of water supply pipe lines including their fittings and
location of valves, valve chambers shall be as directed and approved by the Engineer-in-Charge in writing
before the contractor takes the work in hand and nothing extra shall be paid due to any change in
layout/location.
29.1.4 On completion of entire work, the contractor shall submit layout plans drawn to a suitable scale on tracing
cloth, showing actual routes/alignment of various pipelines, indicating the size of pipes and distance of
pipelines from the main buildings and roads to the Engineer-in-Charge. All sizes and dimensions shall be
shown in the above plans in metric units (i.e. in CGS system) only. All work shall be carried out by
plumber/fitters/skilled labours. Nothing extra shall be paid due to above for preparation of final layout plan etc.
29.1.5 Before commencement of excavation, the contractor shall mark the proposed pipe route on ground along with
the alignment as directed by the Engineer-in-Charge. Exact position of valve chamber, pipe supports etc.
which are to be considered on each route shall similarly be marked thereon.

29.2 MATERIALS:

29.2.1 CAST IRON PRESSURE PIPES & FITTINGS:- Refer clause 18.2 of MES Schedule, Part-I.

29.2.2 MILD STEEL GAVANISED TUBES AND FITTINGS:- Refer clause 18.4 of MES Schedule, Part-I.

29.2.3 DUCTILE IRON PRESSURE PIPES & FITTINGS:- Refer clause 18.94 of MES Schedule Part-I. Ductile iron
pressure pipes shall be having ISI stamping with IS: 8329- 2000. Also D.I. fittings shall be having ISI
stamping with relevant I.S.

29.3 LAYING, JOINTING AND TESTING:-


29.3.1 GENERAL: - Laying & jointing of pipes shall be done generally in accordance with MES Schedule Part-I
Clause 18.46.

29.3.2 CUTTING, LAYING, JOINTING AND TESTING OF CI PRESSURE PIPE AND FITTING:-
Refer clause 18.47 and 18.48 of MES Schedule Part-I.

29.3.3 CUTTING, LAYING, JOINTING AND TESTING OF GI PIPE/FITTING: -


Refer Clause 18.50 of MES Schedule Part-I.

29.3.4 LAYING, JOINTING AND TESTING OF DI PIPE/FITTING: -


Refer Clause 18.94 and 18.95 of MES Schedule Part-I.

29.3.5 EXCAVATION OF TRENCHES & LAYING AND JOINTING PIPES:-


Authorised width of trenches shall be as given in Clause 18.42 and 18.50 of SSR 2009 Part-I. Authorised
width of the trenches or width actually excavated whichever is less, shall be only paid.

29.3.6 Returning filling of trenches shall be done with the excavated earth (but free from grass, stone etc.) after
laying and testing of pipes. The earth filling shall be raised to the height of 75mm above the ground level.

29.4 VALVE PITS: The size of valve pits/chambers is as mentioned in relevant section of Schedule „A‟ and as
shown on drawings (Drg No CESZ/TD-1081/2011 Sheet 1/1). The specifications shall be as given below: -

(i) Excavation and earthwork in any type of soil (soft/loose/Hard/dense), returning filling in with
approved soil and removal of spoil to a distance not exceeding 50m.
(ii) Foundation concrete PCC (1:4:8) type D-2.
(iii) Brick work in sub class „B‟ old size bricks with cement mortar (1:4).
(iv) PCC (1:2:4) type B-1, in coping and other situations (Other than foundation concrete).

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 184

PARTICULAR SPECIFICATIONS CONTD…

(v) Covers & locking arrangement all as shown on drawings and as specified in relevant item/clause.
(vi) Rendering 12mm thick in cement mortar (1:4) to exposed brickwork and concrete surface including
finishing fair and even without using extra cement.
(vii) Exposed mild steel surfaces shall be applied two coats of synthetic enamel paint over a coat of red
oxide primer and all the MS embedded in PCC with two coats of bituminous paint.

29.5 SLUICE VALVE: - Sluice valves shall be cast iron body class-I with flanged ends; having brass spindle with
Iron wheel at top. Sluice valve shall be IS marked and as per IS-14846 and/or as per IS-2906 of 1984 of
Class as specified in Schedule „A‟. The contractor shall procure sluice valve either direct from the
manufacturer or authorised distributor/ authorised dealers.

29.6 GUN METAL GATE VALVE:- Gun Metal globe valve shall be provided confirming to relevant Indian
Standard Specifications with Iron Wheel head screwed on both ends for Iron Pipe. Fixing of Gun Metal gate
valve or globe valve shall be done as specified in Para 18.57.1 to 18.57.6 & 18.62 of MES Schedule Part-I.
The Gun Metal Gate valve or Globe Valve shall be IS marked.

29.7 STOP VALVE :- Stop valve shall be ISI marked. Also refer clause 18.14 of MES Schedule Part-I. For fixing
refer clause 18.14 of MES Schedule Part-I.

29.8 TAPPING OF GI/CI MAINS:- Refer clause 18.59 of MES Schedule Part-I.

30. EXTERNAL ELECTRIFICATION WORK :


30.1 SCOPE OF WORK
The scope of work includes external electrification to buildings all as described in Schedule „A‟, shown on
relevant drawings and specified in the particular specifications here-in-after including testing and
commissioning and also includes any other connected items of work required for entire completion, testing and
commissioning, but not specifically mentioned.

30.2 GENERAL
30.2.1 Particular specifications given here-in-after are brief and are only to particularize, amend and emphasize the
specifications of MES Schedule (which are not repeated). General Rules, preambles to various section rates,
special conditions, method of measurements etc given in SSR shall apply to this tender unless otherwise
specified in these documents.

30.2.2 The IS mentioned in the MES Schedule and in the tender documents shall deemed last changed/modified as
per latest amendments issued to IS upto date of receipt of tender.

30.2.3 The installation shall strictly comply with the provisions contained in the latest edition of the Indian Electricity
Rules, Code of Practice for electrification and IS-732 (as applicable to these works) excerpt where such
regulations and rules are modified by these specifications.

30.2.4 All electrical works shall be executed properly by skilled and licensed electricians under the supervision of
suitable, qualified electrical supervisors and engineer. The contractor shall produce to GE, evidence of such
qualifications of his workmen & supervisors (s)/engineer at the time of commencement of the work and if
required by the department, at any time thereafter during contract period, on demand by Engineer-in-Charge.

30.2.5 The layout of external electrification network & system shown in plans/drawings is tentative and may need
modification on ground. The work shall finally be executed as per approval of GE in writing and no price-
adjustment what so ever shall be admissible to the contractor on this account.

30.2.6 The tenderer shall be responsible for supplying installing, laying, connection, testing and commissioning of the
items covered in the tender all as specified & directed by Engineer-in-Charge.

30.2.7 (a) The tenderer shall include all requisite components, accessories like cable glands, cables, CTs
selector switches, shrouds, indication lamps, auxiliary relays contractors, toggle switches, handles, cable
indicating disc, brackets and clamps of all kinds, instrument wiring, instrument fuses, interlocks and all such
other requirements for completion of the entire work though not specifically brought out in Schedule „A‟ and in
these specifications. The tenderer rates shall be deemed to include all connected works required for supplying,
erecting, testing and commissioning of the entire equipments fittings and items like foundation for equipments
supplying and connecting of cables in ducts etc.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 185

PARTICULAR SPECIFICATIONS CONTD…

(b) Unless otherwise specified, civil engineering works required for installation of the equipments such as
grouting of poles and equipments, trench cutting and back filling in ground and in road crossings etc shall be
deemed as included.

(c) Wherever the cable crosses the existing path/road, the contractor shall dig only half the width of
path/road at a time. If required, necessary diversion shall be provided. Proper warning signs and red lights
shall be displayed and watchman posted to prevent any accident at crossing and diversions. After the cables
are laid, tested and trenches refilled, the road/path disturbed shall be made good to conform to the original
specifications. No extra payment shall be made to the contractor for the aforesaid incidentals. The contractor
shall be deemed to have visited site of works made himself familiar.

30.2.8 (a) The entire installation shall run continuously for 24 hours under normal operating conditions and
contractor‟s engineer, fully familiar with the system and equipment, shall be available at the site during this
period for proper setting of relays, instruments etc and rectification of any defect.

(b) All arrangements and equipments required for testing of individual equipments and the installation as a
whole, shall be the responsibility of the contractor. His quoted rates are deemed to include for the same and
no extras shall be admissible to him on this account.

30.2.9 Before laying of cables or excavating for poles/earthing etc, the detailed map of the area showing existing
underground services alignment of water/gas/sewage pipes, telephone and electric cable shall be studied.
Care shall be taken to avoid infringing on or intercepting the existing network and damage thereto.

30.2.10 The items covered in this tender and incorporated in work shall be capable of delivering satisfactory
service/operation without detriment to its life under the climatic conditions of the proposed site.

30.2.11 Before taking up any item of work of this tender in an area not belonging of Min of Defence, the contractor shall
give adequate notice to the local authorities through MES. He shall be responsible for making adequate
arrangements for lighting, watching and guarding the excavation etc which might be a source of danger to the
public.

30.2.12 SAFETY PROCEDURES AND PRACTICES


In all major electrical installations such as sub-stations, workshops, transmission and distribution lines and
cable networks, safety procedures & instructions for working on low, medium and high voltage mains and
apparatus and safety practices listed in IS-5216 (Guide for safety procedures and practices in electrical works)
shall be followed to the extent applicable. The contractor shall provide his workmen with all requisite safety
devices and appliances.

30.2.13 FIRE SAFETY


All electrical equipment shall satisfy the requirements laid down in IS 1446 „Code of practice for fire safety of
buildings (general) electrical installations‟ and IS-3034 „Code of practice for fire safety of industrial buildings,
electrical generating and distributing stations‟ to the extent applicable.

30.2.14 Tripping/protection system shall be tested by secondary injection system at site after installation, before
commissioning, at the contractor‟s cost which is deemed to be included in rates quoted. Relay setting would
be done to provide proper discrimination down stream i.e between MES panel and main incoming, all as
directed by GE.

30.2.15 PHASE SEQUENCE


Proper phase sequence will be ensured in the entire LT electrical system during and by testing for
commissioning. Proper phase sequence and colour coding/marking will be maintained throughout the
installation and suitable marking/pointing (cable markers) will be provided.

30.3 SAMPLES & MATERIALS


30.3.1 The main items to be incorporated in work like package type substation, panels, cables, ACSR conductors,
switch gear, insulators, lightning arrestors etc shall invariably be ISI marked. Where IS marked products are
not available in the country, these shall conform to relevant BIS specifications.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 186

PARTICULAR SPECIFICATIONS CONTD…

30.3.2 Samples of all materials, fittings, & fixtures to be supplied by the contractor shall be submitted to GE for his
approval. The contractor shall procure the items in bulk and commence the work only after the samples are
approved in writing by GE. The contractor shall ensure that all the materials incorporated in the work are
identical in all respects. Samples approved and samples destroyed in testing shall be returned to the
contractor after completion of contract. No payment shall be made for samples destroyed in testing.

30.3.3 Out of the makes specified in the Appendix „E‟ to particular specifications, materials shall be arranged of the
best available make as approved by the GE.

30.3.4 Amendments to IS issued till the date of issuing of tender are deemed to be included.

30.3.5 All manufactured articles required for incorporation in work shall be brought to site in the manufacturer‟s
original packing with the seal intact. The materials shall be procured from the manufacturer(s) or their
authorized dealer(s) only and original purchase vouchers duly machine numbered and bearing the ST/SC
number and manufacture‟s test certificates (duly cross linked in the purchase voucher) shall be submitted by
the contractor to the deptt for inspection and perusal before approval of material. Incorporation shall be done
after material is approved by GE in writing.

30.3.6 In Addition to the above, the contractor shall have to produce the following for verification :-
(a) Excise gate passes (bearing eqpt Nos) for items like package type substation, LT/ HT panels, cables
and ACSR conductors (if quantity is more than a drum)
(b) Type test certificate for the package type substation, LT/HT panels as per IS.

(c) Routine test certificates, for the package type substation, LT/HT panels, cables, ACSR/GOD, lightning
arrestors being supplied.

30.3.7 Executives and the contractor are to clearly understand that “sample approval” and “material approval” are
two distinct activities & phases and proper record for both these activities in a proper sample & material
approval register is to be kept.

30.3.8 No foreign exchange shall be made available by the deptt.

30.4 CROSS ARMS


30.4.1 MES SSR Part-I, clauses 10.9, 19.9 and 19.53.3 shall be referred and followed.

30.4.2 Mild steel sections for manufacturing of cross-arms shall conform to IS-2062.

30.4.3 Cross arms shall be made of rolled MS sections suitable to withstand the load of the conductors drawn over
it and shall be min ISMC-100 for HT lines and min ISMC-75/ISMA-75 for LT lines. Clamps shall be made to
shape out of 50x6mm mild steel flat and 16mm dia bolt, nuts and washers shall be used for fitment. Steel
shall be E-250 / Fe 410 quality „A‟. The edges of cross-arms and flat iron shall be filed smooth. Holes for
insulators etc shall be drilled. MS round 6mm dia hook made to shape for suitable clamp shall be provided
for running earths.

30.4.4 All exposed surfaces of cross-arms, channels, angles and the clamps, bolts, nuts washers shall be painted
with two coats of aluminium paint over one coat of red oxide primer. The cost of this treatment shall be
deemed to be included in unit rates and no extra payment shall be allowed on this account.

30.5 ‗D‘ IRON CLAMPS


30.5.1 Refer para 19.9.1 of SSR Part-I.

30.5.2 „D‟ iron clamps shall be made out of MS flat iron 50x6mm having of specified dimensions and shall be
painted with two coats of aluminium paint over one coat of red oxide primer. The cost of painting also shall
be deemed included in unit rates. Clamps shall be of suitable size to hold the shackle insulators and shall
be complete with pole clamps, necessary bolts, nuts, washers and insulator bolt holes.

30.6 --- BLANK—

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 187

PARTICULAR SPECIFICATIONS CONTD…

30.7 POWER CABLES


30.7.1 (a) HT cables shall be XLPE insulated & PVC sheathed with multistranded aluminium conductors, heavy
duty armoured and IS-7098 marked.
(b) LT cables PVC insulated & PVC sheathed shall be with multistranded aluminium conductors, heavy duty
armoured and IS-1556 marked.

(c) LT cables, XLPE insulated and PVC sheathed shall be with multistranded aluminium conductors, heavy
duty armoured and IS-7098 marked.

(d) LT copper cables shall be PVC insulated, FRLS, IS-694 marked.

30.7.2 The tenderer shall submit the manufacturer‟s test certificates giving full particulars/specifications of cable, the
drum number etc (which shall be co-related with details in the purchase voucher), constructional details and
maximum continuous current carrying capacities in ground, air and in duct along with standard design
conditions. It shall be guaranteed by the tenderer that the cables offered by him shall be of specified
sizes/makes and shall carry normal load as well as short circuit current in the event of any fault at ground
conditions.

30.7.3 All cables shall be as mentioned in Schedule „A‟ and shall be laid/fixed and tested strictly in accordance as
specified in clause 19.73 to 19.86, 19.88 and 19.95 of MES SSR Part-I.

30.7.4 Wherever cables will be crossing or running parallel to existing telephone cables, suitable measures will be
taken and inter-separating distance will be as per latest IS on the subject.

30.7.5 The cable shall be tested before laying and also after laying & jointing, as specified in clause 19.93 of MES
SSR Part-I. All the expenses incurred on tests shall be borne by the contractor without any extra cost the the
Government. If the result of tests are not found satisfactory, the contractor shall at his own expense,
rectify/replace the defective equipments/materials or any part thereof as directed by the Engineer-in-Charge.
The decision of the Accepting Officer shall be final, conclusive and binding.

30.8 STAY ASSEMBLY


30.8.1 Clause 19.8 and 19.55 of MES SSR Part-I shall be referred and followed.

30.8.2 Stay assembly shall be consisting of the following items :-


(a) Stay clamp
(b) Stay wire
(c) Stay insulator
(d) Stay grips
(e) Thimble stay bow
(f) Stay rod
(g) Stay plate etc.

30.8.3 All iron fittings of stay assembly shall be class-3 galvanised. Stay plates and stay rods shall be mild steel
E-250 (Fe 410 quality „A‟).
(a) For HT, the stay plate shall be 300x300x6mm thick and stay rod shall be 20mm dia, 1.8 metre long.

(b) For LT, the stay plate shall be 230x230x6mm thick and stay rod shall be 16mm dia, 1.8 metre long.

30.8.4 The stay plate and rod shall be embedded in PCC (1:3:6) type C-2 using 40mm graded stone, at a depth
as specified in Schedule „A‟ and directed by EIC. The top of the concrete block shall be well below the
ground level to prevent uprooting of the stay rod. Stay rod shall project approx 45 cm beyond ground level.

30.8.5 The stay wire shall conform to IS-2141 and shall have a minimum tensile strength of 70 kg per sq cm.
Breaking strength for 7/8 gauge stay wire shall not be less than 25 Kg per Sq cm.

30.8.6 The stay wire shall be fixed to the stay rod at bottom and to the stay clamps at poles by means of well
spliced joints with a porcelain guy insulator and a turn buckle inserted in the middle and top respectively.
Stay clamps shall be located near about the centre of gravity of the pole of overhead conductor. Clamps
shall be made out of steel flat iron of E-250 (Fe 410 quality „A‟), size 50x6m fixed with 16mm dia bolts, nuts
and washers etc.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 188

PARTICULAR SPECIFICATIONS CONTD…

30.8.7 Stay rod thimble shall be in proper alignment with stay wire. Thimble shall conform to IS-2315. Double
stays shall be provided at all dead ends and at any other place, if required and as directed by Engineer-in-
Charge.
30.8.8 The stay shall make as large as angle, as possible, with the pole and the minimum angle shall be 30
degree or as directed by Engineer-in-Charge.
30.8.9 The length of stay wire shall be as required at site and directed by Engineer-in-Charge. But the length of
the stay wire from stay insulators shall not be less than 3.05 meters from ground level.

30.9 INSULATOR AND INSULATOR FITTINGS


30.9.1 Clause 19.6 and 19.54 of MES SSR Part-I shall be referred and followed. All insulators shall invariably be
ISI marked.
30.9.2 Insulators used on HT shall be brown in colour and that on LT shall be white in colour.
30.9.3 These shall comply with the requirement of IS-731, IS-1465, IS-2486 and IS-3188.

30.10 ANTI-CLIMBING DEVICE.


30.10.1 These shall be provided as mentioned in. The clamp shall be made out of flat iron 50x6mm of required
shape and size to suit the pole. The spikes shall be of mild steel round bars of 12 mm dia.

30.11 DANGER NOTICE BOARDS


These shall be provided as mentioned in Schedule „A‟ and all as specified in clause 19.18 of MES SSR
Part-I. The danger notice plate shall comply with IS-2551.

30.12 CABLE PROTECTION COVERS


30.12.1 LT cable protection shall be as specified in Schedule „A‟. precast concrete cable covers shall be provided
as mentioned in Schedule „A‟ and as specified MES SSR Part-I.
30.12.2 For HT cable protection only PCC covers of sizes as specified in Schedule „A‟ shall be provided. These
shall conform to IS-5820.
30.13 MILD STEEL GALVANISED TUBING.
30.13.1 These shall be provided as mentioned in Schedule „A‟ and as directed by the Engineer-in-Charge. Mild
steel galvanised pipes and also their fittings shall be marked.
30.13.2 Ends of pipes shall be properly sealed with wooden bush and bitumen Compound after drawing the cable
through pipes.
30.13.3 Where cables are to be fixed alongwith poles there shall be drawn through pipes. The pipes shall be fixed
to poles by providing proper clamps.
30.14 EARTHING
30.14.1 Earthing shall be provided of the types as mentioned in Schedule „A‟ and shall be executed as per IS-3043
and clause 19.137 to 19.146 of MES SSR Part-I. The overall earth resistance of the earthing system
(electrode) shall not exceed one ohm. Earthing shall be done in a manner that the inner edges of earth pit
is at least 2 metre from the foundation (extreme outside end) of building/poles etc and the minimum
distance between any two earth electrodes shall be regulated as per IS-3043. All pipes used in earthing
shall be of medium grade.
30.14.2 Concrete pit chamber, RCC cover and charcoal shall be as specified in PS clause No 25.10.4 here in
before. Surplus soil shall be disposed off and site left clean and tidy on completion.
30.14.3 For checking the efficiency of earthing, the following test shall be carried out, preferably during the
summer months :-
(a) The earth resistance of each electrode is measured.
(b) The earth resistance of earthing grid is measured.
(c) All electrodes are connected to the grid and the earth resistance of the entire earthing system is
measured.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 189

PARTICULAR SPECIFICATIONS CONTD…

30.15 LT/HT POLES


30.15.1 Tubular steel poles shall be swaged type, welded and assembled at manufacturer‟s premises only (and
not at site) shall conform to IS-2713 and shall be provided as mentioned in Schedule „A‟ and laid down in
clause 19.3, 19.50, 19.51 & 19.52 of MES SSR Part-I. MS tubing used to manufacture poles shall be IS-
1161 marked and the poles shall be marked with designation, manufacturer‟s identification and year of
manufacture. Finials, base plate shall be of cast iron and proper pole caps shall be provided. Welding
shall be done properly, after swaging at the manufacturer‟s factory itself (The complete manufacturing
activities shall be done in the factory and none will be done at site). Earthing hole shall be provided at 30
cm from planting depth.

30.15.2 Pre-stressed cement concrete poles shall be factory made, conforming to IS-1678 and as laid down in
clause 19.5 of MES SSR Part I.

30.15.3 BLANK

30.16 LIGHTENING ARRESTORS


30.16.1 These shall be provided as specified in Schedule „A‟ and as laid down in clause 19.12 and 19.67 of MES
SSR Part-I.

30.17 AIR BREAK GANG OPERATRED SWITCHES


30.17.1 These shall be provided as mentioned in Schedule „A‟ & as specified in clause 19.69 of MES SSR Part-I.
A Godrej (Freedom) 65 mm, 7 lever lock shall also be provided by the contractor, cost of which is deemed
to be included in quoted rates.

30.18 HT INSULATORS
HT insulators shall be porcelain vitreous brown in colour free from any defects and shall conform to IS-
731. They shall bear the certifications marks of the IS as regards their quality and soundness in all
respects. Dimensions of parts of insulators shall conform to IS-2486 (Part-I& II). Disc insulators shall
conform to IS-3188. Manufacturers test certificate shall be provided for approval.

30.19 LT INSULATORS
These shall be vitreous white in colour and shall conform to IS-1445 and shall be free from any defects.

30.20 PAINTING OF STEEL WORKS


30.20.1 All steel part and other accessories shall have undergone a rigorous rust proofing process before painting.

30.20.2 They shall be treated with high corrosion resistant primer and finally painted with synthetic enamel paint of
grey tint for panels etc.
30.20.3 Exposed surfaces of the steel works in cross arms and OH line network shall be painted with two coats of
aluminium paint over a coat of red oxide Zinc Chromate primer.
30.20.4 Exposed surfaces of steel tubular poles shall be painted with two coats of aluminium paint over a coat of
red oxide primer, except the bottom potion, which is embedded in PCC shall be painted with two coats of
black bituminous paint. The inside of the poles shall be factory painted with two coats of red oxide primer.
30.20.5 The portion of angle iron supports (buried in ground) for cable indicator shall be coated with “Tarstil”. The
portion of angle iron supports (above ground) for cable indicators shall be finished in grey colour with
synthetic enamel paint.

30.21 TRANSFORMER
30.21.1 The transformer shall be inspected by an officer nominated by the Accepting Officer before dispatch
of the transformer and allied equipments at the Factory Premises. The tenderer shall ensure that the
following tests are conducted in factory premises in the presence of the nominated officer:-
(a) Heat Run test/temperature rise test.
(b) Impulse test.
(c) All routine test as per IS-2026.
(d) Magnetization current test.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 190

PARTICULAR SPECIFICATIONS CONTD…

30.21.2 These shall be as mentioned in Schedule „A‟ and as specified in clause 19.14 of MES SSR Part-I and
shall be of IS-1180 marked for capacities upto 2500 KVA. Transformer fittings and accessories shall
conform to IS-39 and transformer oil shall be IS-335 marked, except as modified hereinafter.

30.21.3 The transformer shall have continuous maximum rating as specified in Schedule „A‟ at the specified
normal pressure, ratio frequency and temperature rise.
30.21.4 The transformer shall be AC, 3 phase, 50 Hz, oil immersed, naturally cooled with external cooling tubes
(ONAN type), core type, suitable for indoor/outdoor installation as specified in Schedule „A‟ and shall be
insulated with high class materials with high dielectric strength and slow ageing characteristics, able to
withstand the impulse voltage as laid down in IS. The winding shall be of double copper wound.

30.21.5 The insulation and magnetic induction shall be suitable for operating the transformer continuously at a
voltage 10% more than that specified in Schedule „A‟. The windings of transformer shall be fully insulated.

30.21.6 The transformer shall be provided with hand operated „off-load‟ tap change on HV side for constant KVA
output so as to alter secondary voltage of the transformer in three stages viz (+/-) 2.5%, (+/-) 5%, (+/-)
7.5%. The off load tap changing gear shall be suitable for external operation without removing the
transformer cover or lowering the oil level and shall be complete with locking arrangements.

30.21.7 The transformer tank shall be sufficiently strong to allow transformer complete with tank and oil, to be
transported by rail, road, jacked or lifted without causing deformation and leakage and shall be provided
with external cooling tubes/radiators. Case shall be taken to ensure that the joints between tubes and body
of the tank are oil tight. The transformer shall be provided with four solid cast steel detachable rollers from
its point of installation. Transformer shall be provided with approved arrangement of lugs suitable for lifting
the transformer when necessary.

30.21.8 The transformer tank cover shall be designed so as to prevent collection of moisture on any part. The tank
cover shall also be fitted with thermometer pockets.

33.21.9 The transformer shall be provided with an explosion vent fitted with diaphragm of standard material at the
tank as well as the free end and shall be connected directly to main tank top and designed for certain and
rapid release of any excessive pressure in the tank due to internal fault that may be generated in the
transformer or in the cooling equipment. The pipe should be fitted with a wire net at the free and to prevent
any dirt or insect entry.

30.21.10 All valves shall be of standard type and make. Means should be provided to lock the valve. Every valve
shall be provided with an indicator to show clearly purpose of the valve and direction of rotation for/to
„OPEN‟ or „CLOSE‟.

30.21.11 The transformer shall be fitted with disconnection chamber complete with HT/LT cable boxes and their
bushing disconnecting chamber bushing for indoor transformer and in case of outdoor transformer the
HT side shall have bushings (and not cable box), jumpers etc so that if the transformer becomes faulty, it
can be taken out without opening the connections from cable boxes and healthy transformer replaced
and connected in minimum possible time. The tenderer shall submit, along with the tender,
constructional details of disconnecting chamber proposed by him or provided by him in the tender.

30.21.12 The transformer shall be fitted with conservator with a filling cap, sump and suitable means of drawing
oil.

30.21.13 The dehydrating breather shall be fitted to each conservator vessel and shall be complete with first fill of
dehydrating agent.

30.21.14 All steel work of transformer, not immersed under oil, shall be painted with a coat of anticorrosive paint.
The transformer shall be painted with a weather and heat resistant paint of composition and tint as
approved by the GE.

30.21.15 Earthing terminals shall be provided on the tank cover and on the tank for earthing purposes and shall
be suitable for connections to the earthing strip of GI of 50 x 6 mm thick sections.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 191

PARTICULAR SPECIFICATIONS CONTD…

30.21.16 An oil gauge shall be provided for indicating clearly, to an observer standing on ground for indoor
transformers and on the platform in case of pole mounted transformers, the oil level in the conservator
tank. A tap shall be fitted with oil gauge for the purpose of drawing out quantity of oil for sampling.
30.21.17 The unit rate inserted in Schedule „A‟ shall be deemed to include for the cost of jointing of cable box,
including cable end joints, provision of all materials, cable box etc. The transformer shall be deemed to
have undergone satisfactory tests as prescribed in IS. A test report shall be submitted, in original to the
EIC before incorporating the transformer in the work. The cost of connecting the transformers of HT
side and LT side as well as connecting the existing earthing is deemed to be included in the unit rate of
transformer.

30.21.18 The cost of first fill of transformer oil shall be deemed to be included in the rate inserted in Schedule „A‟
for transformers. This oil shall have a dielectric strength not less than 50 KV at 2.5mm gap.

30.21.19 The tenderer shall submit complete technical details and specifications alongwith make and illustrated
pamphlet and test report of transformer to the GE for obtaining his approval of the make prior to
incorporation in the work.

30.21.20 TEST CERTIFICATE AND EXCISE GATE PASSES ETC


(a) Manufacturer‟s test certificates for routine test shall be furnished by the tenderer in respect of
transformer.

(b) If deemed necessary by the deptt, these routine tests may be conducted at the manufacturer‟s
workshop in presence of the GE‟s representative. A 15 days‟ notice shall be given by the contractor to
the deptt before ordering dispatch from the factory, so that the GE can consider the issue and convey
his decision to have it inspected or otherwise. All tests shall be carried out in accordance with relevant
Indian Standards (or British Standards where Indian Standards do not exist).

(c) All routine tests as per IS 2026, shall be carried out at manufacturer works before the dispatch of
transformer. In Addition, copies of test certificates for temperature rise test, impulse test, pressured test,
test for bushing and test for short circuit etc. carried out at manufacturer‟s workshop shall be supplied
alongwith the transformer. However test results of winding resistance, impulse voltage, no load loss full
load losses and insulation resistance will be reflected on test sheet of transformer.

(d) In Addition to the above, the type tests certificate from CPRI, for the prototype of the transformer
shall also be submitted.

(e) The contractor shall submit to the GE original purchase vouchers, test certificate and excise gate
pass of transformers or any other equipments/items as considered necessary by the GE, wherever
asked for.

30.21.21 SITE TESTS


(a) The following tests shall be carried out at site :-
(i) Insulation resistance test.
(ii) Ratio test.
(iii) Dielectric strength of transformer.
(iv) Magnetic balancing test.
(b) For transformers above 400 KVA involving VCBs etc, the following site tests shall be done :-
(i) Primary Inspection Tests.
Test on all protection relays.
Test on operation and stability of earth-fault relays on HV side.
Tests on line directional elements of high voltage line relays.
Tests on high speed neutral circuit breaker, if provided.
Tests on over current relays on HV side.
Tests on operation of standby of earth fault relays on HV.

(ii) Ratio Test


With 415 applied on HV side, measure the voltage between all phases on the HV side for
every tap position.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 192

PARTICULAR SPECIFICATIONS CONTD…

(iii) Tripping Tests


High voltage side breaker and winding temperature trips.

(iv) Buchholz Relay


Test for angle air injection etc.
Check that there is no air in protector before commissioning.

(v) Alarm Circuits


Buchholz relay, oil and winding temperature thermometer, cooling gear failure.

(vi) Insulation Tests (Reduced voltage)


On LV/HV windings and on current and voltage transformer circuit etc.

(vii) Check oil levels and dielectric strength of oil.


(viii) Magnetic Balancing of Transformer.
With 230 V AC applied between HV side of transformer measure voltage between neutral
and other phases.

31.21.22 Pre Commissioning Test


The transformer shall be subject to the following pre commissioning test before commissioning. The
tests shall be carried out in the presence of senior Electrical Inspectors to be nominated by
department before issue of completion certificate.
(a) Insulation resistance test.
(b) Ratio test.
(c) Measurement of magnetizing current.
(d) Core balance test.
(e) Measurement of winding resistance.

31.22 HIGH MAST LIGHTING SYSTEM:


31.22.1 It shall be as per clause 19.23B.1 of SSR Part-1 2009. It shall be designed, supplied, installed, tested and
commissioned to give average illumination level of 25 lux for non-essential supply and 7 lux for essential
supply. The quantity of High masts and luminaries etc shall be as per requirement and technical data for
High mast and components.

31.22.2 The permissible head load shall have direct relation to the projected area of the luminaries mounted on
the top. The tower shall be designed to carry head load of 1.2 sq mtr of projected area in the condition of
maximum wind exposure existing at the station as listed in IS : 875 Part 3 1987.

31.22.3 The easy portability of the complete equipment shall be ensured by mounting these extendible tower
sections on a trolley fitted with pneumatic tyres with leaf springs, which also eliminates the shocks Lantern
Carriage shall be suitable to mount 4 Nos. Luminaries symmetrically or in one side depending on the
lighting requirement. The lantern carriage shall have arrangement to rotate 360 degree manually.

31.23 Blank

30.24 LT PANELS (INDOOR & OUTDOOR)


30.24.1 These shall be factory made and CPRI type tested and shall be cubicle type, front opening type.
Manufacturer‟s name plate, danger boards and feeder details shall be provided. Neoprene rubber
gasket shall be provided for proper sealing. The internal wiring shall be min 4 Sq mm thick solid
copper conductor FRLS cables. The outdoor panel shall be mounted on platform with PCC (1:4:8)
type D2 using 40mm graded stone aggregate in foundation, brick work in CM (1:6) and 15mm thick
plaster CM (1:4) and PCC (1:3:6) type C1 using 20mm graded stone aggregate, 40mm thick on top
with MS foundation bolts. The platform height shall be such made that bottom of panel is at least road
level. The indoor panel shall be floor mounted on 40mm thick PCC 1:2:4 (type B1) using 20mm
graded stone aggregate fixed with foundation bolts.

30.24.2 The panel shall be suitable for 415 volts 3 phase 4 wire 50 Hz supply and having rupturing capacity of
35 MVA at 415 V AC as specified. These shall have powder coated finish.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 193

PARTICULAR SPECIFICATIONS CONTD…

30.24.3 The outdoor panels shall be factory fabricated, fully weather proof, leak proof and vermin proof,
protection class as specified in Schedule „A‟ and MS angle as per BOQ. The top of the outdoor panel
shall have a slope of 1:2 and have an overhang of at least 20 cm clear from the ground level and shall
be provided with suitable apron and cable glands for entry/exit. Shutters shall be provided to open in
the front and shall have locking arrangements. Each shutter shall be hinged at minimum 3 points.
Danger boards in English, Hindi and predominant vernacular language indicating the voltage shall be
provided. Internal dimension shall be such that generous clearances are available for all electrical
components.

30.24.4 LT indoor panel shall be factory fabricated, dust and vermin proof, front opening type protection class
as specified in schedule „A‟ and MS angle as per BOQ. Danger boards in English, Hindi and
predominant vernacular language, indicating the voltage shall be fixed at the front. Internal dimension
shall be such that generous clearances are available for all electrical components.

30.24.5 The bus bars and their electrical connections shall be of electrolytic and copper. The air insulated bus
bars, connections and their insulated bus bars, connections and their insulated supports shall be of
standard construction, mechanically strong and shall withstand all the stresses which may be imposed
upon them in ordinary working due to fixing vibrations, fluctuations in temperature, short circuit or other
causes. The ends of the bus bars should be drilled to facilitate future expansion/extension of the switch
board.

31. RECORD DRAWINGS


The contractor shall, after successful completion and testing, submit record drawings prepared by Auto
CAD software (2 CDs + 2 hard copies (A2 size) indicating the complete electrical network and circuitry to
facilitate reference and maintenance, as under and as applicable to the scope of work :-

(a) Actual position of package type substation, cable runs, HT/LT poles, overhead lines etc with
details.
(b) Detailed schematic diagram and S/S layouts, with equipment details.
(c) Schematic circuit and control wiring diagram for LT panels.
(d) The following record for all buried cables :-
(i) Size and type of cable and manufacturer‟s drum number.
(ii) Location of the cables in relation to buildings, roads etc with depth.
(iii) Cross section showing where cables are laid in pipes or ducts giving their sizes, type
and depth together with and indication of any spare ways available.
(iv) Position and type of all joints.
(v) Location of other cables which run alongwith or across the cable route.
(vi) Position and depths of all pipes, ducts etc which are met as obstruction to the cable
route.
(vii) Accurate lengths from joint to joint.
(e) Record of service lines as per clause 19.96 of MES SSR Part-I.

32. LIGHTENING PROTECTION WORK:-


Works pertaining to Lightening Protection work shall be carried out as per details shown on drawings, specified
in relevant items of Schedule 'A'/BOQ, as specified here-in-before for the relevant trades of works and as
directed
33. DIESEL ENGINE DRIVEN GEN SET :
33.1 DG Set complete shall be installed all as specified in respective item of Schedule 'A'. It shall be of make as
specified in Appendix „E‟, ISI approved and shall be procured through approved OEM/OEA only. The DIESEL
ENGINE DRIVEN GEN SET shall be inspected by an officer nominated by the Accepting Officer before
dispatch of the DG Set and allied equipments at the Factory Premises.

33.2 The quoted rates deemed to include for supply, installation, testing and commissioning of diesel engine driven
generating set to give output as per capacity given in BOQ or nearest higher size at 415 volts, AC supply 3
phase 50 Hz four wire directly coupled to diesel engine water cooled with radiator mounted on common base
plate complete with inbuilt tank of capacity as per manufacturers specifications vibration damper and other
accessories all specified and comprising of following:-

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 194

PARTICULAR SPECIFICATIONS CONTD…

(a) DIESEL DRIVEN ENGINE:- Developing a net rated output of minimum as per capacity given in
BOQ or next higher capacity suitably matched with alternator to give a net output as per capacity given in
BOQ. The engine should be capable of delivering the required output at 1500 rpm as per BIS 649 under
ambient conditions of Srinagar with a provision of 10 % overload for one hour in every twelve hour and
interalia with the following accessories and all as specified:-
(i) Fly wheel to suit flexible coupling and fly wheel housing.
(ii) Oil bath air cleaner, air breather type.
(iii) Air cleaner complete as per manufacturer specification
(iv) Fuel injection rotary nozzle pump.
(v) Mechanical Governor
(vi) Oil filter and mounting.
(vii) Flexible coupling with guard nuts and bolts.
(viii) Fuel filter with mounting.
(ix) Lubricating oil pump and oil cooler.
(x) Starter motor as per manufacturers design.
(xi) Lubricating oil cooler.
(xii) Exhaust silencer, industrial type with exhaust pipe of length, beyond impeller from wall from DG Set
Room.
(xiii) Drip Tray.
(xiv) Battery charger of suitable capacity fitted with transformer/ rectifier unit DC ammeter/OFF / trickle /
Boost switch, DC voltmeter and other standard fitting.
(xv) Suitable No. of maintenance free battery to be provided as per OEM recommendations.

(b) ALTERNATOR:- The engine shall be coupled through flexible coupling on an indigenous alternator
mounted on a strong steel fabricated common base frame suitable for mounting in an acoustic enclosure. The
alternator will be 3 Phase, 50Hz, 1500 RPM self-regulating self-exciting type and generating as per capacity
given in BOQ output at 0.8 power factor, 4 wire 415 V AC supply under ambient conditions of Srinagar with a
provn of 10% overload for 1 Hr in every 12 Hrs running at 1500 RPM, the alternator shall be screen protected
drip proof enclosure and fitted with shield ball/ roller bearing conforming to BS 2613/ IS 4722.

(c) AMF CONTROL PANEL:- The control panel body will be fabricated out of 16 SWG MS Sheet. Panel will
be suitable for canopy mounting, indoor installation, dust & vermin proof, copper control cable of suitable size
is used. Cables are ferruled for proper maintenance /checking/wiring of panel. Detachable cable gland plates
are provided. The panel will be equipped as follows:-
(a) One No. moulded case circuit breaker of suitable capacity.
(b) Aluminium Bus bars suitable capacity provided with termination.
(c) 3 Nos. current transformers of suitable ratio.
(d) One set of instrument MCB's.
(e) Microprocessor based controller controlling various Mechanical & Electrical protections with display
and indications of Electrical and Mechanical parameters are as follows:-
(i) Display Parameter:
(aa) Electrical parameters: Phase voltage, line current, frequency, Average Voltage,
Average current, KW, KWH, KVA, KNAR, Power Factor.
(ab) Mechanical Parameters: Lube Oil pressure, coolant temperature (For liquid cooled
Engines), Cylinder Head Temperature (For Air cooled Engines), Engine speed, Fuel status,
Engine Run Hours, Battery Voltage.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 195

PARTICULAR SPECIFICATIONS CONTD…

(ii) Protections:
(aa) Electrical Protections: Under/Over Voltage, Under /over Frequency, Phase Failure
Phase sequence reverse, over current, Over KW .
(ab) Mechanical Protections: Under/Over speed, Low Lube Oil pressure, High Engine
coolant temperature (For liquid cooled Engines), High cylinder Head temperature (For Air
cooled Engines), Belt Failure (for Air cooled Engines) Low Fuel Level Alarm.
(d) ACOUSTIC ENCLOSURE: It shall be suitable for DG set as per capacity given in BOQ supplied
by the original manufacturer and conforming to the latest CPCB norms including all fittings and
accessories as per manufacturers design and BIS specifications.
NOTES:- (a) The complete Generating set include Engine/Alternator shall be factory assembled by
Manufacturer or its authorised dealer as approved for assembling of the DG set. Make of Assembler
shall be as approved by GE as per Appendix „E‟.
(e) MISC ITEMS:
(i) Level indicator duly calibrated for indicating the quantity.
(ii) Drain plug with 02 meter pipe for drain oil.
(ii) Fuel strainer.
(iv) Air Vent.
(v) Fuel pump manually operated rotary type.
(vi) One No. base plate shall be MS fabricated and strongly welded duly ribbed suitable for
receiving engine alternator along with flexible coupling. It includes set of bolts washers, rubber
coupling drip tray and protective screen around coupling.
(v) Complete DG Set shall be mounted on PCC Platform of size as recommended by
manufacturer within overall cost quoted.
(f) Complete DG Set shall be pre-commissioned by rep of Accepting Officer with overall cost quoted.

33.3 Contractor shall supply the following documents.


(A) LITERATURE IN ENGLISH:
(i) Immediately after - Three sets of technical literature containing technical information of
Acceptance every component/part of the Gen set offered.
(ii) Immediately after - Three sets of following literature :-
supply of (a) User‟s Manual.
Generating set. (b) Working repair manual.
(c) Drgs of control panel wiring
(d) Tools for Maintenance.

(iii) Engine and alternator base foundation drg. - 01 Set


(iv) Maintenance card, operation manual for DG Set - 01 Set
(B) TEST CERTIFICATE TO BE SUBMITTED ALONGWITH EQUIPMENT:
Manufacturers original test certificates for the following tests shall be supplied by the contractor for each set
before the same is acceptance :-

(i) PRIME MOVER: The following tests as per IS 462, engine test for continuous 24 hours at rated
load, speed after 12 hours run. During this period the following shall be checked: -
(aa) Rating (ab) Fuel consumption (ac) Governing.
(ii) ALTERNATOR :- Test certificate as per IS-2613.

(iii) A complete test certificate of generating set as a whole for speed governing test, voltage
regulating test and fuel consumption test and full load test with 10% over load.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 196

PARTICULAR SPECIFICATIONS CONTD…

33.4 PURCHASE VOUCHERS: The contractor shall produce Original purchase vouchers to GE for all materials/
articles to be incorporated in the work from manufacturers or their accredited agent. The Original purchase
voucher or their Photostat copy will be kept in record with GE.

33.5 TESTING: Test to be carried out before handing over installation to MES. Complete equipment shall be finally
tested by the contractor in presence of Accepting Officer's rep, Engineer-in-Charge and contractor before the
equipment is finally taken over :-
(a) The Generating set shall be tested for 12 hours on continuous running. The test report shall be
recorded and duly signed by Accepting Officer's rep, Engineer-in-Charge and Contractor. The test shall be
carried out as under :-
(i) No load test - 30 mins
(ii) 1/4 load test - 01 hour
(iii) 1/2 load test - 01 hour
(iv) 3/4 load test - 01 hour
(v) Full load test - 08 hours
(vi) 10% over load test - 30 mins

(b) The water load and other miscellaneous items required for testing of DG sets shall be arranged by the
contractor under his own arrangements.
(c) Diesel /DHPP and oil for testing shall be arranged by the contractor.

34 PRODUCTION OF PURCHASE VOUCHERS, MANUFACTURER‘S TEST CERTIFICATE AND LITERATURE :


The contractor shall produce original purchase vouchers, manufacturer's test certificate and literature/manual of
following equipments to the GE (as applicable):-
(a) Transformers
(b) HT/LT Cables
(c) HT/LT poles
(d) Gang operated Air break switch
(e) DG sets
(f) Transformer oil
(g) Voltage Stabilizers
(h) Pressure sand filter, Dosing pump, pumping set as indicated in these documents elsewhere.

35 TESTING ON COMPLETION- The following tests shall be carried out to the entire
satisfaction of Engineer-in-Charge :-
(a) Polarity test
(b) Insulation test - The test result shall not be lower than minimum specified in IS limit.
(c) Earth resistance tests :- This shall not exceed 1 ohm.
36 GUARANTEE - All equipment supplied by the contractor under this contract shall stand guaranteed for a
period of 24 months from the date of certified date of completion of work issued by the GE. Any defect
occurring during this period due to bad workmanship, material or manufacturing defect shall be rectified or
replaced by the contractor free of cost and necessary servicing of DG sets as period. Manufacturer guarantee
should start after completion of certificate by GE.

37. CENTRAL HEATING SYSTEM

37.1 BASIS OF DESIGN

Location : Old Airfield Srinagar


Outside Conditions (Winter) : As per BOQ
Inside Conditions (Desired) : As per BOQ
Air Changes : 1.5 Naturally
Altitude taken for deration : 1655 Mtr above MSL
Walls : As per Schedule of Finishes

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 197

PARTICULAR SPECIFICATIONS CONTD…

37.2 DETAILS OF BUILDINGS (PLANT: 1)

Name of Building Heat Load


(a) Transient Family Accn for TSTS 27 Md Offrs including Addl Toilet Triple Storey To be calculated
(Item No 3.01 of BOQ) by the contractor

(b) Ancillaries for TSTS & Permt Offrs (30 Nos) including Special Ancillaries Single
storey (Item No 3.02 of BOQ)

(c) Single Living Accn for 01 JCO, 05 Hav & 06 ORs Single storey (Item No 3.03 of
BOQ)

(d) Family Accn for TSTS, 32 Md JCOs incl Addl Toilet Tripple Storey (Item No 3.04
of BOQ) (One Block)

(e) Family Accn for TSTS, 30 Md JCOs & Single Liv Accn for 08 JCOs incl Addl
toilet Tripple Storey (Item No 3.05 of BOQ)

(f) Adm Office for „R‟ Centre Single storey complete (Item No 3.11 of BOQ)

37.3 DETAILS OF BUILDINGS (PLANT: 2)

Name of Building Heat Load


(a) Balance of Exist Admin Office incl Spl item of Work Single storey (Item No 3.10 of To be calculated
BOQ) by the contractor

(b) Balance of existing MI room Single storey (Item No 1 of Schedule „A‟ Part-I)

37.4 DETAILS OF BUILDINGS (PLANT: 3)

Name of Building Heat Load


(a) Single Living Accn for TST ORs 254/255 Nos incl addl Toilest Six Storey (Item To be calculated
No 3.07 of BOQ) ( 5 Blocks) by the contractor

37.5 DETAILS OF BUILDINGS (PLANT: 4)

Name of Building Heat Load


(a) Family Accn for TSTS, 32 Md JCOs incl Addl Toilet Tripple Storey (Item No 3.04 To be calculated
of BOQ) (One Block) by the contractor

(b) Ancillaries for TSTS & Permt JCOs (102 Nos) incl Spl Ancillaries Single storey
(Item No 3.06 of BOQ)

(c) Dining Hall and Cook House for TST ORs (1271 Nos) Double Storey (Item No
3.08 of BOQ)

(d) Ancillaries for 1271 ORs Double Storey complete (Item No 3.09 of BOQ)

(e) MES Storage Accn Single storey (Item No 3.13 of BOQ)

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 198

PARTICULAR SPECIFICATIONS CONTD…

37.5A OCCUPANCY STATE OF BUILDINGS

CHS Plant Description of Bldg Occupancy


Location & (Nos)
No Average Min Max
1 2 3 4 5
Pocket-1 (a) Transient Family Accn for TSTS 27 Md Offrs including 22 18 27
CHS Plant Addl Toilet Triple Storey (Item No 3.01 of BOQ)
No-1
(b) Ancillaries for TSTS & Permt Offrs (30 Nos) including 25 20 30
Special Ancillaries Single storey (Item No 3.02 of BOQ)
(c) Single Living Accn for 01 JCO, 05 Hav & 06 ORs Single 12 10 20
storey (Item No 3.03 of BOQ)
(d) Family Accn for TSTS, 32 Md JCOs incl Addl Toilet 29 22 32
Tripple Storey (Item No 3.04 of BOQ) (One Block)
(e) Family Accn for TSTS, 30 Md JCOs & Single Liv Accn 31 25 28
for 08 JCOs incl Addl toilet Tripple Storey (Item No 3.05 of
BOQ)
(f) Adm Office for „R‟ Centre Single storey complete (Item 19 14 25
No 3.11 of BOQ)
Pocket-2 (a) Balance of Exist Admin Office incl Spl item of Work 16 12 21
CHS Plant Single storey (Item No 3.10 of BOQ)
No-2
(b) Balance of existing MI room Single storey (Item No 1 of 6 3 10
Schedule „A‟ Part-I)
Pocket-3 (a) Single Living Accn for TST ORs 254/255 Nos incl addl 377 254 500
CHS Plant Toilest Six Storey (Item No 3.07 of BOQ)1st Block
No-3
(b) Single Living Accn for TST ORs 254/255 Nos incl addl 377 254 500
nd
Toilest Six Storey (Item No 3.07 of BOQ) 2 Block
(c) Single Living Accn for TST ORs 254/255 Nos incl addl 377 254 500
Toilest Six Storey (Item No 3.07 of BOQ) 3rd Block
(d) Single Living Accn for TST ORs 254/255 Nos incl addl 377 254 500
Toilest Six Storey (Item No 3.07 of BOQ) 4th Block
(e) Single Living Accn for TST ORs 254/255 Nos incl addl 377 254 500
Toilest Six Storey (Item No 3.07 of BOQ) 5th Block
Pocket-3 (a) Family Accn for TSTS, 32 Md JCOs incl Addl Toilet 29 22 32
CHS Plant Tripple Storey (Item No 3.04 of BOQ) (One Block)
No-4
(b) Ancillaries for TSTS & Permt JCOs (102 Nos) incl Spl 102 85 120
Ancillaries Single storey (Item No 3.06 of BOQ)
(c) Dining Hall and Cook House for TST ORs (1271 Nos) 1885 1271 2500
Double Storey (Item No 3.08 of BOQ)
(d) Ancillaries for 1271 ORs Double Storey complete 1885 1271 2500
(Item No 3.09 of BOQ)
(e) MES Storage Accn Single storey (Item No 3.13 of 2 1 4
BOQ)

37.6 SCHEME DESCRIPTION


37.6.1 The central heating system shall comprise of a heat generating source in the form of a hot glycol generator
fired on HSD/Kerosene. The hot glycol generator shall be a glycol in tube/shell type. The fluid that is proposed
to be used as the heat transporting medium is a 40% mixture of propylene glycol and treated water. This mixer
o
shall have the properties of freezing point as low as -25 C. This fluid shall pick up heat from the HGG and shall
be circulated by means of the pump-sets installed in the plant room to the building in insulated M S and
Composite pipes running in the corridors or above the false ceiling of the building to lose its heat through the
heat rejecting devices like FCUs.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 199

PARTICULAR SPECIFICATIONS CONTD…

37.6.2 The entire system shall be kept under some standing gravitational head pressure by means of an expansion
tank that shall be installed at the highest point in the entire circuit. This shall be of at least 2% of the total
system volume. The purpose of this tank is to keep the system full and to accommodate the thermal expansion
and contractions that are inevitable.
37.6.3 The fuel oil circuit shall comprise a day oil tanks installed in the plant rooms and of a capacity suitable for 12
hrs running, and bulk oil underground storage tank of each plant room.
37.6.4 In addition to the above circuits there shall be a glycol make up circuit that shall comprise a glycol
Mixing/storage tank, glycol make up pump sets interconnecting pipe line.

37.7 SCOPE OF WORK FOR THIS CONTRACT


37.7.1 The scope of any work carried out in accordance with this General Specification and the Particular
specification and Drawings relating to this project shall include for all labour and material necessary to form a
complete installation including design duly vetted by IIT (not by professor in his individual capacity) and design
shall be approved by Accepting officer, tests, adjustments and commissioning as prescribed or as necessary. It
shall include not only the major items of plant and equipment shown or specified but also include all the
incidental sundry components necessary together with the cost of labour for installing such components for the
complete execution of the work and for the proper and functional operation of the installation, whether or not
these sundry components are stated in detail of the contract Document.
37.7.2 The supply at site of all main equipment and items associated with Central heating, Hot water and Fuel Oil
Handling systems detailed under these technical specifications.
37.7.3 To execute all incidental work at site including all material supply at site required in the technical specifications.
Nature of such works will be glycol piping work for hot glycol etc. All electrical work connected with Heating and
Hot water System such as cables, control panel, electric panel‟s etc. erection at site for all manufactured items
at works and also items fabricated at site.
37.7.4 All foundations for all equipment, like HGG, pumps, Tank etc. including any suspenders location, duct / pipe
openings in wall etc.
37.7.5 Routine testing, of fabricated components, commissioning of complete plant at site.
37.7.6 Performance testing at works of various equipments.
37.7.7 Performance testing at the site of complete Heating system.
37.7.8 Designing and providing drawings for site foundation for equipment like HGG, pump sets, floating type
foundation block 1:2:4 ratio directly resting on finished RCC floor / slab over rubber pads is to be considered by
the contractor.

37.8 GLYCOL CIRCULATING EQUIPMENTS:


37.81 GENERAL
The various items of the glycol circulating system shall be complete in all respects and comply with the
specifications given below.
37.9 PUMP SETS
37.9.1 Various pumps shall be of type and capacity to meet the requirement of generator.

37.9.2 The scope of this section comprises the supply erection, testing and commissioning of glycol circulation, oil
transfer, and glycol makeup pumps conforming to these specifications and in accordance with requirements of
schedule of quantities. The pumps shall have mechanical seal SS impeller in case of glycol circulation. The
pumps shall be mounted on a cement concrete foundation and channel base frame shall be provided with
vibration isolation pads.
37.10 MISCELLEANEOUS
The following shall be included
37.10.1 The pressure gauge at inlet and outlet of each pump complete with cocks
37.10.2 Vibration isolation pads for each pump.

37.11 DAY OIL TANK


The day oil tank shall be made out of 4 mm thick MS sheet of capacity suitable for 12 hrs run complete with
removable lid, in out / drain / overflow connections Level indicator.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 200

PARTICULAR SPECIFICATIONS CONTD…

37.12 FAN COIL UNITS


37.12.1 Fan coil units (Wall mounted type)
The fan coil units shall be decorative wall mounted type complete with finned copper coil, blower air filters and
valves and ABS casing.

37.13 CASSETTE FAN COIL UNITS


37.13.1 Cassette type Fan coil units (Ceiling mounted)
The Cassette type Fan coil units shall be Ceiling mounted four way air discharges with self-supporting, in
galvanized metal sheet complete with finned coil, blower, valves in ABS polymer panel with manually
adjustable outlets fins, inlet grill and cleanable air filters.

37.14 HEATING COIL


The heating coils shall have copper pipes with aluminum fins firmly bonded to copper tubes. The coil circuit
should be adequate sized for water velocity not exceeding 1.8 M/S the fins shall be bonded by hydraulic
expansion of tubes. The fin spacing shall be 10 to 14 fins per inch. The coils shall be tested against leakage at
a hydraulic pressure of 10Kq/sq.cm.
37.15 FAN
The fan shall consist of light weight impeller of one single linier impeller of forward curve both statically and
dynamically balanced along with casing.
37.16 AIR FILTER.
The filter shall be synthetic mesh cleanable type.

37.17 CONDENSATE DRAIN


The Drain connection of each indoor unit to the main Header should be of Min.25mm dia. whereas the
connection of the indoor unit to the hard PPR piping shall be with flexible braided pipe. The cassette type units
shall be provided with condensate drain water pump it should lift the water to the drain headers automatically.
37.18 GLYCOL SOTRAGE/MIXING TANK
Glycol storage tank shall be of size cylindrical/rectangular and shall be HDPE 1000 liters capacity. The tank
shall have an air vent, removable lid and a suction line for the pump suction. This tank shall be installed in the
hot glycol generator room.
37.19 EXPANSION TANK
The expansion tank shall be made out of 3 mm thick M.S. of capacity 1000 liters or 2 percent of the total
system volume (whichever is more) complete with removable lid, in out / drain / overflow connections. The tank
shall be thermally insulated using 13mm nitrile insulation the bottom of the tank shall be above the hot glycol
return pipe line

37.20 MOTOR AND SWITCHGEARS


37.20.1 GENERAL
The motors and switchgears required for various items shall generally be as per specifications given below. All
electric motors shall be suitable for 3 phases, 50 cycles 415 + 6% volts A.C. supply.
37.20.2 SQUIRREL CAGE MOTORS
The squirrel cage motors shall be either screen protected or totally enclosed fan cooled depending on the
application and as stated in “schedule of equipment” complete with starter of suitable capacity. All motors shall
conform to IS 325/1978.
37.21 SWITCH PANEL BOARD
37.21.1 The panel board shall be of paneled cubical type, having in it all switches, starters and accessories and
completely factory prewired. It shall be suitable for voltage systems up to 415 volts, 3 phases, 50 HZ, 4 wire
supply.
37.21.2 The boards shall be fabricated from not less than 2.0mm thick, cold rolled M.S.sheets. The front opening door
panels shall be from 1.6mm thick, cold rolled MS Sheets. The board shall be oven baked powder coated. The
switch board shall be free standing types.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 201

PARTICULAR SPECIFICATIONS CONTD…

37.22 PIPES
37.22.1 M.S. E.R.W tube (black steel) heavy class designed for glycol circulation pipes and PPR with Aluminum foiled
specially designed for Hot water supply.
37.22.2 POLYPROPLENE RANDOM COPOLYMER PIPES
37.22.2.1 PPR pipes shall be aluminium foil wrapped stable pipes that minimize elongation originating from heat.
Aluminium foiled stable pipes shall be laminated by 0.15 mm aluminium foil on PN 20 pipes and then with
another coating off PPRC overlap. The aluminium foil within the two layers of plastic activates as an agent to
reduce the extension capability of the pipe nearly to the level of metal pipes. The pipe shall have characters to
be used under 10 bar pressure at 90 º C liquid temperature.
37.22.2.2 Tubing shall be used to make connection to equipment, wherever required.
37.22.2.3 Flare fittings e.g. flare nuts, tees, elbows, reducers etc. shall all be of brass.

37.23 VALVES
37.23.1 BUTTERFLY VALVES
37.23.1.1The butterfly valve shall consist of cast iron body preferably in two piece construction.
37.23.1.2The handle should have arrangement for locking in any set position.

37.24 BALANCING VALVES


37.24.1 The balancing valves shall be of CI / gunmetal screwed or flange type.
37.24.2 In addition to those specified, necessary balancing valves at all points on the system where circulation flow
balancing must be carried out in order that the system balancing can be done.
37.24.3 Proper noiseless circulation is to be achieved through all piping systems.

37.25 PAINTING
37.25.1 All pipes supports, pipe joints, hangers, etc. shall be given two coats of red oxide primer.
37.25.2 All pipes which are not to be insulated shall then be given two coats of finish paint of a type and colors as
approved by the Engineer in charge.

37.26 MANHOLE COVERS


37.26.1 All under ground balancing valves shall be provided with manhole and cover of cast iron casting into concrete
with lockable lid and suitable for 100 Kn (10 ton) for operation. Manhole cover shall have a cold applied
bituminous black paint coating.

37.27 THERMAL INSULATION SPECIFICATIONS


37.27.1 Hot glycol pipes buried under ground will be insulated with 19mm thick for pipes 50 mm dia and above, 13 mm
thick for sizes below 50 mm dia for exposed and 10 mm for inside the building of closed cell elastomeric
insulation class”O” of 30 to 40 kg/m density as specified in BS 476 Pt VI &VII exposed pipes out side the
building will be wrapped with shrink wrap polythene.

37.28 HOT GLYCOL GENERATOR


The Hot Glycol Generator shall have nominal capacity Heat output. Hot Glycol Generator shall be glycol tube
reverse flue unit robustly constructed and shall be suitable for oil firing. The Hot Glycol Generator shall be
mounted on M.S. Structural beam skid base with internal forced draft burner and burner controls. The oil
burner complete with self igniting electrical sparking device and photo cell for sensing flame failure, air blower
fuel pump interconnecting piping controls and interconnecting wiring.

37.28.1 ACCESSORIES
1 No. Mono block type automatic burner complete with fuel pump, sequence controller, and other safeties etc.

37.28.2 MOUNTING AND FITTINGS


(a) 1 No. Main Hot Glycol stop valve
(b) 1 No. Duplex filter on fuel oil line to burner

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 202

PARTICULAR SPECIFICATIONS CONTD…

37.28.3 INSTRUMENT CONTROL AND SAFETIES


(a) 1 No hot Glycol Temperature indicator for inlet and outlet.
(b) 1 No. Hot Glycol Temperature control switch for ON-OFF combustion control
(c) 1 No. Hot Glycol Temperature indicator-cum-controller.
(d) 1 No Inlet and outlet glycol pressure indicator.

37.28.4 DESCRIPTION FOR SPECIFICATIONS

Each Hot Glycol Generator comprises:


(a) Ready to assemble painted steel casing with quick fit couplings, panels being removable for easy
access to the boiler.
(b) Double hinged front door with ceramic insulation.
(c) Boiler lagged with high density double layer fiber-glass wool of glass wool protected by aluminium
foil inside the HGG body.
(d) Pressurised, horizontal, 3 pass, reverse flame combustion chamber; flue gas tubes with turbulators
manufactured from stainless steel.
(e) Flame visor with pressure gauge/cooling fitting.
(f) Flame inspection glass with pressure gauge fitting HGG drain.
(g) Maximum flow temperature 100°C; maximum working temperature 87°C, Minimum return temperature
55°C, Maximum working pressure 5 bar.

37.29 FLUE GAS EXHAUST PIPE:


37.29.1 The flue gas exhaust pipe shall be fabricated out of 3mm thick mild steel plates, rolled into round tube of
adequate diameter. Steel plates used in the construction of chimneys shall comply with the requirements for
grade 43A of B.S. 4360:1972. The use of structural steel for the shell and other components of steel chimneys
shall be in accordance with the requirements of the relevant clauses of B.S. 449 and B.S. 4076: 1978. The
seams shall be welded. All joints between connecting sections shall have flanges with asbestos gaskets. The
flue gas exhaust pipe shall be minimum 1.2 m above the highest point of the plant room and including
connection from Hot Water generator to main vertical exhaust pipe fabricated from 3 mm MS sheet. The item
shall be complete with the mounting/ fixing arrangement. Chimney shall be provided with lightening arrestor.
Chimney shall be provided with a suitable cowl on top.
37.29.2 The Hot Water generators shall be connected to a independent flue gas exhaust pipe of suitable size and as
per manufacturers guide lines. The portion of the flue gas exhaust pipe inside the building shall be insulated
with fiber glass insulation wool of 24kg/cum with aluminum cladding. The item shall be complete with
mounting/fixing arrangement.

37.30 ELECTRIC INSTALLATIONS


37.30.1 Work shall be carried out in accordance with the these specifications, local rules, Indian Electricity as amended
up to date, and rules issued there under.

37.31 SCOPE
37.31.1 All electrical panels including the main panel, local electrical panel boards (EPB) and distribution boards
whether indicated in the drawings or not/as required for proper functioning of the system.
37.31.2 All aluminum conductor armored power distribution cables staring from main electrical panel in the plant
room up to the final outlet.

37.32 PAINTING
37.32.1 All sheet steel work shall undergo a process of painting with a high corrosion resistant primer. All panels shall
then be backed in an oven. The finished treatment shall be by application or synthetic enamel paint of
approved shade.

37.33 SHOPS DRAWINGS


37.33.1 The contractor shall prepare and supply the following drawings (4 sets) to the Engineer in charge within one
month from the date of commencement shown in the letter of intent issued by EIC. Piping layout for all floors
Plant Room Equipment Layout Single Line Diagram for hot glycol circulation system Single Line Diagram for
electrical distribution system Fabrication Drawings for all electrical distribution panels.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 203

PARTICULAR SPECIFICATIONS CONTD…

37.34 RECORDS DRAWINGS


Three copies of Line Plan of complete work indicating the line of pipes, position of fittings etc shall be
submitted by the contractor to the Engineer-in-Charge on completion of work.

37.34A. TRAINING OF PERSONNEL DETAILED FOR MAINTENANCE


(i) The contractor shall during the installation of the plant be responsible for training of MES personnel
deputed by the Govt. for running and maintenance of the installations. The contractor shall rendered a
certificate that MES personnel so trained is capable of proper operations and maintenance of plant.
(ii) The quoted amount shall include for the training of the personnel as described above.
(iii) There are heat losses in toilet and coridores, therefore, to maintain the efficiency of plant CHS in toilet
and in coridores are not considers.
37.35 TESTING
37.35.1 Pre-commissioning of plant shall be carried out by rep of Accepting Officer. Only on successful pre-
commissioning test, he completion shall be issued by GE.

37.35.2 (PHASE – I) TEST


Phase –I test shall be carried out immediately after completion of installation irrespective of outside conditions
in the presence of GE/ Engineer in charge and a rep appointed by the Accepting officer. The installation shall
be provisionally taken over after the commissioning of the installation and satisfactory completion of Phase –I
test. The inside conditions will be recorded in heated room (not in corridor) are achieved and maintained during
test taken for 24 hours.

37.35.3 (PHASE- II) TEST OR WINTER TEST (CAPACITY TEST)


37.35.3.1 During the winter months between DEC to JAN immediately following the system commissioning and at
a date predetermined for the purpose, a winter test or a capacity test of the system shall be conducted for a
period of 24 hours. The conditions shall be maintained after continuous running of the plant for 4 hours.

37.35.3.2 The various parameters that shall be measured / tested are as under:-

(a) HGG working


(b) Pumps current drawn, voltage and head developed.
(c) Inside temperature conditions in the heated rooms (not in the corridors) to be maintain during above test
in this test time versus dry bulb temperature reduce of all offices to be taken every 2 hours and plotted in
chart.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 204

PARTICULAR SPECIFICATIONS CONTD…

(SHEET -01)
TIME TEMPERATURE CHART

12

11

10

Time (Hours) 9

50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100

Temperature
(Degree celcius)

____________________ ______________________
(Signature of Contractor) (Signature of testing officer)
Dated :______________

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 205

PARTICULAR SPECIFICATIONS CONTD…

(SHEET -02)
TEST SHEET (SHEET-II)

Date Time Outside Air Velocity in Temp of air entering Grill or diffuser temp, Room
temp the whether maker (air) after leaving temp
DB/WB weather/maker DB OF
in OF Fresh air Return DB OF WB OF DB OF WB OF
opening air grills
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

__________________________________________________________________________________________

Note :- Test should continue till steady condition are obtained. Sum of quantities of fresh air
and return air may be assumed to be total quantity of air handled.

____________________ ______________________

(Signature of Contractor) (Signature of testing officer)

Dated :______________

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 206

PARTICULAR SPECIFICATIONS CONTD…

DATA SHEET

(a) Space used for :

(b) Outside Conditions :

(c) Inside Conditions :

(d) Air Changes :

(e) Area Ground Floor :

(f) Area First Floor :

(g) Boiler Capacity after deration :

(h) Radiator Capacity :

(j) System Proposed :

(k) Boiler Selected :

(l) Glycol flow rate :

(m) Pumps selected :

(n) Radiator capacity selected :

38. OPERATION AND MONITORING OF THE PLANTS:

38.1 TRANSPORTATION :- All necessary transports shall be arranged and made by the Contractor at his own
costs including transport vehicles required for safe disposal of screening material and dried sludge outside the
battery limits of STP as approved by Civil/Pollution Board Authorities.

38.2 CONSUMABLES :- The Contractor has to provide all consumables, spares, oil & lubricants, consumables
for electrical & mechanical plant & machinery. MES shall provide Power, diesel free of cost from MT Yard
of GE 970 EWS.

38.3 For efficient and effective services referred in BOQ, the contractor shall be required to ensure the following:-

(a) The work shall be supervised by the contractor himself or he may engage qualified supervisor to
ensure proper services for the premises/complex as specified in Schedule „A‟ (BOQ) by properly
organizing and deploying his staffs.

(b) The contractor/supervisor shall report to the Engineer-In-Charge daily and shall maintain attendance
record of the manpower deployed in bound register duly authenticated by the engineer-in-Charge.

(c) The manpower engaged shall be qualified and experienced as mentioned in Schedule A.(BOQ) .

(d) Persons above 18 yrs and not more than 60 years of age shall be employed by the contractor and
shall be mentally and physically fit.

(e) The manpower engaged by the contractor shall be well behaved, polite and courteous. Any complaint
against staff misbehavior shall be taken very seriously and such staff shall be removed by the
contractor immediately from the site and shall arrange replacement for the same, failing which, staff
shall be considered absent and penalty shall be levied accordingly.

(f) Immediately after placing work order for Phase-III & IV, the contractor shall submit in details the name,
qualification, complete postal address, photographs etc with Certificate showing the age proof,
educational qualifications and experience of the persons to be deployed for work to the Engineer-in-
Charge.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 207

PARTICULAR SPECIFICATIONS CONTD…

(g) The contractor shall submit police verification of all the persons to be deployed for the work within one
month of commencement of work and the same shall be verified by the Engr-in-Charge, The cost of
police verification shall be borne by the contractor and his quoted rates shall be deemed to be inclusive
of this.

(h) Bearing of neat and clean uniform and carrying of Identity card is compulsory for each and every
individual while on duty.

(i) The contractor shall provide insurance cover to the staff employed by him and the department will not
be responsible for any damages/loss to the employed personnel.

(j) In case any employee proceeding on long leave or suspended/dismissed from services or leave the
job, the Identity Card of such employee shall be withdrawn and shall be deposited to the Engineer-In-
Charge.

38.4 PAYMENT OF WORKERS


th
38.14.1 Payment to workers shall be made by 7 of each month through NEFT and proper record shall be maintained.

38.4.2 The contractor shall deduct workers subscription towards provident fund and ESIC, as per rule and shall
deposit the same alongwith his contribution into respective accounts of employee and shall submit payment
receipt alongwith RAR for verification and release of payment.

38.5 PAYMENT OF RAR

The following documents shall be forwarded alongwith RAR and the payment shall be released to the
contractor only after these documents are received and scrutinized by AGE(QS&C)/JE(QS&C) & GE:-
(a) Photocopy of attendance register alongwith original attendance register.

(b) Photocopy of payment of NEFT receipt.

(c) Photocopy of proof of deposit of EPF and ESIC contribution to the respective authority

(d) Purchase voucher of conservancy materials purchased for the month duly defaced by Engineer-in-
Charge.

Garrison Engineer, AGE (Contracts)/JE (QS&C) of GE‘s office shall be held personally responsible if
payment is released without these documents available in office file records.

38.6 AREA CLEANING


In addition to operating and routine maintenance work, the contractor shall be responsible for maintaining
complex/premises clean in all respects. This shall include cleaning the grass, trimming of trees/shrubs,
removal of leaves inside the complex.

38.7 STATIONERY

38.7.1 The cost of all the stationery e.g. register, log sheet, etc shall be deemed to be included in the quoted rate of
the contractor.

38.7.2 All required registers shall be issued by Engineer-in-Charge duly marked in chronological order but the
contractor shall have to arrange all such registers/stationary etc.

38.7.3 When a register get completed, it shall be handed over to the Engineer-in-Charge. It shall not be returned to
the contractor and the same shall remain the property of the department

38.8 PENALTIES
38.8.1 Deficient Services:- In the event of deficient services, penalty and recovery thereof from running payment for
each deficient staff shall be made at rate of Rs 1500/- per tradesman for each shift.

38.8.2 If any tradesman is found without uniform a penalty of Rs 50/- per day shall be imposed on the contractor and
shall be recovered from the payment/running payment due to the contractor.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 208

PARTICULAR SPECIFICATIONS CONTD…

38.9 LIABILITIES, CONTROL ETC. OF THE PERSONS DEPLOYED

38.9.1 It shall be the responsibility of the service providing agency to meet transportation, food, medical and any other
requirements in respect of the persons deployed by it (Agency) in this Department and Department will have
no liability in this regard.

38.9.2 For all intents and purpose the service providing agency shall be the “Employer” within the meaning of different
Labour Legislations in respect of tradesmen & helpers so employed and deployed in this Department. The
persons deployed by the agency in the Department shall not have claims of Master and Servant relationship
nor have any principal and agent relationship with or against the Department.

38.9.3 The service providing agency shall be solely responsible for the redressal of grievances / resolution of disputes
relating to person deployed. The Department shall in no way be responsible for settlement of such issues
whatsoever.

38.9.4 The Department shall not be responsible for any damages, losses. Claims financial or other injury to any
person deployed by service providing agency in the course of their performing the functions / duties, or for
payment towards any compensation.

38.15.5 The person deployed by the service providing agency shall not have any claim or be entitled to pay, perks and
other facilities admissible to casual, ad-hoc, regular / confirmed employees of the Department during the
currency or after expiry of the contract.

38.9.6 In case of termination of the contract on its expiry or otherwise, the persons deployed by the service providing
agency shall not be entitled to and will have no claim for any absorption nor for absorption nor for any
relaxation for absorption in the regular / otherwise capacity in the Department.
38.9.7 Department shall not issue any experience certificate to the employees of the contractor.

38.10 LEGAL

38.10.1 The Contractor shall be responsible for compliance of all statutory provisions relating to minimum wages,
Provident Fund and Employees State Insurance other rules / regulations framed by Govt time to time etc. in
respect of the persons deployed by him.

38.10.2 The Contractor shall also liable for depositing all taxes, levies, Cess etc. on account of service rendered by it to
the Department to the concerned tax collection authorities from time to time as per extant rules and regulations
on the matter.

38.10.3 The Contractor shall maintain all statutory register under the applicable law. The agency shall produce the
same, on demand to the concerned authority of this Department or any other authority under law.

38.10.4 The Tax Deduction at Source (TDS) shall be deducted as per the provisions of the Income Tax Department, as
amended from time to time and a certificate to this effect shall be provided to the contractor by the Department.

38.10.5 In case, Contractor fails to comply with any statutory / taxation liability under appropriate law, and as a result
thereof the Department is put to any loss / obligation, monetary or otherwise, the Department will be entitled to
get itself reimbursed out of the outstanding bills or the Security Deposit of the agency, to the extent of the loss
or obligation in monetary terms.

38.10.6 Further, if agency fails to deploy required number of tradesmen against the initial requirement within 10 days
from the date of placing the order an amount equal to the EMD for Phase-III Calculated as per Para-2.1 of
Manual on Contracts 2020 shall stand forfeited without giving any further notice.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 209

PARTICULAR SPECIFICATIONS CONTD…

38.11. EXPERIENCE, QUALIFICATION AND MINIMUM STAFF REQUIRED FOR O & M :-

38.11.1 For all O & M work the contractor shall provide skilled staff who have adequate qualifications and sufficient
experience of similar works.

38.11.2 O & M personal shall dedicate their 100% time & the contractor will ensure that adequate number of his staff
shall be available on duty 24 hours, 7 days per week including all holidays.

38.11.3 O & M personal to be provided by the contractor shall be suitably qualified & he will get their CV resume duly
vetted by the Engineer in Charge before engaging them.

38.11.4 The contractor shall maintain & submit statements to MES on daily basis for consumption of Diesel quantity
statement consolidated monthly at the time of claiming payment.

38.11.5 In case contractor fails to operate & maintain the plants to the rated capacity & quality MES shall be at liberty
to terminate the operation & maintenance contract without assigning any reason & take panel action as per the
contract & prevailing law as this is covered under essential services act. The contractor shall adopt all
necessary safety measures for all his staff, plant, building & machinery.

38A MAINTENANCE OF SEWAGE TREATMENT PLANT DURING DEFECT LIABILITY PERIOD

38A.1 The quoted rates of schedule a Part-XXX shall deemed to include comprehensive maintenance as
described in this clause and as directed by the Engineer-in-Charge during defect liability period of two
years after certified dated of completion.

38A.2 BACTERIOLOGICAL ANALYSIS OF TREATED EFFLUENT


The STP plant shall be operated according to the rules and procedures laid down in the operation manual and
according to the raw sewage input at the MPS. The plant must be in a position to work at the design and
overload capacity at any time and to produce the design/overload output quality of treated water.
(i) Attendance of O & M Staff engaged by the contractor.
(ii) Quality of Raw sewage/treated sewage water.
(iii) Quality of incoming/treated sewage water based on laboratory testing to be maintained by the
contractor.
(iv) Diesel consumption of Generating set based on Hour meter (Hour meter to be sealed by MES
immediately) after trial run period).
(v) Running hours of each prime mover.
(vi) Total power consumption.
(vii) Chlorine and other chemicals consumption.

S. No Parameter Influent Effluent


1 2 3 1 2 3
1 pH
2 Suspended solids
3 Colliform
4 COD
5 BOD

38A.2.1 BACTERIOLOGICAL ANALYSIS OF TREATED EFFLUENT

S.No Date of Sample Influent MPN/100ml Effluent MPN/100ml


1 12 Hr. Composite
2 24 Hr. Composite

38A.2.2 PHYSICAL CHEMICAL ANALYSIS OF BIOLOGICAL SLUDGE

S.NO Parameter Biological Sludge


1 Appearance
2 Order
3 Moisture Percentage.
4 Organic Content (Percentage of Total Solids)

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 210

PARTICULAR SPECIFICATIONS CONTD…

38A.3 The MES will collect random samples of incoming/treated sewage water and will get it analyzed either at the
contractor‟s laboratory or any other laboratory and in case any sample fails to made the prescribe parameters
the contractor mst rectify the defect and achieve the prescribed parameter within 48 hours and if he fails to do
so no payment for the extended project shall be made.

38A.4 CAREFULNESS AND CLEANING :- The Contractor and his staff have to ensure a maximum of carefulness in
the operation and maintenance of the plant. At any time, the plant, its equipment and its surroundings have to
be kept clean and proper.

38A.5 PREVENTIVE MAINTENANCE FREQUENCY :- The preventive maintenance will be made according to the
preventive maintenance schedule of the plant. Short-term specialists of the Contractor for special
maintenance tasks may reinforce the regular staff. The operation, maintenance and repairs shall be made with
the help of the equipment and tools available at the plant, backed up and completed with the facilities of the
Contractor at his HQs or lbrought to the plant by him temporaily for a special maintenance.

38A.6 SPECIFICATION FOR LABORATORY EQUIPMENT

38A.6.1 PH METER DIGITAL


pH Range : 0 to 14 pH
Milli Volt Range : 0 to + 1999 mV
Accuracy : 0.01 pH + 1 digit.
Reproducibility : 0.01 pH
o
Temperature compensation : 0 to 100 C
Power Supply : 230 V + 10% 50 Hz
Accessories : 2 Nos combined electrodes

38A.6.2 CENTRIFUGE
Maximum speed : 3200 rpm
Maximum centrifuge force : 1600 x G.
Maximum capacity : 6 x 15 ml

38A.6.3 DISSOLVED OXYGEN METER


The instrument should be capable of DO and temperature measurement in raw and treated sewage water :-
Range : 0 to 20 mg/1.
o
Temperature : o to 60 C
o
Resolution : DO – 0.1 ppm Temperature 0.1 C.
o
Accuracy : DO - + 0.3 ppm Temperature + 0.2 C
o
Temperature compensation : 0 to 50 C
Censor : DO – Amperometric (Gold / Silver)
Power : 230 V + 10% 50 Hz

38A.6.4 CHLORINE COMPARATOR


Comparator should have capapcity to measure the residual chlorine from 0.1 to 2 PPM and pH from 6 to 8.4
(phenol red indicator disk) by moveable disk arrangement.

38A.6.5 ACCESSORIES :
Orthtolidie solution test tube brush and cover separate movable disk

38A.6.6 COUNTER
Colony counter with digital display electrically operated suitable for bacterial plate count complete with counting
plates and lenses etc.

38A.6.7 BINOCULAR MICROSCOPE


Binocular research microscope with built in illumination with variable transformer. Two ` pair eye pieces 5 x
10 and four objectives 5x, 10x, 45x, 100x, oild (springs).

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 211

PARTICULAR SPECIFICATIONS CONTD…

38A.6.8 DISTILLED WATER PLANT


Electrically heated with boiling chamber lid and cooling jacket, made of stainless steel provided with two
automatic injection type heater, constant water level device, stout valve, hanging brackets complete in all
respects.
Power : 220 – 230V AC
Capacity : Approx – 4 L/Hr
Rating of Element : 1.5 KW each

38A.6.9 WATER BATH (SEROLOGICAL)


Rectangular water bath should be completely made of copper, heavily tinned inside and outside finished in
enamel.
The cover should be chrome plated and should have 12 holes of 7.5 cm O concentric rings (3 sizes of each
hole) with lid. The water bath should have built in constant level arrangement and fitted with swan type
ejection electric heaters.
Dimensions : 40 cm x 30 cm x 9 cm
Rating : 1.5 KW
Power : 230 Volt AC
Accessories : 2 M long cord with 3 Pin and adopter for power.

38A.6.10ELECTRIC OVEN
Should be double walled with inner chamber of aluminum sheets and outer body made of MS sheets. The gap
should be filled with good quality glass wool for proper insulation, space for inserting thermometer control
o
system of the accuracy of +/- 1 C.
o o
Temperature Range : Room temperature to 250 C +/- 1 C.
Power : 220-250 Volt AC
Chamber size : 45 x 45 x 45 cm.

38A.6.11AUTOCLAVE
Autoclave should be vertical type, sturdy double walled construction with boiler made of stainless steel 18
SWG, sheet and easy to operate. Outer shell should be made of mild steel finished with enamel point. The
boiler and outer shell should have air insulation. Lid should be made of stainless steel plate and tightened all
round by wing nuts. Moulded, jointless, gaskets should be made of neoprene rubber. It should be fitted with
water level arrangements to indicate water position inside the boiler, pressure gauge, air/steam release cock,
spring loaded safety valve which can be set any selected point from 10 PSI to 25 PSI +/- 3 psi and drain. ISI
marked immersion type heating element heats the water stream to desired temperature and pressure, supplied
complete with SS basket, cord and plug to work in 220 volts 50 cycles AC supply.

Chamber size (O x depth) : 300 x 500mm


Load : 2 KW

38A.6.12INCUBATOR (1 NO) FOR BACTERIOLOGICAL TESTS


Incubator made of aluminum sheet , inner door of glass with 3 adjustable shelves with temperature control
o
system and accuracy of +/- 0/5 C. Double wall should have proper glass wool insulation system.
Thermostatically controlled.
Size (w x d x h) : 61 x 45 x 45 cm
o o
Operating temperature : 5 C above ambient to 60 C.
Power : 220 – 250 Volts AC.

38A.6.13BOD INCUBATOR
Suitable to work at 230 V with automatic control beating or cooling circuits according to environmental
temperature, made of mild steel all with enamel paint, inside chamber should be anodized, adjustable shelves
made of aluminum and full inner view glass doors. Chamber capacity should be 286 L. Temperature control
device German thermostat.

Chamber size : 87 x 57 x 55 cm
o o
Temperature Range : 5 - 50 C.Operating sensitivity : +/- 0.5 C.
Forced air circulation to maintain uniform temperature with dial thermometer.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 212

PARTICULAR SPECIFICATIONS CONTD…

38A.6.14MAGNETIC STIRRER WITH HOT PLATE


Magnetic stirrer with hot plate of 2 L capacity with separate stirring and temperature controlled regulator for
setting stirring rate and temperature complete with plug, 2M long cord. Adapter and Teflon paddle 1” long
(Rotor 3 Nos) capacity 2 liters, maximum speed 1200 rpm.

38A.6.15 ANALYTICAL BALANCE


Analytical balance complete with case, weight box and beam of gun metal. Flat beam sprayed with colorless
cellulose lacquer edges are of best selected agates ground to optical precision case finally polished with two
side doors and counter poised front slide. Case made of teak wood having sun mica base.

Capacity : 20 gm
Sensitivity : 1/10 mg
Diameter of pan : 3 inches slightly nickel chromium plate
Length of beam : 5 inches
Watch glasses : 2 Nos, light weight to be provided on each of the pan
Graduation : Graduated in to 100 divisions with 0 in centre.

38A.6.16ELECTRONIC BALANCE
Readability : 1 mg/10 mg
Weighing capacity : 60 mg/310 mg
Repeatability : 0.2 mg/0.5 mg
Linearity : +/- 2 mg / +/- 10 mg
Stabilization : 5 seconds
Power Supply : 230 V AC +/- 10%, 50 Hz

Facility of piece counting, 0% weighing, display various weighing units, provision for attachment of printer.

Vacuum pump single (with suction flask/Liter capacity)


Electrically operated should be compact and smooth in operation with effective cooling, high power
water vapor tolerance and guaranteed ultimate vacuum.

Air Displacement : 150 L/Minute


Ultimate vacuum : 10 microns Mcleod
HP of motor : 0.5 or 1/3
Pump speed : 375 rpm approx
Power supply : 220/230 V AC
Refrigerator
Minimum 300 liters capacity of reputed make.

Notes
(i) All aforesaid instruments should be supplied along with operation and circuit diagram manual,
dust cover, 2 M long cord and plug and related accessories required for the satisfactory working of the
instruments.
(ii) All necessary borosilicate glass ware including all other accessories required for standard
laboratories shall be provided and maintained.
(iii) All necessary chemicals in sufficient quantity of reputed made shall be supplied and
maintained.

____________________ ______________________

(Signature of Contractor) (Signature of testing officer)

Dated :______________

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 213

PARTICULAR SPECIFICATIONS CONTD…

39.0 LIFT

39.1 The following specifications are intended to cover the complete supply and installation of the
lift in workman like manner and to include all the works and materials.
39.2 The work under this contract shall be carried out all as mentioned in BOQ/Sch‟A‟ & these particular
specifications shall be read in conjunction with specifications, General Rules, Special condition and all
preambles contained in MES Schedule Part I & II including errata/amendments thereto wherever applicable to
the above work, where at a variance the provisions in these particular specifications shall take precedence
over the aforesaid provision in the MES Schedule.
39.3 The work is to be carried out in accordance with the applicable statutory rules or regulation or acts and the
code of practice for installation, operation and maintenance of electric lifts as per IS-1860. Indian Electricity
Rules as amended from time to time, IS-4666, IS 3435.
39.4 DESIGN STANDARD
39.4.1 Each Elevator shall have its own driving machine. The method of drive shall be Electric Traction with gear less
motor with VVVF Control.
39.4.2 All elevators shall be capable of operating satisfactorily and smoothly for a period of not less than 20 hours per
day, seven days a week, within the environmental conditions as stated in the BOQ and at the location where
the elevators are to be installed.
39.4.3 The design of the Elevators shall take into consideration fire prevention, elimination of dust and dirt traps, and
easy accessibility for cleaning and routine maintenance.
39.4.4 The design and manufacture of the lift car, lifting equipment controls and other accessories to be incorporated
in work shall be of the highest standard and in conformity with modern engineering practice robust in
construction, liberally rated for efficient and economical operation.
39.4.5 The tenderer shall submit (alongwith tender) specifications and detailed design parameters in accordance with
particular specifications given in these tender documents and shall submit (alongwith tender) details of lifts
equipment offered by him as per schedule of details as per relevant IS Codes.
39.5 ELECTRICAL REQUIREMENT
39.5.1 (i) AC 415 volts 3 phase/SP 230 Volt 50 Hz supply and GI /Al earth strip shall be provided by the
contractor up to the each Lift Control. All further connections from this Lift Control Panel shall be carried out by
the contractor with PVC insulated armoured and sheathed/or unarmoured and unsheathed copper cable
through welded steel conduit/ steel trough and suitable switches/controls etc. The wiring shall comply with the
Indian Electricity Rules and IS 732 as amended from time to time. All electrical equipments shall be connected
with Al earth continuity conductor of size 25 x 3 mm.
(ii) At places like motor terminal connection, gangway switches connection etc. where rigid enclosures
cannot be used for drawing in wiring, flexible galvanised steel conduit of adequate sizes(s) shall be used.
39.5.2 All electric supply lines and apparatus in connection with lift installations shall be so constructed and shall be
so installed, protected, worked and maintained that there may be no danger to persons traveling.
39.5.3 All metal casings or metallic covering containing or protecting any electric supply or apparatus shall be
efficiently earthed as per Indian Electricity Rules.
39.5.4 No bare conductor shall be used in any lift car as this may cause danger to persons. All control cables used for
connections between relays, automatic leveling devices, rectifier indicators, floor switches etc will be with
electric copper conductors.
39.5.5 All cables and other wiring in connection with the lift installations shall be of suitable grade for the voltage at
which these are intended to be worked and if metallic covering is used, it shall be efficiently earthed as per
Indian Electricity Rules and other statutory provisions. Only copper wiring for the entire lift installation will be
used.
39.5.6 A trailing cable, which incorporates conductors for the control circuits, shall be separate and distinct from that
which is incorporated for lighting or signaling circuits. Further the wire connecting the emergency push button
switches the lift car shall not be run in the same trailing cables.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 214

PARTICULAR SPECIFICATIONS CONTD…

39.5.7 he contractor shall provide one light point in each lift pit and one light point at each alternate floor in lift shaft
(including necessary electric wiring) for the illumination of each lift pit and shaft. The contractor shall also
provide one 5 Amps 3 pin switch socket outlet including necessary electric wiring) in the lift shaft, with insulated
portable hand lamp with handle guard, suitable workshop fitted flexible cord cable, 30 meters length, 230 volt,
3 core, 0.75 sq mm. The cost of wiring fittings/fixtures shall be deemed to be included in the item rate of lift.
39.5.8 All wiring shall be executed in a neat clean layout fashion so that various circuits can be identified easily.
Contractor shall use various coloured cables for this purpose. Contractor shall use only copper conductors
conforming to IE Rules 1956 and IS-732 and chapter XVIII of Indian Electricity Rules. The cost of wiring fittings
/ fixtures shall be deemed to be included in the item rate of lift.
39.5.9 Lift cables shall conform to IS 4289.
39.5.10 The DC circuit for the contacts and all other connected wiring shall run in a separate conduit and shall not be
taken with 230 volts AC circuit.
39.5.11 Each Elevator shall be provided with a main control cubicle to accommodate all electrical switchgear. A caution
notice with the wording "Danger- 415/230V AC. Do Not Remove Cover Unless Incoming Supply Is Switched
Off" shall be affixed to the cover/door.
39.5.12 The Elevators shall be designed to operate on a 415V AC. +10% to –15 %, 3 phase, 4 wire, 230V, +10% to –
20 %, AC. 50Hz single phase, power supply. Power supplies, Shaft Lighting & Pit Socket outlets shall be
provided by the contractor.
39.5.13 Contactors in the motor circuit shall belong to the Utilisation Category AC-3 and Mechanical Endurance Class
III as defined in BS 5424 Part 1 in the IEC Publication 158-1 and the amendments thereto.
39.5.14 Relay contactors in the control circuit shall belong to one of the following categories as defined in the IEC
Publication 337-1 and the amendments thereto:
(a) AC 11 for contactors in AC. control circuits,
(b) DC 11 for contactors in DC. control circuits.
39.5.15 The design of the contactors and relay contacts shall be such that the break and make contacts shall not be
closed at the same time at any position of the armature. The operating conditions shall be as follows:-
(i) If one of the break contacts (i.e. normally closed) is closed, all the make contacts are open.
(ii) If one of the make contacts (i.e. normally open) is closed, all the break contacts are open.
39.5.16 In the control and safety circuits, the operating voltage of the mean value in the case of direct current or the
r.m.s. value in the case of alternating current, between conductors or between conductor and earth shall not
exceed 250V.
39.5.17 In the event of failure of the normal electrical supply, the supply to the alarm system, intercom system, car
lighting, and the ventilation fan shall be automatically switched to an emergency battery operated power supply
(UPS). The Battery shall be of Sealed Maintenance Free Type with total capacity sufficient to maintain the
Operation of above equipment for at least two hours.
39.5.18 All hoist way and car top safety switches shall be rated to IP Class 55.
39.5.19 All wiring and apparatus shall be subject to acceptance and suitable for the specified electrical supply. The
insulation of all wiring except those within the controller shall be of flame retardant, low smoke type complying
with the special cable requirement of this Specification.
39.5.20 All field wiring shall be of multi-strand copper conductor type. No joints shall be permitted in any cables or
wires in any location.
39.5.21 All wires shall be run in galvanised conduit to BS 31. All conduit outlets shall be bushed with insulating bushes
of accepted pattern. All wiring connections to switches and conduits shall be water tight.
39.5.22 The arrangements of terminals at either end of flexible trailing cables shall be identical and the terminal blocks
marked to identify the cables connected to them. The cable boxes and wiring for the car light and the alarm bell
shall be entirely independent of the Elevator control wiring. Flexible trailing cables shall conform to the latest
edition of BS 6977 as a minimum requirement and shall be securely clamped at each end so that the weight is
not supported by any fixing of the various cores. The outer sheath of these cables shall be of waterproof and
flame retardant material. A total of 10 or 10% of the total number of wires used whichever is more and 2 spare
shield cables shall be provided per Elevator.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 215

PARTICULAR SPECIFICATIONS CONTD…

39.6 SCAFFOLDING
The contractor shall make his own arrangements for provision of necessary scaffolding for erection of the lift.
The contractor shall also make his own arrangements (at his cost) for lifting the machinery during erection and
defects liability period.
39.7 CIVIL WORKS
39.7.1 The tenderer in his tender shall include cost of civil works required for the lift including:-
(a) Scaffolding
(b) Foundation for lift machinery and equipment.
(c) Buffer with buffer support, tees, bearing plates, machine resting beams and any other steel work
required.
(d) Cutting holes in RCC walls, floors etc and making good to match the existing surface of walls, floor etc.
(e) Providing necessary bolts, nuts etc of suitable size required for fixing necessary guide brackets, etc.
on the walls of the lift shaft/pit including provision of necessary holes, chases on walls for fixing guide
brackets etc.
(f) Facia plates.
(g) Steel work and RCC/PCC bed blocks for supporting the machine.
(h) Jamb post / door frames.
39.7.2 Any minor modification to the landing opening to suit the landing door/frames incorporated by the tenderers as
required shall be carried out by the tenderer accordingly at no extra cost.
39.7.3 Blank
39.7.4 Blank
39.8 Blank
39.9 MACHINE LOCATION
39.9.1 The lift machine shall be installed as per OEMs instructions.
39.9.2 The motor along with traction system will be mounted on bed plate as one unit and anti-vibration pads of
proper density to isolate effectively the machine from the machine beams or flooring will be provided in
between so that minimum vibrations are transmitted to other structure.
39.9.3 Blank
39.10 SIZES OF LIFT WELL
The tenderer should provide suitable sizes of lift well, pit etc while executing building work.
39.11 POSITION OF COUNTER-WEIGHT
The counter-weight shall be located at any side or on rear as would be most suitable as judged by the
contractor and approved by the GE/Engineer-in-Charge.

Contd…

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 216

PARTICULAR SPECIFICATIONS CONTD…

39.12 TYPE OF CONTROL


The passenger lift shall be electrically operated on 415 volts 3 phase 50 Hz AC supply with dual control
arrangements with or without lift attendant. Passenger lift shall have a speed and type of control as specified in
BOQ automatic with single speed motor on variable AC voltage variable frequency. Digital floor position
indicator for all the lift shall be provided in each floor and in the lift car. Call register indicator shall be provided
on each landing including ground floor for all the lifts. The control for the passenger and bed lifts shall be
microprocessor based with micro self-leveling devices.
39.13 METHOD OF OPERATION
39.13.1 Automatic operation by means of one button in the car for each landing level served by up and down buttons at
all landings wherein all stops registered by the momentary actuation of car made as deemed under simplex
collective automatic operation but wherein stop registered by the momentary actuation of the landing buttons
are made in the order in which the landings are reached in each direction of travel after the button have been
actuated. With this type of operation all “UP” landing call are answered when the car is travelling in “UP”
direction and “DOWN” calls are answered when the car is travelling in “DOWN” direction, except in case of the
upper-most or lower most calls which are answered as soon as they are reached irrespective of direction of
travel of the car as per clause 2.41.3 of IS-1860 and in duplex the call will be attended by the nearest lift.
39.13.2 The function of automatic electric leveling device will be such that it will always bring the car in level with the
particular landing at which the car is going to halt. The leveling device shall be as per IS recommendations.
39.14 CAR OPERATING PANEL:
The car operating panel shall be provided with the following:
(a) A bank of buttons numbered to correspond to the various floors/landings served.
(b) An emergency stop switch for stopping the car independently of the regular operating services. The
switch shall be clearly marked in red.
(c) An emergency alarm button connected to an electric buzzer/hooter provided by the tenderer and
located at the ground floor landing outside adjacent to the hoist way. 12 volts 60 AH maintenance free battery
shall be provided and connected to the emergency switch and alarm to operate at the time of main supply
failure, charger is to be provided and connected with the circuit for charging battery.
(d) Auto & manual dual mode operation Fan control switch.
(e) A key operated switch to operate the lift automatically with/without attendant.
(f) Even though the light and fan in the lift car will be operated separately from an independent circuit from
lift control panel, fan circuit will be provided with a toggle switch in the car operating panel. The aim of this is to
operate the services even when the supply to lift car is switched off. A separate single phase power supply is
to be provided for car lighting & fan. The fan will operate even when the supply to the lift is switched off, with
the separate single phase supply `ON`.
(g) Up & down direction light indicators.
(h) A „DO‟ (door open) button.
(j) Door close button (DC).
39.15 FIREMAN‘S SWITCH

The tenderer shall provide a toggle or push button switch situated in a glass fronted box on ground floor
adjacent to the passenger lift landing which when put ON whether the car is in travel or not, landing call point
will become in operative and the lift will be on car control only to serve a fire emergency and return to ground
floor. When the switch is „OFF‟ the lift will return to normal working.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 217

PARTICULAR SPECIFICATIONS CONTD…

39.16 LIFT CAR

39.16.1 The external and internal dimensions of the car platform shall be of maximum size possible as per IS for lifts
keeping in view of the size of lift shaft.
39.16.2 The car shall be as per IS-4666 & IS-10191. The frame shall be of suitable steel sections, properly and
securely brazed and shall be sufficiently rigid to withstand the operation of the safety gear without permanent
deformation of the car frame. Suitable removable guide shoes or guide shoes with removable lining of roller
guides shall be provided in adequate number at the top and bottom of the car frame as per manufacturer‟s
instructions. The car shall be so mounted on the frame that vibration and noise transmitted to the passenger
inside is minimized. The safety factor of the frame shall not be less than 5.
39.16.3 The roof of the car shall be of stainless steel, capable of supporting 2 men (i.e.140 Kgs). The car roof shall be
suitably constructed with galvanized sheet steel and reinforced to permit the maintenance and inspection of the
elevator shaft equipment to be carried out by maintenance personnel standing on the car roof. The car roof
shall be fitted with Guard rails set as at a height and of suitable dimensions and strength to protect
maintenance personal. When the car leveling are used substantial aprons of sufficient depth shall be fitted to
the car floor to ensure that no space is permitted between the threshold and landing, while the car is being
leveled to a floor. Threshold and cill plates also shall be provided by the lift contractor to the landings. Car
entrance shall be provided with metal thresholds having a grooved surface. Thresholds for lifts having
horizontally sliding car doors or gates shall have machined or extruted guide grooves.
39.16.4 Car enclosure shall be of suitable thickness stainless steel sheet hair line finished and ceiling with provisions of
pressure fan and lights with stainless steel false ceiling with powder coated aluminium grill for fan. The car
body shall be insulated to prevent the transmission of noise and vibration from the car frame. It shall be
enclosed on all sides by a metallic enclosure. The enclosure including the door shall with stand without
deformation a thrust of 35 Kg applied normally at any point and as per IS 14665 (part4/Sec-3)-2001. Ventilation
opening is specified shall be as per is 14665 (part4/Sec-3)-2001.
39.16.5 Lift car passenger lifts shall be equipped with the following:-
(i) Blank
(ii) One cabin fan non-oscillating type of adequate sweep with „ISI‟ mark fitted flush with the ceiling and
power coated grill.
(iii) Provision of 4x20 watt CFL/LED light fitting complete of make BAJAJ/CROMPTON /PHILIPS with
acrylic translucent sheet fixed with powder coated aluminium frame for protection cover for light fittings and
ceiling of car.
(iv) One nameplate furnishing contract rated load, speed, capacity and other installation ratings/ details,
engraved on a stainless steel plate.
(v) Car operating panel with direction registering indicators and luminous buttons.
(vi) Floor position indicators with direction of travel of car.
(vii) One plug socket 3 pin 5 amps on the top of the lift car for use of hand lamps for
wireman.
(vii) One stainless steel board plate of 1.5mm thick of suitable size with the following Dos/DONTs
engraved in English :-
DO‘s

1. Do keep the lift neat and clean


2. Do travel in the lift as per lift capacity
3.. Do close the door push button once only
4. Do press the push button once only
5. Do write complaint in MES cell of at once
6. Do ensure that the old, disable and children below 12 years travel in the lift in
presence of the lift attendant /guardian.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 218

PARTICULAR SPECIFICATIONS CONTD…

DON‘T‘s

1. Don‟t allow children below 12 years to travel alone in the lift


2. Don‟t try to open the door of the lift Car forcibly
3. Don‟t smoke in the lift
4. Don‟t over load the lift
5 Don‟t allow the children to play in the lift
6. Don‟t try to rectify the defects in the lift yourself
7. Don‟t carry gasoline in the lift
8. Don‟t throw water and garbage in the lift pit.
9. Don‟t quarrel with the lift attendant
10. Don‟t tamper with the lift
11. Don‟t scratch the scribble on the wall of the lift Car

(ix) One no emergency light complete with suitable rating rechargeable maintenance free battery.
(x) One stainless steel board plate of 1.5mm thick of suitable size with following details:-

Lift maintained by M/s _______________________________________

Contact Telephones Nos ______________________________________

(xi) One number fire extinguisher CO2 based, 2 Kg with hanging facility.

39.16.6 The constructional details of car showing sizes of members, thickness and types of materials of construction
shall be as per the manufacturers instructions which shall be conforming to the detailed technical specifications
as given in Sch „A‟ and as specified in these particular specifications (part II) and specifications given in
Annexure „A‟ to this Particular Specifications.
39.16.7 The car platform shall be of framed construction and designed on the basis of rated load evenly distributed.
The dimensions shall conform to IS:14665 (Part-1) 2000 unless otherwise specified. The flooring shall be of
Aluminum chequred plate 5 mm thick.
39.16.8 A load plate along with overload alarm, giving the rated load and permissible maximum number of passengers
should be fitted in each lift car in a conspicuous position. The Car Platform shall be constructed from Hot
Dipped or Spray Galvanized Cold Rolled Steel. Minimum safety Factor shall be 5. Car Platform shall be
insulated to prevent the transmission of Noise and Vibration from the Car Frame to the Platform.
39.17 CAR ENTRANCE, CAR DOORS AND LANDING DOORS
39.17.1 Lift shall have Centre opening / Telescopic doors as specified in Sch „A‟.
39.17.2 The clear door opening shall be as specified in Sch „A‟, with door height being 2000 mm. The car and landing
door shall be operated quietly and smoothly by and electric operator, which shall open and close both the car
and landing doors simultaneously for lifts. In case of power interruption or failure of operator it shall be possible
to open the doors manually from within the car and also from outside with a de-locking key.
39.17.3 For lifts, protection device shall extend to the full height of the doors and project beyond the front edges so that
any person or object coming into contact with doors while entering the doors shall return to their original
position and stay there for predominant interval for automatic doors. This shall, however be provided as per
clause 9.3 of IS-4666-1980..
39.17.4 Each lift car and landing doors shall comprise of 2 Nos. power operated centre opening by horizontal sliding
and stainless steel shutters flush type with stainless steel sheet hair line finished for inside and outside.
Both the car and landing doors shall have minimum one hour fire resistance. The doors shall be complete with
rubber safety shoes, mechanical lock with key and all accessories in order to give trouble free operation.
39.17.5 The car and landing doors shall be flush type Vandal Resistant Stainless steel only for power operation. The
power operated car and landing doors shall be so designed as not to injure any person during their closure by
means of provision of a criss cross, infra-red sensor which shall cause the doors to reopen on any type of
obstruction. In case of power operated doors, it shall be possible on power failure, to open them from the car
side. The door opening and closing shall be accomplished smoothly and quickly without undue noise, vibration
and shock and their movements shall be cushioned and checked at both limits.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 219

PARTICULAR SPECIFICATIONS CONTD…

39.17.6 The car door shall be center opening horizontal sliding stainless steel vandal resistant type. These shall be
able to withstand horizontal or lateral load according to IS 14665 (part4/Sec-3)-2001.
39.17.7 A potential cause of accidents could be the attempts made to open the landing door lock of lower floor in case
the car stops away from floor level due to power failure. Since the car door can be opened in case of power
failure so as to improve the ventilation and avoid claustrophobic situations etc. As outlined in IS 14665 (Part
2/Sec 1): 2000 para 10.9.1, there is a tendency among trapped passengers to make attempts to open any
accessible landing door. This attempt in panic may result in accidental fall into the lift pit. In order to ensure that
the trapped passengers do not attempt landing door, the electromechanical latch should be so designed that it
is inaccessible or invisible to the passenger in the car. The Doors shall be able to with stand horizontal or
lateral load according to IS 14665 (Part 4 /Section 6) 2001. Each landing door shall be complete with locks,
headers, sills, frames, rims, hanger supports with cover plates, fascia plates etc. The finished works shall be
strong, rigid and neat in appearance. Plain surface shall be smooth and free from warp or buckle. Moulded
surfaces shall clean out, straight and true. Fastenings shall be concealed from the face side of the material.
Steel Sills shall be provided with a suitable nosing of approximately 25mm depth on the shaft side. The
opening for the landing gates or doors shall not be wider than that of the lift car. Landing Doors shall be made
of Vandal Resistant Stainless Steel Grade 304.
39.18 ELECTRO MECHANICAL INTERLOCK:-
Electro-mechanical door lock shall be provided for all the landing doors and they shall be such that the doors
cannot open unless the car is at rest at the particular landing. It shall not be possible to move the car unless all
the landing doors and the car door are closed and locked. All the locks and contacts shall conform to IS: 14665
(Part 1/Sec 6)-2001 shall be positive and pass the prescribed endurance and reliability test from a recognized
testing laboratory. They shall be so located as to be inaccessible to un-authorised personnel. The
electromechanical latch should be so designed that it is inaccessible or invisible to the passengers in the car.
Each Landing Door shall be provided with an accepted Locking & Interlocking device to prevent the Operation
of the Elevator unless all Landing Doors are Closed & Locked. It shall not be possible to open the Landing
Door from the Landing Side without a Landing Door Key. The Locking Device shall have at least IP 54
Protection. The Electric Contacts of the Door Locking Device shall open positively independent of gravity. Each
Landing Door Panel shall be provided with its own locking device. Provision shall be made for opening of all
Landing Doors by means of a Landing Door Key by an Authorized person irrespective of the position of
Elevator Car.

39.19 LIFT MACHINE:

39.19.1 The lift machine shall be gearless permanent magnet traction type and shall include an electric motor,
electromagnetic brakes, steel work, bronze gear, cast iron/steel sheaves, etc. all mounted on a single box or
bed plate. The work shaft shall be provided with suitable thrust bearing and sheave shaft with tapered roller
bearings. The driving sheave shall be grooved to ensure sufficient traction and to minimize rope wear.
Adequate means of lubrication shall be provided for all bearings and work gear; shall also comply with BSS
436, 721, 329, 46 Part I & II and relevant statutory provisions.
39.19.2 The machine should be fitted with an arrangement for manual winding of the machine for testing purpose or for
operation when the power supply fails. The machine unit will be mounted on bed plate as one alongwith unit
and suitable rubber packing will be provided in between so that minimum vibrations are transmitted to other
structure.
39.19.3 The tenderer shall provide sound reducing materials preferably rubber pads of proper density to isolate
effectively the machine from the machine beams or flooring.
39.19.4 The traction system shall conform to ISI specifications. The tenderer shall indicate in his tender the make of the
traction system he proposes to use.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 220

PARTICULAR SPECIFICATIONS CONTD…

39.20 LIFT MOTOR

39.20.1 The motor shall be 415 volts, AC 3 phase, 50 Hz, squirrel cage induction reversible type particularly designed
for lift service with high starting torque and low starring current. The starting current shall not exceed 500% of
full load current and the starting torque shall not be less than 225% of full load torque. It should be protected
with overload and against reverse phase. The motor shall be designed for lift duty i.e. for repeated starts and
stops and shall be of best approved make with minimum sound during operation. The motor shall be suitable
for lift speed as specified in Sch „A‟ for passenger lift, with leveling device to bring the lift car to the exact
landing position of the floor. The motor is single speed and operate on AC variable voltage variable frequency
control.
39.20.2 The drive motor shall be AC self-lubricating motor suitable to withstand frequent peak current encountered in
the lift duty and shall have high starting torque, high power factor high efficiency , Low Energy Consumption
and low starting current. Thermistor shall be embedded in the starter windings to indicated the temperature
wind in the motor.
39.20.3 The motor shall be capable of not less than 180 starts per hour without excessive temperature rise.
O
39.20.4 The maximum temperature rise of the winding shall not exceed 50 C above ambient temperature when
operated under normal condition.
39.20.5 The shaft must be capable of withstanding the high stresses due to braking and should be extended at the
free end with a suitable key way, in order that the Elevator may be operated manually with a hand wheel during
emergency and for effective adjustment.
39.20.6 Provision shall be made to enable the speed to be checked at Main Control Cubicle.
39.20.7 The motor shall carry a nameplate giving full details of its ratings and characteristics. Motor shall be of TEFC
type.
39.20.8 The motor used shall have Class F insulation and shall be designed for 125% of rated load.
39.20.9 A motor winding tool shall be provided for each Elevator and be placed in a proper holder fixed at a convenient
position.

39.21 BRAKES

39.21.1 The lift drive machinery shall be provided with an electromagnetic brake or permanent magnet break or motor
operated brake normally applied by means of springs in compression when the operating device is in off
position. The brake shall be suitably curved over the brake drum or brake disc and provided with fire proof
friction lining. The operation of brake shall be smooth, gradual and with minimum noise.
The brake shall be designed to be of sufficient size and strength to stop and hold the car at rest with rated
load. The brake should be capable of operation automatically by the various safety devices current failure and
by the normal stopping of the car. The brake shall be released electrically. It shall also be possible to release
the brake manually, such released requiring the permanent application of manual force so as to move the lift
car in short stops. For this purpose suitable brake release equipment shall be supplied with each lift installation
and the same shall be kept in safe custody to prevent misuse.

39.21.2 The Brakes shall be fitted with adjustable and renewable Brake Shoes. The Safety Brake Gear shall be
capable of Repeated Operation without adjustments and shall operate without damage to, or distortion of guide
rails. Band Brakes shall not be used. Brake Linings shall be secured to the Brake Shoes that normal wear shall
not weaken their fixings. No Earth Fault, Short Circuit or Residual Magnetism shall prevent the Brake from
being applied in the event of Loss of Power Supply to the Elevator Motor & Control Circuit.
A Means of adjusting the Brake Plunger Stroke and releasing the Brake in Emergency shall be provided. The
Elevator Machine shall be fitted with a Manual Emergency Device Capable of having the Brake released by
hand and requiring a Constant effort to keep the Brake Open.

39.21.3 The tender shall specify the make of rectifier and arrangement of DC supply. Rectifier shall be of any of the
following

(a) Hind rectifiers Keltron / Usha rectifiers/ equivalent


(b) Diode shall be of Ruttonsha / BHEL/MELTRON/EC/SEMI CONDUCTORS LTD.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 221

PARTICULAR SPECIFICATIONS CONTD…

39.22 BUFFERS
39.22.1 Suitable heavy duty spring or oil or PU buffers and as per IS 14665 (Part 4/Sec 1)-2001, IS- 9803 and Para 13
of relevant statutory provisions shall be provided for car and counter weight including structs.
39.22.2 Buffers shall be spring type or oil type or PU buffers. Buffers shall be suitable for installation in the space
available. Buffer anchorage at pit floors shall be installed avoiding puncturing of water proofing. The partial
compression of spring return oil buffers when the car is in level with terminal landing will not be acceptable. All
buffers shall be tested at manufacturers works and a copy of the test report shall be submitted. When the lift
car rests on fully compressed buffers there shall be at least 60 cms clearance between the lowest point in its
car frame and any obstruction in the pit exclusive of buffers and their supports. Similarly when the lift car cross
head is 60 cm from the nearest obstruction above it, no projection on the car shall strike any part of the
overhead structure. The contractor must indicate the name of buffer manufacturers, buffer stroke & certified
maximum loads.

39.23 SHEAVES/SUPPORTING BEAMS

39.23.1 Sheaves and pulleys shall be of hard alloy or steel and free from cracks, sand holes and other defects. They
shall have machined rope grooves. The traction sheave shall be grooved to produce proper traction and shall
be sufficient dimension to provide for wear in the groove. The deflector sheave shall be grooved so as to
provide a smooth bed for the rope. The deflector or secondary sheave assemblies where used shall be
mounted in proper alignment with the traction sheave. Such deflector sheaves shall have grooves larger than
rope diameter as specified in clause 8 of IS 14665 (Part–4 Sec 3): 2000. The size of all the sheaves shall be in
accordance with clause 8.4 of IS 14665 (Part–4 Sec3): 2000. Wherever necessary suitable protective guards
may be provided. Sheaves shall be fitted with sealed for Life Lubricated Bearings. Adequate provision shall be
made to prevent any Suspension Ropes leaving groove due to Rope Slack or Introduction of Foreign Objects.
Driving Mechanism shall operate under maximum Loading without Overheating or Vibration.

39.23.2 The grooving of a drum divergence or pulleys shall have a radius larger than the radius of the rope but not less
than that specified in IS specifications (IS-1860) and shall extend over one third of circumference of the rope.
Clause 17 of IS-4666 and BSS-329 current edition shall be adhered to.

39.23.3 Shaft which supports sheaves, gears, coupling and other members which transmit torque shall be provided
with tight fittings Sunk key (Not less than two in numbers) of sufficient strength and quality.

39.24 SHAFT FILLETS AND KEYS

A fillet shall be provided at any point of change in the diameter of driving machine shaft and sheave shafts to
prevent excessive stress concentrations in the shafts. The shaft which support sheaves, gears, couplings and
other members transmitting torque shall be provided with tight fitting keys as per BSS 46.

39.25 COUNTER WEIGHT

The counter-weight shall be of cast iron weights contained in structural frame and shall be equal to the weight
of the elevator car plus 40% to 50% (approximately) of the rated load. The lift shall be suitably counter
balanced for smooth and economical operation. Suitable guide shoes shall be provided for structural steel
frames. Specification as given in IS-1860, IS-4666, IS-10191 Para 11 of relevant statutory provisions shall be
complied with.

39.26 COUNTER WEIGHT GUARD

The tenderer shall furnish and install stainless steel counterweight guard of required length at the bottom of the
hoist way as per relevant statutory provisions.
39.27 GUIDES
Car counter-weight guides shall be of rigid steel in all cases. Machined tee sections of appropriate size and
weight shall be used and shall be continuous throughout the entire length and shall be provided with steel
brackets or equivalent fixtures of such design and spacing that the guides shall not deflect more than 5 mm
under normal operation. Guides shall be arranged to withstand the action of the safety gear when stopping
counterweight of fully loaded car. Guides shall be of such a length that it shall not be possible for any of the
car/counterweight shoes to run off the guides as per relevant statutory provisions.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 222

PARTICULAR SPECIFICATIONS CONTD…

39.28 GUIDE SHOES


39.28.1 Two numbers of guide shoes at the top and two numbers at the bottom shall be provided on the lift car and
counter weight. Guide shoes shall be spring loaded and provided with nonmetallic renewable linings requiring
minimum lubrication.

39.28.2 Guide shoes shall be provided with adjustable mountings & shall be rigidly secured in accurate alignment at
the top and bottom on each side of the car sling and counter weight frame construction. When oil buffers
attached to the bottom of the counter weight are used, additional guide shoe shall be provided on each side of
the buffer same. The design of guide shoes and car safety devices shall be coordinated so as to ensure the
provision and installation of equipment with clearance as specified in related IS.

39.29 SUSPENSION ROPE

39.29.1 Round strand steel wires ropes each having at least six strands made from steel wire ropes having a tensile
strength not less than 12.5 tonnes/cm2 and of good flexibility shall be used for lift. Lubrications between the
strands shall be achieved by providing impregnated hemp core. The lift ropes shall conform to IS 14665-(Part-
4-Sec. 8):2001. The minimum diameter of rope for cars and counter weight of passenger and goods lift shall
be 8mm, and shall confirm to IS 14665 (part 4/Sec.8) including all amendments. No. of Ropes Specially
Manufactured for Elevator use shall be employed for suspension of Elevator Car & Counterweight as per IS
14665. At least three Steel Wire Ropes specifically manufactured for Elevator use, shall be employed for the
suspension of Elevator car & counter weight.

39.29.2 Rope fastening:

The ends of lift ropes shall be properly secured to the car and counter weight hitch plates as the case may be
with adjustable rope shackles having individual tapers babbit sockets, and fastening itself should be able to
take up 50% of ultimate stress. Each lift rope shackle shall be fitted with a suitable shackle spring, seat
washer, shackle nut & lock & shackle nut split pin. The ropes shall be fastened as per clause 17.4 of IS 4666
and relevant statutory provisions. Special means shall be provided to equalize the load on individual
suspension ropes.

39.30 Guards for lift ropes:-

Where lift ropes run round a sheave or sheaves on the car and/ or counterweight of geared/ gearless machine
suitable guards shall be provided to prevent injury to maintenance personnel.

39.31 Number and size of ropes:-

The contractor must indicate the number and size of lift ropes and governor ropes proposed to be used, their
origin, type, ultimate Tensile strength and factor of safety. The contractor should furnish certificate for ropes
from the rope manufacturers issued by competent authority. Type Test & Routine Test Certificates shall be
furnished. A Plate giving the Number, Size & Ultimate Tensile Strength of the Rope used shall be permanently
fixed to the Cross Head. Before Installation, Manufacturer‟s Certificate shall be supplied for each set of
Hoisting Ropes with the following data:
(a) Type of Wire Rope
(b) The Diameter in MM
(c) The Manufacturer‟s Rated Braking Strength
(d) The Month & the Year Ropes were manufactured.
(e) The Manufacturer‟s Name

The Factor of Safety based on Maximum Static Load for Car & Counter weight ropes shall be at least 12. The
Ropes shall be attached to dead end Hitch assemblies, fitting to supporting beams, car Frames,
Counterweights by means of suitable Rope Termination. A Locking Device or Anti-Twist Rope Device shall be
fitted to the Roping System.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 223

PARTICULAR SPECIFICATIONS CONTD…

39.32 GOVERNORS
39.32.1 The car safety shall be operated by speed governor located overhead and driven by governor rope suitably
connected to the car and mounted on its pulleys. The rope shall be maintained in tension by means of
weighted or spring loaded tension sheaves located in the pit. Governor shall be provided for lifts with a travel of
more than 5.5 meters. The governor rope shall be not less than 6mm in dia and shall be made of steel or
phosphor bronze. These shall be in accordance with IS 14665 (Part4/sec-4):2001. Governor for car safety
gears shall be adjusted to actuate the safety gear at the following speeds:-
(a) For rated speeds up to 1 m/s maximum governor tripping speed shall be either 140 percent of rated speed
or 0.88 m/s, whichever is higher. For rated speed above 1 m/s maximum governor tripping speed shall be 115
percent of the rated speed plus 0.25 m/s.
(b) Minimum governor tripping speed shall be 115 percent of the rated speed as per IS 14665.
(c) The governor shall be of “v” groove wheel design and only wheel is stopped to actuate the car safety upon
a pre-determined over speed downward without damaging the rope.
(d) The governor, rope and sheave shall be so located so as to minimize danger of accidental injury to the
equipment.

39.32.2 For Governors, governor ropes, jaws, sheaves and their mountings, IS-1860 and IS-4666 and relevant IS
mentioned in Clause 2.2.3 shall apply and relevant statutory provisions.
39.33 EMERGENCY SAFETY DEVICES
39.33.1 The lift shall be provided with one or more safety devices attached to the lift car frames and placed beneath the
car. The safety devices shall be capable of stopping and sustaining the car with full rated load in the car at
tripping speed. The safety gear shall be operated to stop and sustain the lift car in the event of failure of the
suspension ropes and or in the event of lift exceeding the pre-determined maximum speed in the descending
direction when a speed governor is fitted. Every safety gear shall operate positively and mechanically
independent of any springs used in its construction. Design will conform to IS-4666 & IS-9878 and relevant
statutory provisions.
39.33.2 On top of lift an emergency stop switch shall be provided for use by maintenance personnel. Similar switch
also to be provided in the car operating panel. This switch will render the car and landing buttons inoperative
and cancel all the registered calls.
39.33.3 Fire protection shall be provided as per IS-1642 and relevant statutory provisions.

39.33 LUBRICATION AND CORROSION PROTECTION


39.33.1 All bearings shall be provided with adequate means for lubrications for easy access without having to
disconnect the machine during normal maintenance.

39.33.2 CORROSION PROTECTION


a) The Contractor shall take into consideration, the corrosive effect of the atmosphere in the Elevator design. All
steel components shall be hot dipped galvanised in accordance with BS 729, with minimum thickness of 85 m.
(b) All mechanical and cast iron assemblies shall be cleaned and painted. The running surfaces of car guides shall
be treated with an accepted rust preventive compound.
(c) All parts constructed in sheet steel shall be either galvanised by the hot-dipped process or fabricated from hot
dipped galvanised sheet steel.
(d) All hardware, fastenings, screws and shims shall be galvanised. However, all visible screws and fastenings
shall be of stainless steel.

39.34 CONTROLLING EQUIPMENT


The micro processor based controller unit comprising of phase failure and reverse phase relay, phase
sequence corrector with relay, air cooled transformer, rectifiers, control relay etc fabricated by CRCA sheet not
less than 1.6 mm thickness duly powder, coated CPRI approved shall be provided. The accessories shall be of
make ABB, EE, GE, C & S. The complete control unit shall be floor mounted with supporting legs.

39.34.1 Control Circuits


The control circuit shall be designed to the type of lift specified for safety operation. It shall not be possible to
start the car unless all the car and landing doors are fully closed and landing doors locked. The circuit shall
have an independent fuse protection for fault and over loads and be arranged so that earth fault or an open
circuit shall not create unsafe condition. The circuit shall be so arranged that for the stoppage of the car at
specified landing or for actuation of a contactor by emergency switches or operation of safety gears the system
shall not depend up to the completion or maintenance of an electrical circuit to cut off power supply and apply
the brakes. This requirement is not applicable to dynamic braking and speed control devices.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 224

PARTICULAR SPECIFICATIONS CONTD…

39.34.2 Terminal Boards

All wiring for external control circuits shall be brought to a terminal board with means of identification of each
wire. Metallic/ plastic identification tags shall invariably be provided. All connections of wires to terminal boards
shall be adequately clamped or screwed.

39.35 Auxiliary Switches

39.35.1 (a) Emergency stop Switches:

Lift car emergency stop switch shall be provided for use by maintenance personnel. Stop switch shall be
provided as per OEM‟s design. Operation of these switches/ buttons shall cancel all the registered calls and
landing calls for that particular lift.

(b) Maintenance Switch on top of the Car:

For purpose of inspection and maintenance, maintenance switch shall be provided on top of the car. The
control circuitry shall be so arranged that in the event of the operation of this switch:

(i) The car speed shall be less than the rated speed not exceeding 0.85 meters/ sec.
(ii)The car movement shall be possible only on the application of the continuous pressure on a button. It shall
be so mounted to prevent any inadvertent operation.

(c) Fireman Switch:

Fireman switch with glass to break for access shall be provided at ground or main floor for all the lifts. The
operation of this switch shall isolate/ or cancel all calls to all the lifts and the lifts will stop at the next nearest
landing if travelling upward. The doors will not open at this landing and the lifts will start travelling to ground
floor. If these were already travelling down, they will go straight to ground floor direct without stopping enroute.
The Lift shall function as per the requirement of Fireman.

(d) Inspection Facility:

An Inspector‟s change over switch and set of test buttons shall be provided in the controller. Operation of the
Inspector‟s changeover switch shall make both the car and landing buttons inoperative and permit the lift to be
worked in either direction for test purpose by pressing corresponding test button in the controller as per OEM‟s
Design. It shall not however interfere with the emergency stop switches inside the car or on the top of the car.

(e) Safety Line Indicators:

Visual tell tele lights may be provided to monitor the conditions of faults in the safety line of the lift for easier
fault finding. These indicators will remain lit when safety circuits are normal.
One indicator shall be provided for each safety on the controller. If any indicators fail to light up as the lift
proceeds in its sequence of operation, there shall be visual indication of the safety line open circuit and also its
location for easier fault finding.

39.36 Wiring, Cabling, Earthing etc.

(a) Wiring in Lift Shaft:


Power wiring between the controller and main board controller to various landings shall be done in heavy
gauge conduit or metal duct & shall conform to I.E. Rules 1956. Specifications for electrical works. Following
general principal shall be followed in wiring.
(i) Control cables carrying DC and power cable carrying AC shall not be run in the same conduit
or metal duct and they shall be laid as per I.E. rules.

- Metal duct with removable inspection cover shall be preferred.


- In case of control cables also the harness shall be separate as far as feasible for
separate functions and laid separately in suitably dimensioned metal duct or in a
separate conduit such as the signaling, locking, lamp indication and safeties. Control
cables for different voltages in the lift installation works should be laid as per i.e.
Rules.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 225

PARTICULAR SPECIFICATIONS CONTD…

(ii) At least 5 percent with a minimum of 5 unconnected spare wires shall be available out of all
the lines to be provided in the wiring harness from the midway junction box to the Lift Shaft.
- Cables shall be laid by using GI Cable Trays & Race Ways suitably.
- All conduits shall be of GI.

(iii) There shall be a master isolating switch fuse associated with the controller heavy duty load
break, quick make, quick break, quick break type TP&N preferably interlocked with controller cabinet
door. Isolator handle shall have provision for external locking in off position. All relays shall be suitable
for lift service and shall incorporate adequate contact wipe for reliable operation. Relays shall operate
satisfactorily between 80 percent to 110 percent of their voltage.
(iv) Main motor contactors shall be suitable for A.C. duty. Tenderer shall be required to furnish full
details of make, type, applicable standard, voltage and current rating, duty class, type and routine tests
done etc., on contactors and relays. Copies of type test certificates and other test certificates shall also
be furnished by the tenderer for approval of accepting officer.
(v) All cables shall be FRLS XLPE Type of appropriate sizes with multistranded copper
conductors. The cables feeding motor and in heavy current flow paths shall be so selected that the
size matches the protecting fuses and will not result in more than 2 percent voltage drop from the main
board to the terminals of motor.
(vi) Control cables shall not be less than 1.0 sq. mm. or equivalent if stranded; where installation of
heavy gauge conduits present difficulties, short lengths of flexible conduits will be permitted but
effective electrical continuity and earth bonding shall be ensured. Ferrules shall be slipped at the ends
of all cables as per standard control wiring practice. All terminal blocks shall be suitably marked.

(b) Trailing Cables:


(i) A single trailing cable for lighting control and signal circuit is permitted, if all the conductors of
this trailing cables are insulated for maximum voltage running through any one conductor of this cable.
The lengths of the cables shall be adequate to prevent any strain due to movement of the car. All
cables shall be properly tagged by metallic / plastic tags for identification.
(ii) Trailing cables shall run from a junction box on the top of the car to a junction box located in
the shaft bear midpoint of travel and from these junction boxes conductors shall be run to the various
locations.
(iii) Trailing cables exceeding 30 meters in length shall run so that the strain on individual cable
conductors will be reduced to a minimum and the cables are free from contact with the car
counterweight, shaft walls or other equipment.
(iv) Trailing cables exceeding 30 meters in length shall have steel supporting fillers and shall be
suspended directly by them without rubbing over other supports.
(v) Cables less than 30 meters in length shall have no – metallic fillers and shall be suspended by
looping cables around supports of porcelain spools type or equivalent.
(vi) 5 percent of the total capacity subject to a minimum of 5 wires shall be available unutilized in
the trailing cable everywhere suitable distributed between various functions.

(c) Earthing :
Metal frames and all metal work of the lift controller frame etc. shall be earthed with double earth leads taken to
the earth bar. Looping shall be permitted if such routing is feasible. All other individual metallic frame work of
components etc, shall be loop earthed. All the Elevators shall be provided with Earthing arrangements as per
IS 1860.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 226

PARTICULAR SPECIFICATIONS CONTD…

39.37 Controller Casing:

The controller unit comprising of the main circuit breaker adjustable overload and phase reversal and phase
failure protection all the circuit elements transformer, rectifier for D.C. control supply, inverter power pack,
terminal blocks etc., shall be enclosed in an insect proof, sheet steel floor or wall mounted cabinet with hinged
doors at front or at both front and rear.
Proper warning boards and danger plates shall be provided on both sides of the controller casing. CRCA Sheet
steel used for controller cabinet shall not be less than 1.6 mm thickness and shall be properly braced where
necessary. Suitable gland plate shall be provided for cable entry. The battery for the charger unit shall be
suitably placed at suitable location. The controller casing shall be fabricated from CPRI approved firms.
Necessary certificate in this respect shall be given by contractor. All sheet steel work shall be powder coated
from both inside and outside.

39.38 GENERAL FEATURES

39.38.1 Ventilation

(a) Each Elevator Car shall be adequately ventilated to a minimum standard of 20 Air Changes per hour.
The Fans shall be recessed in the Car Ceiling as Appropriate.
(b) A Low Speed Fan of Low noise, axial blower type shall be used.

39.38.2 Emergency Lighting

In addition to the Normal Car Lighting provided, a Maintenance Free Emergency Light Fitting shall be provided
in each Elevator Car, which may be the same type of fitting as the Normal Car Light & shall illuminate
immediately & automatically in the event of failure of the normal car Lighting electrical supply. The Fitting shall
incorporate a permanently illuminated signal to indicate mains healthy and shall be connected to Emergency
Battery. The Luminous Intensity of the Emergency Lighting shall not be less than 100 Lux Measured at Floor
Level and on the Car Operating panels.

39.38.3 Car Position Indicator

The face plate of the car position indicator shall be made of stainless steel grade N-304 hairline finished. Floor
numbers shall be digitally displayed. There shall also be an arrow in motion vividly and dynamically indicating
car movement and direction. It shall also be capable of displaying simple message such as, floor names like
“Ground, 1st Floor”, “ Out of service”, under maintenance” etc. The surface of the display unit shall be non-
glare type.

39.38.4 No-Smoking Notice

A “SMOKING IS STRICTLY PROHIBITED” sign on stainless steel plate shall be supplied and surface mounted
on the front return panel in each Elevator.

39.38.5 Hallway Equipment (LANDING DOORS)

(a) Fire Rating

Stainless steel landing doors shall have a minimum of 1.5 hour fire rating. These doors shall be suitably tested
and provided with approved stickers.

(b) Door Frames

Door frames shall be of at least 1.6mm thick of Vandal Resistant stainless steel of Grade N 304 & shall
comprise head & jamb sections of the same material. The door frames shall be suitably braced & reinforced.
The frames shall be provided with adjustable wall anchors or comparable devices to permit bonding of these
anchors or devices into the walls after the frames are in place. All frames shall be securely fastened to sills and
hanger supports, and shall be returned to the hoist way side to present a neat appearance.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 227

PARTICULAR SPECIFICATIONS CONTD…

(c) Door Sills

All door sills shall be of at least 3.0 mm thick extruded aluminium/stainless steel section with a non-slip wearing
surfaces. Grooves for the guides shall have sufficient clearance for movement of the guides. The sills shall be
supported on steel anchor plates securely fastened to the landing door sill supports. The costs for providing all
the necessary steel support for the door sills shall be deemed to have been included in the Contract. Toe
guards similar to those provided to the car door sill shall be provided beneath each landing door sill.

(d) Supports and Covers

Structural steel angles shall be furnished and of sufficient size to accommodate the door closing equipment.
The angles shall be continuous and securely bolted to the sills and the building structure. Hanger cover plates
shall be made of galvanized steel, removable, and so arranged to ensure hanger accessibility from within the
Elevator car for maintenance purposes.

(e) Self Closing

Gravity or spring actuated self-closing device shall be fitted to the landing doors so as to automatically re-close
the doors when manually opened by means of the emergency unlocking device. The gravity weight shall move
freely and quietly within its enclosure fixed at each end of the door sill and be protected from falling into the
elevator shaft due to whatever reason. This device shall not be accessible to user.

(f) Fascia

Where the gap between the car door sill and surface of the Elevator shaft wall exceed 30 mm, galvanized
sheet steel fascia plates of not less than 1.6 mm thick shall be provided. These shall be fixed between the
undersides of landing entrance sills and the top of the door hanger case to form a flush surface in the path of
travel at the car entrance. The plates shall cover the whole width of the landing door and extend by 150 mm on
each side of the door. It shall be rigid and properly reinforced. The fascia plate shall be painted in approved
colour.

39.38.5 Elevator Functions


The Elevator shall incorporate the following functions.
(a) Door Nudging Feature
If the Elevator doors are kept open longer than the pre-determined time, an override alarm shall sound to alert
the passenger that the doors must close so that system performance is not adversely affected.
(b) Next Landing
The car shall automatically proceed to the nearest floor with a functioning landing door if the car doors fail to
open at the designated floor.
(c) Door Load Detector
When an object is caught in or interferes with the opening or closing of the doors, the doors shall reverse
direction when an excess load is detected.
(d) Safety Door Edge
When a passenger comes in contact with the door safety edge when the doors are closing, the doors shall re-
open.
(e) Overload Holding Stop
When the car load exceeds the pre-determined weight, in addition to the overload buzzer, the Elevator shall
not operate and the doors shall remain open.
(f) Electronic Door Safety
When passengers are boarding or exiting the car as the doors are closing, the doors shall re-open before
touching the passengers.
(g) Homing Service
This function shall automatically home the respective Elevators to the reassigned floors. After transporting
passengers to the assigned floor, the Elevator shall automatically home to its pre-assigned floor.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 228

PARTICULAR SPECIFICATIONS CONTD…

(h) Automatic Door-Open Time Adjustment


Depending on whether the Elevator car stops in response to a car or hall call, the
prevailing traffic volume and the usage of the floors, this function shall automatically adjust the time the doors
stay open.

39.39 AUTOMATIC RESCUE DEVICE


The Automatic Rescue Device (ARD) meant for the purpose of bringing the lift car to the nearest landing
doors during the failure of main supply.
39.39.1 ARD should monitor the normal power supply in the main controller and shall activate rescue operation within
10 second of normal power supply failure. It should bring the elevator to the nearest floor at a slower speed
than the normal run. While proceeding to the nearest floor the elevator will detect the zone and stop. After the
elevator has stopped, it automatically opens the doors and parks the door open. After the operation is
completed by the ARD the elevator is automatically switched over to normal operation as soon as normal
power supply resumes.
39.39.2 In case the normal supply resumes during ARD in operation, the elevator will continue to run in ARD mode
until it reaches the nearest landing and the doors are fully opened. If normal power supply resumes when the
elevator is at the landing, it will automatically be switched to normal power operation.
39.39.3 All the Lift Safety Devices shall remain active during the ARD mode of Operation.
39.39.4 The battery capacity should be adequate so as to operate the ARD at least three times without recharging of
Battery.
39.39.5 The Rescue time of the device from the time of power failure to the time the doors fully open shall not exceed
two minutes. The Landing accuracy shall be ± 12 mm.
39.39.6 The Battery shall be housed in a cabinet /Rake with a Corrosion Proof Finish. The device shall immediately
stop the Elevator and prevent further movement immediately, if there is a short circuit or open circuit in the
Inverter Output.
39.39.7 This Device shall be an additional accessory to the Elevator and shall in no way affect the performance of the
Elevator.
39.39.8 The Performance of the Battery Charger shall be equivalent to that of the UPS Unit. Maintenance Free
Batteries VRLA type conforming to relevant Indian or International standard shall be provided.

39.40 FIRE SAFETY REQUIREMENT

The lift shall be provided with the following fire safety requirements :-
(i) Landing doors in lift enclosures shall have a fire resistance of not less than 1.5 hour.
(ii) Lift car door shall have a fire resistance rating of one hour.
(iii) Grounding switch, at ground floor level, shall be provided on all the lifts to enable the fire service to ground the
lifts.
(iv) All lifts shall be provided with fire man‟s switch and shall be termed as „Fire Lifts‟.

39.41 BARRIER FREE REQUIREMENTS

(i) A stainless steel hand rail not less than 600mm long at 900mm above floor level shall be fixed adjacent to the
control panel inside the lift car.
(ii) The time of an automatically closing door should be minimum 5 seconds and the closing speed should not
exceed 0.25 M/Sec.
(iii) The interior of the cage shall be provided with a device that audibly indicate the floor the cage has reached and
indicate that the door of the cage for entrance/exit is either open or closed.

39.42 MISCELLENEOUS SAFETY FEATURES

The following additional safety features shall also be provided for the safety of passengers:-

(i) Toe guard of minimum length of 700mm is to be provided in the lift to fill up gap between sill and lower
edge.
(ii) In order to ensure that the trapped passenger do not attempt opening the landing door, the electro-
mechanical latch should be so designed that it is inaccessible or invisible to the passengers in the car.
(iii) Tamper proof infrared curtain covering the entire height of the door should be provided in the lift doors.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 229

PARTICULAR SPECIFICATIONS CONTD…

(iv) DO‟s and Don‟ts instructions should be displayed at a conspicuous location with larger and
understandable script and should be written in Hindi, English.
(v) A load plate along with overload alarm, giving the rated load and permissible maximum number of
passengers should be fitted in each lift car in a conspicuous position.
(vi) All the electrical supply lines and apparatus in connection with the lift installation should be so
constructed, installed, protected, worked and maintained that there may be no danger to persons there from.
To do that, all the exposed parts should be duly insulated, equipments should be securely earthed in
accordance with the recommendations made in IS: 3043 and also in conformity with the latest provisions of IE
Rules.
(vii) Each Elevator shall be provided with an overload device of accepted design which shall operate when
the load in the car exceeds the rated load. When activated, this device shall prevent any movement of the
Elevator car and shall cause a warning buzzer on the car to be set off and illuminate an “Overload” signal. This
device shall be incorporated in the car operating panel.
(viii) An Maintenance panel shall be fitted on the top of the Elevator car for maintenance purpose. The
design of the Maintenance panel shall comply with the following requirements and prevent the Elevator car
from being operated accidentally:-
(a) It shall not be possible to control the Elevator car from any other position after the NORMAL
/TEST change-over switch has been set to the TEST position. When in the TEST position, the UP and
DOWN continuous pressure push buttons within this panel shall become operative.
(b) An ON/OFF switch shall be provided. It shall render the Elevator inoperative in any mode,
when the switch is in the OFF position.
(c) The Elevator car shall only move when all safety devices are in the safe position.
(d) The Elevator car shall move in either direction only on continuous pressure of the appropriate
direction button at a car speed not exceeding 0.25m/s.
(e) The control panel shall incorporate an adequately protected permanently located light fixture
with a separate switch and a 15A switch socket outlet.
(f) A door operator ON/OFF switch shall be provided. The door operator shall only be operative
when the switch is at the “ON” position.
(g) Associated with this control, a terminal stop limit switch shall be provided to stop the car from
travelling in an upward direction not less than 1.8m from the soffit of the Elevator shaft. When this
switch is activated, it shall not stop the car from operating in the down direction.
(h) All switches and buttons on the Maintenance Panel shall be clearly engraved with their
functions. All buttons and switches shall be shrouded against accidental operation, with the exception
of the emergency stop button.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 242

PARTICULAR SPECIFICATIONS CONTD…

40.8 GUARANTEE
During currency of work, if any replaced part becomes defective, the contractor shall be liable to
replace that part without any extra cost to department. Original purchase vouchers shall also be produced by
contractor in support of genuineness of the part so replaced. Docket shall be maintained separately for each lift
by technical staff of OEM to check up the gear, all relays control, safety devices etc which should be signed by
both the parties and to be submitted along with monthly maintenance check performa. Any other complaint
regarding working of lifts which may be intimated by the Engineer-in-Charge on phone or through personal
liaison during the maintenance of lifts shall promptly be attended by the contractor. In the event of contractor
failure to provide attendants(s), penal recovery for non-availability of attendant shall be made as mentioned in
penalty here-in-after. Garrison Engineer reserves the right to order on the contractor to carryout repairs as and
when required for effective functioning of the lifts. Contractor shall carryout the necessary repairs and put the
lift in running condition to the satisfaction of Engineer-in-Charge for minor defects without calling for any major
spares. If it is found that some major parts like control cable, wire rope pulley drum motor winding etc are
required to be repaired/replaced these shall be carried out within 2 to 7 days‟ time for major repairs and obtain
certificate to this effect from Engineer-in-Charge. The contractor shall be solely responsible for all the person
deputed for the jobs and all transport as required. Any other work or order, instructions from Engineer-in-
Charge shall be attended to which are considered essential for efficient functioning of lift. Any item found lost &
damaged will be replaced by the firm within 48 Hours. If not done, part(s) will be replaced at the risk and cost
and recovery will be made as per direction of the Engineer-in-Charge.

40.9. IN CASE OF AN EMERGENCY : In case of emergency viz lift getting stuck up in between floor or trapping of a
person inside the lift or any sort of breakdown, it will be the responsibility of contractor/ OEM to reach the lift
site immediately along with expertise mechanics after being informed by the MES rep/lift operator/user and
carryout the rescue/retrieval operation. The Engineer-in-Charge will satisfy himself with regard to the capability
of the mechanic to carry out the work. In case the mechanic fails to reach the lift within 20 minutes being
informed by MES rep/lift perator/user, a penalty shall be charged as given under penalty here-in-after. Time of
complaint shall be recorded in the register and signed by MES rep/lift operator/user. The department can be
communicate directly to the authorized OEM which MoU submitted by the contractor in case of any
emergency. The full comprehensive maintenance shall be done by the contractor and the OEM complete as
mentioned in Schedule „A‟/BoQ .
40.10 SAMPLE OF MATERIALS: The contractor shall produce the samples of the materials & obtained approval in
writing from the GE for the materials for incorporation in the work in respect of materials for which samples are
not kept or detailed specifications are not given herein before the materials shall comply with relevant IS
specification.

40.11. SUBMISSION OF ORIGINAL PURCHASE VOUCHERS OF MATERIALS : The contractor shall submit original
purchase vouchers, tax invoice from authorized agents/dealers in respect of purchase of items for which
makes have been specified and incorporated in the contract to the Engineer- in- Charge who shall be
responsible to verify the same before according his permission to incorporate in the work. These original
purchase vouchers/ tax invoices shall be released to the contractor after technical check of the final bill. In
exceptional cases where the contractor demands to return of the original vouchers/ tax invoice for submission
of income tax/Sale Tax department prior to technical check of final bill then Engineer –in- Charge if satisfied
about the genuineness of the requirement may return the same to the contractor after retaining two
photocopies of each such voucher/tax invoices duly signed by the contractor. In case the contractor fails to
submit original Pvs then the recovery as applicable on account of evading CST/ST/VAT/GST against
incorporated materials shall be made from the final bill/ running payments and the intimation in this regard shall
also be given to excise and Service Tax Authorities. In case PVs submitted by contractor are found false/bogus
at any point of time, the contractor shall be liable for recovery on a/c of evading CST/ST/VAT/GST and action
considered as deemed fit by enlisting authority on a/c of fraud.
40.12. DISPLAY OF CONTACT NOS : The contractor shall display the following information at places such as inside
the car cabin of each lift and outside of the cabin at each floor of each block as notified by Engr-in-charge.
(a) Name of contractor/mechanic with contact No who has been detailed for attending complaints.
(b) Telephone Nos to contact in case of emergency or malfunctioning of lift.
(c) Safety precaution to be followed by users.
(d) Any other information directed by Engineer- in – Charge for user‟s convenience.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 243

PARTICULAR SPECIFICATIONS CONTD…

40.13 DETAILING OF TECHNICAL STAFF

40.13.1 The contractor/OEM shall provide services to monitor any defects in equipments, to inform & rescue trapped
person, if any, to inform any type of shortfalls & users encumbrances at site. All efforts must be made to repair
& upkeep all the equipments/ lifts in working/ running condition and uninterrupted services to users are
provided.

40.13.2 The contractor/OEM shall carryout in situation maintenance repairs immediately at site and make the lifts/
equipment‟s fully functional to the entire satisfaction of Engr-in-Charge/ GE. Additional manpower/staff shall
be provided as and when required & as directed by Engr-in-Charge/GE.

40.13.3 The mechanic & additional staff will be provided irrespective of Holidays.

40.13.4 The mechanic or the helper engaged by the OEM for maintenance of the lift, if found absent on lodging
complaint of the lift irrespective of any duration in a day, then penalty shall be imposed on the contractor as per
penalty here-in after.

40.14 QUALIFICATION OF TECHNICAL STAFF: Well experienced staff shall be detailed by OEM based on their
certification by OEM for handling maintenance/ repairs of equipment independently. The contractor/ OEM shall
carryout in situation maintenance/ repairs immediately at site and make the lifts/ equipments fully functional to
the entire satisfaction of Engr-in-Charge/ GE. Additional manpower/staff shall be provided as and when
required & as directed by Engr-in- Charge/ GE. The mechanic & additional staff will be provided irrespective
of Holidays. The contractor shall at his own cost take all possible precautions to ensure the safety of equipment
installed in lift and car, fitting/fixture. It will be the responsibility of the contractor or his auth rep that
door/window are properly kept closed avoiding any damage to the glass panels during raining/stormy days. He
will also be responsible for any damage on account of misplacement/loss due to theft of all the
equipment/fitting/fixture installed in the car cabin. Cost of such surveillance, safety for the equipment is
deemed to be included in the quoted rates. Any loss occurred for the equipment/fitting/fixture shall be make
good by him and nothing shall be payable on this account. The installation shall therefore be taken over at the
time of taking over the site and shall be handed over in the similar manner on completion of work. The key of
the installation will be in the safe custody of contractor/ authorized rep

40.15. ACCIDENT/ INJURY The operating personal/mechanic shall be provided with protective equipment. In case of
any accident, injury or partial disability, contractor shall be solely responsible for setting all claims/
compensation. The contractor will have to depute only experienced and qualified operators/Mechanic and they
should possess valid trade license from the concerned authority. No operator/mechanic without proper trade
license will be accepted/entertained.

40.16. UNIFORM All the tradesmen employed shall wear the proper uniform as approved by the Engineer-in-Charge
failing which a recovery shall be recovered from the Contractor‟s dues as per penalty here–in-after. The
quoted rates by the contactor shall be deemed to be included all the above provisions.

40.17. INSURANCE All the workmen deployed by the contractor shall be covered under insurance & expenses shall
be borne by the contractor. The Contractor shall be solely responsible for any type of mishappening/
untoward incident with man power during the maintenance/operation and contractor shall have no claim of
any insurance/compensation from the department.

40.18. PENALTY CLAUSES : - The Penalties shall be imposed upon the contractor in the following manner in case
of respective eventualities:-
(a) Penalty of Rs 100/- per hour per lift beginning after 2 hours of breakdown/shutdown of lift for first 24
hours.
(b) Penalty of Rs 200/- per hour per lift for breakdown/shutdown of lift after 24 hours.
(c) Penalty of Rs 15000/- per lift for not carrying out of monthly maintenance of lift.
(d) Penalty of Rs 1000/- per lift per day for non-functional ARD/Non-functional Sensor/ Non-functional
hooter.
(e) Penalty of Rs 5000/- will be imposed if rescue of trapped person took more than 20 minutes time from the
reporting time of the incidence.
(f) Non wearing of uniform on a day or part thereof a penalty of Rs 200/day.
(g) Non-compliance of dewatering the lift pit a penalty of Rs 500 per lift/ day.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 244

PARTICULAR SPECIFICATIONS CONTD…

(h) Any minor complaint requiring no spare parts or requiring minor spares parts shall be rectified with in 1 hour
failing which penalty of Rs 100/- per hour thereafter shall be imposed up on the contractor as per directions of
Engr-in-Charge.
(j) Any major complaint requiring major spare/repair shall be rectified within 24 hours. In case if time taken is
more than 24 hours up to 02 days, the GE may at his absolute discretion impose penalty on the contractor a
sum of Rs. 5000/- per lift per day or part thereof and Rs. 10000/- per lift per day or part thereof after 02 days.

(k) In the event of burning of motor/generator a time of 7 days shall be allowed to the contractor for
rectification. After that period penal recovery at the rate of Rs. 20,000/- per day shall be imposed on
contractor.
(l) All the penal recoveries shall be recovered from the next bill or any other bill due to the contractor. The
decision of the GE as to whether a particular repair is minor/major and a particular lift has been maintained or
not on a particular day will be final and binding. The above penalty shall be in addition to the provision made in
clause 50 of IAFW – 2249. The contractor shall obtain signature of authorized representative of the GE in
taken of satisfactory completion of defects.
(m) Any other complaint pertaining to any lift will be attended within 02 hours failing which penalty of
Rs.500 per hour will be levied after 2 hours. If the contractor fails to attend & rectify the fault within 08 hours,
the job shall be got executed by GE by spot quotation at the risk and cost of the contractor. The amount so
spent on rectification shall be recovered from the next bill or any other bill due to the contractor.
(n) Any other penalty not mentioned above, shall be imposed upon contractor as deemed fit by sole discretion
of Engr-in-Charge/ GE.

40.19. RECORD OF THE COMPLAINTS


A proper record of the complaint attends by the contractor shall be maintained as per following Performa and
shall be maintained as per following Performa and shall be signed by the MES as directed by the GE.

Complaint No Date and Block Lift Nature of Date & Initial of Initial Remarks
time when No No defects time contractor of
complaint when rep MES
lodged / defect rep
noted rectified

40.20. SAFETY PRECAUTIONS. The contractor shall take precautions during execution of work i.e. “MES SAFETY
CODE” as laid down in IAFW-2249 annexure „B‟ Para 1 to 15 of serial page No. 30 and 31.

40.22. PROTECTION DURING EXECUTION: During execution of work adequate preparation and care shall be given
so that the existing structures and other allied items are not damaged. If anything happens in this regards, the
same has to be made good by the contractor at his own expenses.

41. MECHANISED LAUNDRY


Mechanised Laundry work shall be carried out carefully as given in respective items of Sch „A‟ any damage to
existing structure shall be make good without any extra cost to department. All equipment supplied by the
contractor under mechanized laundry shall stand guaranteed for a period of 12 months from the date of
certified date of completion of work issued by the GE. Any defect occurring during this period due to bad
workmanship, material or manufacturing defect shall be rectified or replaced by the contractor free of cost.
Make shall be as per approved list of E-in-C‟s Branch.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 245

PARTICULAR SPECIFICATIONS CONTD…

42. FIRE ALARM SYSTEM WORKS:

42.1 FIRE ALARM PANEL: This refers to the microprocessor-based panel that shall be connected to the various
sensors/devices by means of loops. The Fire Alarm Panel shall be able to supervise individual detectors for
proper performance as well as to give pinpoint location of Fire or Fault Alarm and initiate Alarms manually
report. The panel shall also have the provision through volt-free contact to activate an Auto-Dialer to dial
selected phone numbers in case of fire.
42.2 LOOP: A loop shall mean a 2-wire circuit connecting 198 Addressable Devices, which shall include 99
Sensors and 99 Modules. The loop card shall have built-in short circuit isolators to accommodate Class A
wiring.
42.3 ADDRESSABLE DEVICES: This term indicates the complete group of addressable devices such as Sensors
or Detectors, Manual Call Stations, Addressable Output / Input Modules etc.
42.4 BLANK
42.5 MANUAL CALL STATION : The Manual Call Station shall be addressable type with Input Modules to define
the address for each station. The function shall be similar to that of conventional Manual Call Point and should
be resettable without replacing the glass.
42.6 OUTPUT MODULE : Any module shall operate two relay outputs powered from the loop and preferably
consuming single address on the loop. The system shall also be able to handle separate modules to interface
the speakers of the Public Address System.
42.7 INPUT MODULE: The input modules shall be of dual/single channel type. The dual channel module shall be
selectable for Normally Open or Normally Close by a 2 bit DIL switch.
42.8 SOUNDERS/HOOTERS : Each sounder shall be of addressable type. The sounders shall derive power either
from Loop itself. It shall be capable of being directly mounted on the wall/ceiling at each floor of capacity 10 W
and 85 db @ 30 mtr. The hooter one at each building top shall have an output of at least 65 to 120db at 1.5
mtr. The sounder shall be programmed to activate in event of an alarm from a single detector/device or a group
of detectors/ devices.
42.9 SPECIFICATION.
42.9.1 The design, supply and installation and testing of the entire fire alarm system shall conform to EN 54 / BS:
5839. The detectors shall conform to relevant codes for Fire Alarm Systems.
42.9.2 A general line diagram showing the circuit and spacing of detectors is to be enclosed. The quantity mentioned in
the Price Schedule shall be quoted for. Unit rates shall apply in the event of any variance.
42.10 BLANK
42.11 FIRE ALARM CONTROL PANEL (FACP).
42.11.1The FACP shall have a Liquid Crystal Display of Alphanumeric type to indicate immediately all conditions. The
display should be high resolution, backlit 640 characters. In case of testing of the system from the FACP the
Display shall be able to give readouts of analogue value of all detectors being tested. The FACP shall also be
able to carry out continuous self-monitoring when in normal condition.
42.11.2 The System shall be fail safe and adequate safe guards should be under taken that in the event of a failure of
a part of the System it shall not handicap the complete System. The Loop Cards shall be of Modular
Construction.
42.11.3 The Bidder shall undertake the responsibility of the complete installation, commissioning, user trials, training
and maintenance of the System as required. The Bidder shall take all responsibility for preparation and
installation of System Software into the FACP. The Software shall be such so as to be easily operated by the
Client‟s Personnel and secured against Software errors, ability to be upgraded so as to incorporate more
features at a later date.
42.11.4The FACP shall have its own Battery Backup of a minimum of 24 hours in normal condition and then half an
hour in alarm condition. The backup time calculation shall be done as per IS 2189 standards. The Battery shall
be 2*12V (24V) DC and of sealed lead acid rechargeable maintenance free type, housed inside the FACP.
42.11.5The logic circuitry shall be based on high noise immunity solid state hardware employing modular construction.
Logic cards shall be of epoxy fibber glass construction.
42.11.6 The FACP shall have any one of these approvals: EN 54:LPCB, UL and FM.
42.11.7 The system shall be designed such that it shall be possible to add atleast 20% of the Detectors for future
expansion without extra cost on the panel.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 246

PARTICULAR SPECIFICATIONS CONTD…

42.11.8 The FACP shall have provision for interfacing with the Public Address System.
42.12 BLANK
42.13. BLANK
42.14. BLANK
43.0 COMPREHENSIVE MAINTENANCE OF HOT WATER SUPPLY WORKS (BOQ Srl No 12.00) AND
CENTRAL HEATING PLANT (BOQ Srl No 23.00) DURING DEFECT LIABILITY PERIOD
43.1 The quoted rates of schedule ‗A‘ Part-XXIII and Part-XXXIV shall deemed to include comprehensive
maintenance as described in this clause during defect liability period of two years after certified dated
of completion.

43.2 The work for comprehensive maintenance of Hot water and CHS Plants to be installed in this contract shall be
carried out by regularly and systematically examining adjusting fabricating as required and repair including
renewals/replacement of any electrical and mechanical part for smooth and efficient functioning of Hot water
and CHS Plants using only genuine parts as per the make of the lift provided under this contract. All the parts
which warrant repair/replacement in the opinion of the GE shall be repaired/replaced accordingly. All
part/repair shall be deemed to be inclusive in the comprehensive maintenance of Hot water and CHS Plants
and shall be replaced by the contractor at his own cost. However it is specifically brought out that
comprehensive maintenance includes repair/replacement of defective parts of the Hot water and CHS Plants

43.3 All consumables such as oil grease cleaning agent, tetrachloride, cotton waste, required for maintenance of
Hot water and CHS Plants are to be provided by the contractor and nothing extra shall be paid on this account.
The necessary T&P required for repair/testing etc shall be arranged by the contractor without any extra cost.

43.4 WORKMANSHIP:
43.4.1 The contractor shall be responsible for proper functioning of electrical and mechanical fittings of the Hot water
and CHS Plants and maintenance of the same in sound condition. The contractor shall stock sufficient
parts/major assembly to ensure putting the Hot water and CHS Plants in working condition in shortest possible
time to avoid inconvenience to users. The tenderer‟s rate shall be deemed to include cost for the above such
contingencies. The list of such parts and quantity shall be got approved from GE and shall be kept at site after
the samples are approved by the GE.

43.4.2 Periodically checking of all safety device and make all customary safety tests.

43.5 DETAILING OF TECHNICAL STAFF


43.5.1 The contractor shall provide services to monitor any defects in equipments. All efforts must be made to repair &
upkeep all the equipments in working/ running condition and uninterrupted services to users are provided.

43.5.2 The contractor shall carryout in situation maintenance repairs immediately at site and make the equipments
fully functional to the entire satisfaction of Engr-in-Charge/ GE. Additional manpower/staff shall be provided as
and when required & as directed by Engr-in-Charge/GE.

43.6. ACCIDENT/ INJURY The operating personal shall be provided with protective equipment. In case of any
accident, injury or partial disability, contractor shall be solely responsible for setting all claims/compensation.
The contractor will have to depute only experienced and qualified operators.

44. COMPOUND WALL, SECURITY FENCING AND STEEL GATES:


The work of compound wall security fencing and steel gates shall be provided all as described in Sch „A‟ and
as per SSR. Any item for which specification is not given in Sch „A‟, the same shall be followed from
specifications given for the lump sum part in the beginning of the particular specifications, or if not there then
from SSR.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 247

PARTICULAR SPECIFICATIONS CONTD…

45. STEEL GATE:


The Steel Gate shall be provided all as shown on drawings and as specified below:-.
(a) Excavation & earth work in soft/loose soil.
(b) PCC (1:5:10) type E-2 in lean concrete below foundation.
(c) Brick work in cement mortar (1:4) with sub class „B‟ bricks as specified here-in-before.
(d) PCC in (1:2:4) type B-1 using 20mm graded crushed stone aggregate.
(e) RCC work shall be of RCC M-25 (Design mix) using 20mm graded crushed stone aggregate.
(f) RCC columns shall be provided with black Granite stone cladding (20mm thick) over bedding layer
of 10mm thick plaster in cement mortar (1:4) extended down to 15cm below ground level and
polishing (wax).
(g) Steel work as shown on drawings.
(h) All steel surfaces treated with two coats of synthetic enamel paint over a coat of primer.

46. RCC ROOF:

46.1.1 RCC roof slab shall be laid to slope as shown on drawings. Irrespective indicated in drawings or not, the top
surface of RCC slab shall be finished even & fair and provided with water proofing treatment as per MES SSR
Part 1 all as directed by Engineer-in-charge and as specified here-in-below :-

Providing and laying APP (Atactic Polypropylene) modified polymeric membrane of five course (as
specified and directed). In selecting the combinations of layer of APP membrane, consideration shall be given
to the type and construction of buildings, climate and atmospheric conditions and the degree of permanence
required. Five course treatment is a normal duty treatment suitable to moderate rainfall conditions (less than 50
cm).

46.1.2 PONDING TEST FOR COMPLETED WATER PROOF TREATMENT


Provision for ponding of water for 96 hours (minimum) after creating temporary bunds on roof to check
leakage/ seepage shall be made under contractor‟s own arrangements. In case any leakage/ seepage is
noticed, the same shall be rectified by the contractor by re doing the water proof treatment as specified above
of the affected position (s) and matching with the adjoining surface. Water tightness of the RCC slab shall be
rechecked for 96 hours as above on later eventuality. CWE shall carry out check and clarify that RCC slab
does not have any leakage/ seepage. CWE‟s decision in this regards shall be final and binding.

46.1.3 DEFECT LAIBILITY PERIOD OF WATER PROOFING TREATMENT


46.1.3.1 The defect liability period of water proofing treatment to RCC slabs including sunken floors shall be
10 years and the contractor shall be responsible to keep the entire building free from leakage/seepage for the
period of 10 years after certified completion of work. The contractor may obtain a similar guarantee from the
specialist firm (if any) engaged by him for the purpose.

46.1.3.2 Security deposit for this treatment shall be with-held from the contractor‟s payment during the
guarantee period. The amount of security deposit for this contracts shall be calculated as individual security
deposit as applicable on the bid submission end date on the amount of water proofing treatment at contract
rates priced as per condition 62 of IAFW-2249 for the buildings for which the treatment has been specified.
The security deposit shall be refunded to contractor after expiry of this period. Alternatively, the contractor may
give a separate interest bearing term deposit receipt to GE valid for 10 years for the above-mentioned amount.

46.1.3.3 If the GE, at any time during the construction or prior to the expiry of said Guarantee period of 10
years, find that the buildings have been found leakage / seepage, the contractor, on demand in writing from
the GE, will forthwith undertake to carry out such treatment which may be necessary to render the buildings
free from leakage/ seepage at his own expense.

46.1.3.4 In the event of contractor‟s failure to comply with the GE‟s direction within the stipulated period, the
work shall be got carried out at the risk and cost of the contractor. The liability of the contractor under this
condition shall not however be extended beyond the period of 10 years from certified date of completion
unless the notice was served on the contractor previously to rectify such details.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 248

PARTICULAR SPECIFICATIONS CONTD…

46.1.3.5 The contractor shall provide a plaster plate of size 1000 mm x 600 mm and letters of suitable size at a
place, as directed by the Engineer-in-Charge on the wall of each of the building. The plastering shall be 10
mm thick in cement mortar (1:4) to indicate the Contract No. , name of contractor, the date of completion of the
work and the date of expiry of 10 years guarantee for water proofing treatment on engraving and painting
Block. The cost of plaster plates is deemed to be included in the quoted rates of buildings.

47. DISMANTLING/ DEMOLITION/ TAKING DOWN


47.1 The work of dismantling/ demolition/ taking down shall be done carefully and in a workman like manner. Any
damage done by contractor or his workmen to existing sanitary fittings/ water supply fittings/ electrical fittings
etc in the building while working shall be made good by him at his own expense.

47.2 All the materials retrieved from demolition/ dismantling/ taking down shall become the Government property
except those listed in Credit Schedule. The rates inserted by the MES or quoted by the contractor (whichever
is more) shall be deemed to include removal or disposal of all waste materials from site of work and site shall
be left clean and tidy to the entire satisfaction of Engineer-in-Charge.

Signature of Contractor SSW


Dated:_______________ For Accepting officer

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 249

PARTICULAR SPECIFICATIONS CONTD…

APPENDIX ‗A‘

CEMENT SUPPLY/ACCEPTANCE REGISTER


1. Contract No :
NAME OF WORK :
2. Control No: Dated:
3. Name of manufacture/Brand Name/Gde of Cement (A) Manufacturer……(b) Brand…….(c) Grade.
4. Qty of cement & Lot No/Week No (in Bags) : (Qty…….(b) Lot No/Week No………
5. Manufacturer‟s test certificates No………….
6. Random Test Details (a) Physical test report from…….vide their letter No………(Name of approved Lab/Engg College)
(b) Chemical test report from……..vide their letter No………(Name of approved Lab/ Engg College)
7. Details of Physical & Chemical Properties:
Physical requirements (As per IS-4031) Chemical Requirements (As per IS 4032)
Compressive
Specific surface Area

Le

Auto

Time

Alumina Iron Ration

Anhydride
Time

Lime saturation factor

Insoluble Residue (%)


Strengths

Loss on ignition (%)


(Mpa)
by

Consistency (%)
by

Magnesium (%)
Initial Setting

Final setting

Chlorides (%)
Temp during

Alkalies (%)
Soundness

Soundness

testing C
(Minutes)

(Minutes)

Standard
Chatellar

Suphuric
03 Days

07 Days

28 Days
(M /Kg)

(Ratio)

(Ratio)
Clave

(%)
2

As per relevant IS
As per manufacturer‟s
test certificate
As per random test
certificate

Remarks with signature Accepted/Rejected

Contractor Junior Engineer Engineer-in-Charge Garrison Engineer

Remarks of BOO/Inspecting Officer/CWE


To be allotted serially by GE consignment wise.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 250

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗B‘

STEEL SUPPLY/ACCEPTANCE FORM

Contract No :

NAME OF WORK :

Control No : _______________________
dated______________

Details of Purchase
Particulars of Manufacturer
Details of supplier (if any)

Details of Test certificates

No and date

Particulars of issuing authority

Srl Nomenclature IS Quality Physical properties


No and size of Ref 0. 2% Proof stress/ Elongation %
steel yield stress
( minimum)
Conversion

Bend test

Remarks
Re-bend
Random

Random
Actual

Sheet

Sheet
Test

Test

Test

Test

Test
IS

IS

1 2 3 4 5 6 7 8 9 10 11 12 13 14
*As ordered
Remarks with signature

JE (Civil)

Engineer-in-Charge

Contractor

Accepted/Rejected

Garrison Engineer

Remarks for BOO/Inspecting officer/CWE

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 251

PARTICULAR SPECIFICATION (Contd)

APPENDIX ‗C‘

CHEMICAL COMPOSITION IN PERCENT (MAXIMUM)

Description IS-1786-1985 SAIL-TMT TISCON-42 Rastriya Ispat Nigam


All grades Ltd
Re-bars all grades
(1) (2) (3) (4) (5)

(a) Carbon 0.30 0.25 0.17 0.20

(b) Sulphur 0.06 0.05 0.045 0.04

(c) Phosphorous 0.06 0.05 0.045 0.05

(d) Sulphur and 0.11 0.10 0.09 0.09


Phosphorous

(e) Manganese - - - 0.06

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 252

PARTICULAR SPECIFICATION (Contd)

APPENDIX ‗D‘

(Refer Clause No: 10.4 of Particular Specifications)

FREQUENCY FOR NORMAL MASS, TENSILE, BEND

AND REBEND TESTS OF STEEL


Srl Nominal Size Quantity
No
A. STEEL FOR CONCRETE REINFORCEMENTS :

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

2. Bar size 10mm to 16mm 1 sample(3 specimens) for each test for
Inclusive. Every 35 tonnes or part thereof.

3. Bar size over 16mm 1 sample (3 specimens) for each test for
every 45 tonnes or part thereof.

B. STRUCTURAL STEEL:

1. Tensile Test 1 Test for every 25 tonnes of steel or part thereof for each class of
steel product namely plate, sections & flats rolled from each cast).

2. Bend Test 1 Test for every 10 tonnes of steel or part thereof.

NOTE:

1. For various tests, acceptance criteria, tolerances etc. refer to relevant Clause and Relevant BIS Codes.

2. Testing by the GE as per above frequency is mandatory before payment is released to the Contractor or steel is
incorporated in the work. However, test will not be insisted upon for the steel required for guard bars, holdfasts, grills and
such other allied items. Any items of steel, not meeting the requirements shall be rejected and the particular consignment
removed from the site by the contractor at his own const. The contractor will have no claim on this account. Cost of tests
and test samples as per above frequency shall be borne by the contractor irrespective of test results.

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

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 253

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS

(i) The makes given in this Appendix shall be applicable to the extent required as per the Scope of this tender. The
materials provided under this tender shall be of the approved brand/ manufacturer/ Makes given here under except in
Schedule ‟A‟/ or Particular Specifications.
(ii) In case makes are specifically mentioned in Schedule „A‟, then makes specified in Schedule „A‟ shall only be
provided.
(iii) In case no makes are specified in Schedule‟ A‟, makes specified in Particular Specifications shall only be
provided.
(iv) In case where makes of any item are not given in Schedule „A‟/ specifications of relevant item in these Particular
Specifications, the same shall be provided as per appendix „E‟.
(v) In case makes of any item(s) is/ are not specified in any of the aforesaid documents, such items shall be of
reputed make as approved by GE in writing and shall bear ISI marking.
(vi) Irrespective of makes, manufacture in tender documents, material(s) should not be procured from/of the makes,
manufacturers, brands, models etc, if as on date, there is ban due to technical defaults or not operating/ manufacturing
for a long time or, non-existent etc. No claim whatsoever on this account shall be admissible to the contractor later on.
(vii) In order to decide the equivalency of cat part of different makes, models and manufacturers; cost, specifications,
and parameters etc. shall be taken into consideration by the GE. In case of difference in the opinion of GE and
Contractor, decision of the concerned CWE shall be final, conclusive and binding. No claim whatsoever on this account
shall be admissible to the contractor later on.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 254

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
(A) B/R ITEMS
1 CHEMICALS CHLORO-PYRIPHOS -20 EC
FOR ATT GRAMAX -20 EC
LINDANE- 20 EC
2 ATT AUTH CO PEST CONTROL SERVICES PEST CONROL DELHI Dr SWAROP‟S PEST
OF INDIA PVT LTD PEST CONTROL CONTROL
PEST CONTROL SERVICES CORPORATION DELHI MONATARI INDUSTRIES
DELHI DE-NOSIL BOMBAY NEW DELHI
INDIA PESTICIDES
LUCKNOW
TATA CHEMICALS PEST
CONTROL
3 STEEL DOOR/ M/S AGEW STEEL SHRI KRISHNA M/S SANJAY STEEL
WINDOW MANUFACTURER PVT LTD ASSOCIATES, PANCHKULA WORK JAMMU
FRAMES/ AHAMEDABAD M/S STEELMAN SK STEEL
CHOWKHAT M/S SHIV MULAR NARODA INDUSTRIES FABRICATOR
STEEL DOORS/ AHMEDEABAD JALANDHAR LUDHIANA
VENTILATOR/
CUPBOARDS GODREJ AND BOYCE MFG M/S RAYMUS SEHGAL DOORS, NEW
AND WINDOWS MUMBAI STRUCTURAL & ENGG DELHI
SEN HARVIC MUMBAI WORK PVT LTD, NEW BHAWANI STEELS
DELHI GAZIABAD
ISHWAR INDUSTRIES M/S CHANDNI
MEERUT CANTT INDUSTRIES GAZIABAD
SHIVAM STEEL JAMMU GURUNANAK ENGG
MOHINDRA FABRICATORS WORKS
FOCAL POIN, UDHAMPUR
GURDASPUR M/S ANOOP
INDUSTRIES PVT LTD,
MEERUT
4 ROLLING SHRI KRISHNA PARKASH & CO NEW M/S AKASH ROLLING
SHUTTERS/ ASSOCIATES PANCHKULA DELHI SHUTTER DELHI
COLLAPSIBLE ISHWAR INDUSTRIES SKS STEEL INDUSTRIES, M/S AUTO ROLLING
GATE/ GRILLS MEERUT CANTT NEW DELHI SHUTTERS
M/S STEELMAN M/S PARKASH ROLLING ENTERPRISES
INDUSTRIES JALANDHAR SHUTTERS DELHI NEW DELHI
SWASTIC ROLLING
SHUTTERS &
MANUFACTURING
WORKS,
5 HDF PRE M/S HR ENTERPRISES, OLD M/S BALAJI ACTION BUILD
LAMINATED/ DALHOUSE ROAD, NEAR DAV WELL NEW DELHI
MATT FINISH SCHOOL, PATHANKOT (PB)
KITPLY INDUSTRIES
DOOR M/S TECHNOFAB INDIA LTD
SHUTTERS AMBALA (HR) NATIONAL PRIMA
POLYLINE EXTRUSION PVT
LTD PLOT NO 8, PH-II KASBA
INDUSTRIAL AREA,
KOLKATTA-700107(WB)

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 255

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
6. FACTORY MADE M/S MP WOOD PRODUCT CHANDIGARH TIMBER JAGAN SAW MILL
WOODEN INDORE PRODUCTS CHANDIGARH. AKHNOOR ROAD
PANELLED JAMMU
/GLAZED/WIRE M/S GOYAL INDUSTRIAL M/S SARAB ENTERPRISES
GAUGE DOOR CORPORATION 8743 DESH KATHUWA (J&K) EVEREST TRADING
SHUTTERS BANDHU GUPTA ROAD NEW PATHANKOT
DELHI SHRI KRISHNA INDUSTRIES
PUNCHKULA M/S K C JOINERY
M/S JAIN WOOD MILL JAMMU
INDUSTRIES MURTHAL, M/S SHIVA JOINERY &
SONIPAT. FURNITURE INDUSTRIES M/S DRONE TIMBER
JAMMU. TECHNOLOGISTS (P)
M/S PIONEER TIMBER LTD NEW DELHI
PPODUCT CHANDIGARH M/S M S JOINERY WORK
PARIMPORA SRINAGAR

M/S WOOD CRAFT ASSAM


NEW DELHI.
7 FACTORY MADE M/S GREEN PLY M/S NATIONAL PLYWOOD M/S MYSORE WOOD
FLUSH DOOR INDUSTRIES INDUSTRIES PRODUCT
SHUTTERS M/S CENTURY PLY MP WOOD PRODUCT ARCHID PLY
SWASTIK PLY WOOD INDORE M/S JAIN WOOD
DURA PLY PIONEER TIMBER INDUSTRIES
CHANDIGARH MERINO FLUSH
M/S KITPLY INDUSTRIES DOOR FARIDABAD.
M/S LAXMI DOOR LUCKNOW
GOYAL INDUSTRIES
FARIBAD
8 PVC DOOR / SINTEX INDUSTRIES FIXOPAN ACCURA POLYTECH
WINDOW RAJSHRI PLASTIWOOD LTD INDO PLAST PVT LTD NEW PVT LTD
FRAME/ M/S DURA PLAST DELHI AHEMDABAD
SHUTTERS EXTRACTION PVT LTD DURIAN DOORS
FENESTA M/S POLY LINE EXTRUSION M/S POLY WINDOW,
POLYTUFF PVT LTD KOLKATA PUNE
ACCURA POLYTECH PVT
LTD AHEMDABAD
9 UPVC WINDOW/ FENSESTA INDIA PVT LTD ACCURA POLYTECH PVT
DOORS / VEKA INDUSTRIES PVT LTD LTD AHEMDABAD
FRAME/ MUMBAI KUMAR ARCH TECH
SHUTTERSS H20 SOLUTION (WINDOWS LG HAUSYS
& DOORS) POLY WINDOW, PUNE
KUNDLY INDUSTRIAL
ESTATE, SONIPAT
10 DOOR/ WINDOW MOWJEE EVEREST
STEEL FITTINGS M/S KITCH ARCHITECTURAL CLASSIC
PRODUCT PVT LTD
RS INDUSTRIES
11 MORTICE LOCK GODREJ JONSON
HARRISON UNIVERSAL
LINK
EVEREST

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 256

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
12 HYDRAULIC EVEREST AMAR PRABHAT
DOOR CLOSER/ GODREJ SANDHU DOOR KING
SPRING DROMA INDIA EVERLITE
DYANA HARDWYN
PRIYA
UNIVERSAL
13 ANODIZED JINDAL ARGENT
ALUMINIUM INDAL FENESTA
DOORS/ HINDALCO CROWN
WINDOW ALUMINIUM SYS CORP
/FRAMES/ M/S ANOOP INDUSTRIES MUMBAI
PARTITIONS PVT LTD, MEERUT NAIRS ARKINETAL
ETERPRISES, NEW
DELHI
ALUMINIUM
MANUFACTURING CO.
KOLKATA
SANTOSH & CO, NEW
DELHI
DADA ALUMINIUM
FABRICATORS
JALANDHAR
14 ALUMINIUM ALUTRAC M/S ALUMINIUM UDYOG
FITTINGS FOR CROWN ARGENT INDUSTRIES
WOODEN/ JINDAL M/S ELITE
ALLUMINIUM / CLASSIC ENTERPRISES MUMBAI
PVC DOORS DROMA INDIA MEPRO
AND WINDOWS M/S CLASSIC NEW
DELHI
M/S MOHAN METAL
INDUSTRIES NEW DELHI
15 ALUMINIUM ALCO BOND ALSTONE
COMPOSITE ALSTRONG ALUMINIUM CLAD
PANELS ARMSTRONG OROPANEL
ALUDECORE
16 FABRICATORS DADA INDUSTRIES ALUMINIUM UDHYOG HINDUSTAN ADVIZERS
FOR ALUMINIUM JALANDHAR MODERN ALUMINIUM PATHANKOT
WORK M/S GUPTA ALUMINIUM JAMMU RANA CONSTRUCTION
JAMMU ZOOM FABRICATOR
ALUPLEX INDUSTRIES JAMMU
DIGIANA JAMMU HINDUSTAN ALUMINIUM
NEW DELHI
SIDDHI ENTERPRISES
17 DRAPERY RODS VISTA MASEUT
LEVALOR LEXAFLEX
AEROLUX
MAC DÉCOR
18 VENETIAN VISTA LEAVILOR
BLINDS / NEHA TOUCH
VERTICAL BLIND DECOR WINTREE

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 257

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
19 PRE LAMINATED NOVA PAN ANCHOR ARCHID PLY
PARTICLE GREEN PLY KITPLY DURA BOARD
BOARD BHUTAN BOARD SWASTIK
MYSORE WOOD BOARD NATIONAL
CENTURY PLYWOOD ECO-BOARD
ARCHIDLAM FROM
MYSORE CHIP BOARD
NOVATEAK
NOVAPAN
M/S BALAJI ACTION
BUILDER
20 PLYWOOD FOR DURA PLY SWASTIK PLY JAIPUR SITAPUR PLYWOOD
GENERAL BHUTAN BOARD NATIONAL PLY WOOD JAYANA
PURPOSES GREEN PLY INDIA PVT LTD SHRI RAM PANELS PVT LTD
DURO KOLKATA PUNJAB
CENTURY MERINO PLY WOOD BLJ PLYAM MARKETING
DURIAN KITPLY PVT LTD & CO, MP
ARCHID PLY
MYSORE CHIP BOARD M/S JANARDHAN PLY
LTD BOARD INDUSTRIES
MAYUR PLY
21 LAMINATED CENTURI FORMICA
SHEETS DURA MARINO BAKELITE HYLAM
SUNMICA SWASTIK
GREENLAM ARCHIDLAM
SUNGLOSS MERINO MYSORE CHIP BOARD
NOVATEAK SUPER
KITLAM
22 FIBRE BOARD NOVAPAN DURATUFF
(MEDIUM BHUTAN BOARD GREEN PANEL MAX
DENSITY/ HDF) KIT PLY MANGALAM TIMBEER
MYSORE CHIP BOARD LTD PRODUCTS, KOLKATA
RAMCO INDUSTRIES
LTD
23 CALCIUM AEROLITE CEILING ECO BOARD
SILICATE SYSTEM
BOARDS / WALL M/S BHARAT STEEL
LINING/ CEILING ROLL
TILES BAHADUR GARH (CALSI
BRAND)
24 FIBRE CEMENT EVEREST BISON BOARD
CEILING / WALL ARMSTRONG SWASTIK
BOARD GYPROC USG BORAL
25 METAL SHEET ARMSTRONG
TILES CEILING DURLUM
HUNTER DOUGLAS
SAINT GOBAIN
26 GYPSUM BOARD NATIONAL GYPSUM LAFARGE SON
FALSE CEILING / ARMSTRONG USG BORAL
WALL SAINT GOBIN ANCHOR CEILING TILES
ETERNIT EVEREST
GYPBORD
HILUS CALCIUM
SLICATE BOARDS
(RAMCO)

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 258

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
27 GALVANIZED SAIL EVEREST
STEEL SHEETS TATA APOLLO METALEX
JSW STEEL JINDAL
PRESTAR
INFRASTRUCTURE
PROJECTS LTD
KOLKATA
BHUSHAN
28 POLYCARBONA DURATUFF
TE SHEETS LEXAN
VMT PLASTEC LTD
M/S COXWELL
DOMES ENGG PVT LTD
29 COLOUR TATA BLUE SCOPE KIRBY
COATED (ZINCALUME) METAL SCOPE
GALVALUME JSW STEEL KAMDHENU
SHEETS (GALVALUME) EVEREST
CRIL KAMDHENU LTD
30 PVC PRIMER VINYL POLYFILM KRISHNA TILES
TILES/SHEET LTD POLYFIN
WONDER FLOOR NEELKAMAL
ARMSTRONG MARBLEX
ACCURA POLY TECH
PVT LTD AHEMDABAD
BOHR INDUSTRIES
31 WOODEN GREEN PLY
LAMINATE ACTION TESA
FLOORING CENTURI
32 TERRAZZO NTC ULTRA TILES PVT LTD MODERN HOLLOW BLOCK
TILES/PCC NITCO BHARAT TILES UDHAMPUR
TILES / PCC EUROCON REGENT TILES HINDUSTAN TILES
CHEQUERED DURACRETE GICO SS TILES
TILES
33 INTERLOCKING NTC TERRA FIMA MODERN HOLLOW BLOCK
TILES/ NITCO A-ONE TILES UDHAMPUR
EXTERIOR ULTRA CORAL
TILES/ PAVER JOHNSON PAVIT
BLOCKS SS TILES
HINDUSTAN TILES
34 ACID SOMANY
RESISTANT NITCO
TILES KAJARIA
ORIENT BELL
35 GLAZED / NON KAJARIA ORIENT BELL
SKID CERAMIC H & R JOHNSON CERAMICS
TILES CERA ASIAN GRANITO
NITCO VARMORA
SOMANI SPARTEC
ORIENTBELL JOHNSON
REGENCY

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 259

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
36 VITRIFIED TILES KAJARIA VARMORA MURUDESHWAR
JOHNSON ASIAN GRANITO CEREMAC LTC
ORIENT BELL BELL GRANATO (NAVIN DIAMOND TILES)
NITCO EURO TILES CRYSTAL CERAMIC
SOMANI MARBITO AHMEDABAD
37 VITREOUS CHINA JAQUAR NEYCER
SANITARY APPLIANCES / ROCA CERA
FITTINGS ( SANITARY KOHLER MARC
WARE) HR JONSON HINDWARE
PARRYWARE
38 WATER CLOSET SEATS JAQUAR SUPREME AJANTA
AND COVER TOILET SEAT SOMANI PARRYWARE DURALIGHT
COVER PRAYAG POLYTUFF MILENNIUM
CERA COMMANDER
NEYCER HINDWARE
JOHNSON
39 PVC FLUSHING CISTERN HINDWARE SUPREME
JOHNSON PARRYWARE
PEDDAR CERA
PRAYAG COMMANDER
KAJARIA HINDUSTAN SANITARY
WARE
NEYCER
40 SHOWER ROSES JAQUAR JAINKO
CHROMIUM PLATED MARC BLUSTAR
PARCO PRIMA
ESS ESS GEM
41 BATH ROOM FANCY JAQUAR ANCHOR
FITTINGS MARC SOMA
ESS ESS JAINCO
KOHLER GEM
JOHNSON CERA
42 BIB TAPS/STOP COCK JAQUAR ELITE
(CP) & FANCY FITTINGS / PARKO ZIM
HEALTH FAUCET (P)/ MARC PRIMA
PRESSURE JET (P) FOR ESS ESS ESSCO
EWC ROCA JANIKO
CERA PRAYAG
KOHLER GEM
SOMA
ANCHOR
SIECO
43 SENSOR OPERATED TOSHI
FLUSH VALVES UTEC
IDROLL
JAQUAR
KOHLER
44 HAND DRIER OPAL
ATMAS
UTEC
TOSHI
HAIER
45 TOILET/ BATHROOM JAQUAR COMMANDER
CABINETS CERA NILKAMAL
PRAYAG PARRYWARE

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 260

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
46 LOOKING SAINT GOBAIN ATUL
MIRROR MODI GUARD SWASTIK
TRIVENI FLOAT GLASS PRAYAG
GOLDFISH
JOLLY
HINDUSTAN
PILKINGTON GLASS
WORK
BEWA
47 STAINLESS NIRALI DIAMOND
STEEL SINK NEELKANTH AMCO
WITH OR JAYNA KOBRA
WITHOUT SILVERSHINE PRYAG
DRAINING JINDAL JAINCO
BOARD/PLATE SHAKTI
RACK PARRYWARE
SILVERLINE
M/S ANUPAM
INDUSTRIES
48 PVC RAIN SUPREME KISAN
WATER PIPE/ ASHIRWAD PRINCE
SEWAGE FINOLEX B-SURE (JAIN PIPE)
PIPES/CPVC SFMC
PIPES ASTRAL

49 WATER SINTEX PRAYAG


STORAGE HDPE POLYWELL LOTUS
TANKS ROTEX POLYPLAST
POLYCON POLYTUFF
JOHNSON
50 PUF INSULATED SINTEX ACE BUILDER
WATER ROTEX POLYWELL
STORAGE HATICH POLYCON
TANKS JS POLYPLAST VECTUS
51 FLOAT VALVES PRAYAG POLYTUF
SHAKTI PEARL
SUPREME PRIMA
WILSON
52 PVC BATH PRAYAG SUPREME
FITTINGS/PVC SHAKTI
GRATING/PVC POLYTUF
CONNECTION
53 MANHOLE NECO
COVER & SKF
FRAME RAJ
KK
54 SAND CAST SRIF (GOLA CASTINGS) RAJ IRON FOUNDARY
IRON SPIGOT & NECO (JAYASWAL) BENGAL IRON
SOCKET SOIL HIF MATHURA CORPORATION
WASTE, VENT SKF KOLKATTA
PIPES & ADHUNIK
FITTINGS ALC
BAJAJ HIC
MIC

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 261

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS

Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS


No GROUP 1 GROUP 2 GROUP 3
55 GLASSES SAINT GOBIN SWASTIK
(PLAIN/ MODI GUARD TRIVENI FLOAT
PINHEAD/ ATUL HINDUSTAN
FROSTED) ASAHI PIKLINGTON GLASS
WORKS
MODI FLOAT
56 CEMENT BASED SNOWCEM ACQUOLAC PAINTS KAMDHENU
PAINTS ASIAN ACRO PAINTS BRITISH EXTRACEM
JENSON & NICHOLSON ECOCEM ECOCEM (TATA PROCUCT)
BERGER BIRLA WHITE
DURACEM SUPER SNOWCEM OF
SNOW WHITE
INDUSTRIES
CORPORATION
CHENNAI
SUPER POWERCEM OF
POWER PAINT INDIA
LTD NOIDA
57 WALL PUTTY ASIAN PAINTS SHALIMAR
BIRLA WHITE KAMDHENU
NEROCAL ICI INDIA
JK CEMENT JEHNSON AND
BERGER PAINT NICHOLSON
TATA PIGMENT
58 ACYLIC NEROLAC PAINTS SHALIMAR PAINTS
DISTEMPER JENSON & NICHOLSON ACRO PAINTS
BERGER PAINTS GARWARE
ICI DULUX
ASIAN PAINTS

59 PLASTIC BERGER (SILK, RANGOLI BERGER (RANGOLI


EMULSION EASY CLEAN) EMULSION)
PAINT ASIAN (ROYALE) ASIAN (PREMIUM
NEROLAC (IMPRESSION EMULSION)
ECOCLAN) NEROLAC (LOTUS
DULUX ICI TOUCH)
JENSON & NICHOLSON
(EQVT MAKE)
ICI INDIA (DULUS
VALVET TOUCH)
GOODLASS NEROLAC
(ALL ESCAPES)
SHALIMAR PAINTS
(HUSSAIN
COLLECDTION)
60 EXTERIOR BERGER (WEATHER BERGER (WEATHER KAMDHENU
EMULSION COAT ALL GUARD) COAT SMOOTH) SHALIMAR
PAINT ASIAN (APEX ULTIMA) ASIAN (APEX ICI INDIA
NEROLAC (EXCEL WEATHERPROOF) ECOPLUS (TATA PRODUCT)
TOTAL) NEROLAC (SURAKSHA
JENSON & NICHOLSON ADVANCED)
DULUX ICI

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 262

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS

Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS


No GROUP 1 GROUP 2 GROUP 3
61 SYNTHETIC GOODLASS NEROLAC PAINTS AQUOLAC PAINTS BRITISH (GLOW HIGH
ENAMEL PAINT/ JEHNSONS & NICHOLSON SHALIMAR PAINTS GLASS)
ALUMINIUM BERGER PAINTS ACRO PAINTS
PAINT/ ROAD ASIAN PAINTS
MARKING PAINT ICI INDIA DULUX

62 BITUMEN/ IOC
BITUMEN BPCL
PRIMER HPCL

63 WATER PIDILITE
PROOFING SIKA
COMPOUND FOSROC
(POWDER/ CHOWSEY
LIQUID) ACC
J K CEMENT
63 CONCRETE M/S BAUCHIMIC (I) PVT LTD
ADMIXTURES/ M/S CICO TECH LTD
PLASTICISERS M/S FSROC CHEMICALS (I) LTD
M/S STP SPECIALITIES CHEMICAL LTD
M/S FAIRMATE CHEMICALS PVT LTD

64 JOINT SEALANT CHOWKSEY


FOSROC
PIDILITE
SIKA
65 WATER SIKA
PROOFING IWL
MEMBRANE TEXSA LTD
STP LTD
66 FILLER BOARD SUPREME INDUSTRIES
PIDILITE
SIKA
STP

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 263

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS

Ser Company Name Address Type of Valid upto


No Cement
(B) Cement
th
1. M/s The Associated Cement 414-421, Spendor Forum (4 Floor), 3, District All
Companies Ltd Centre, Jasola, New Delhi – 110044, Ph : 011
Brand: ‗ACC‘ 46583600

nd
2. M/s Ultra Tech Cement Ltd „B‟ Wing, 2 Floor, Mahakali Caves Road, All
Brand: ‗ULTRATECH‘ Andheri (East) Mumbai – 400093
Ph- 022 66917800

3. M/s The India Cement Dhun Building, 827, Anna Salai, Chennai – All
600002

4. M/s Dalmia Cement (Bharat) Dalmiapuram, Distt – Truchirappalli, All


Ltd Tamil Nadu – 621 651
Brand: ‗DALMIA CEMENT‘

5. M/s Century Cements Industry House, 159 Church Gate Reclamation, All
Brand: ‗CENTURY‘ Mumbai – 400020, Ph : 022 22023936

6. M/s Saurashtra Cement Gala No A-1, Ground Floor, Udhyog Sadan No 3 All
Brand: ‗SAURASHTRA‘ MIDC, Central Road Andheri (East) Mumbai –
400093,
Ph : 022 32955557/ 67 Mob : 93202 90081
7. M/s Ramco Cements Ltd Auras Corporate Centre, 98-A, Dr. All
Brand : ‗RAMCO‘ Radhakrishnan Salai, Mylapore, Chennai –
600004, Ph- 044 28478666

8. M/s Mangalam Cement Ltd PO Adityanagar, Marok, Distt Kota, Rajasthan – All
Brand: ‗MANGALAM‘ 326520
Ph : 93514 68076

rd th
9. M/s Birla Corporation Ltd Birla Building (3 & 4 Floor) 9/1, R N Mukherjee All
Brand: ‗BIRLA‘ Road,
Kolkata – 700001, Ph : 033 30573700

nd rd
10. M/s Orient Cement 5-9-22/57/D, 2 and 3 Floor, GP Birla Centre, All
Brand: ‗ORIENT‘ Adarsh Nagar, Hyderabad – 500063, Ph : 044
23688600

11. Nuvoco Vistas Corporation Equinox Business Park All


th
Ltd Tower-03, East Wing, 4 Floor
Ltd LBS Marg, Kurla (West), Kurla,
(Formerly Lafarage Cement) Mumbai, Maharastra-400070
Brand: ‗NUVOCO‘

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 264

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser Company Name Address Type of Valid upto
No Cement

12. Shree Cement Bangur Nagar, Beawar, Dist- Ajmer All


Brand: ‗SHREE‘ Rajsasthan-305901
Ph-01462-228101-06

13. M/s J K Cement Kamla Tower All


Brand: ‗J K‘ Kanpur – 208001

14. M/s J K Lakshmi Cement Ltd Jaykaypuram, Distt. Sirohi, Rajasthan, All
Brand: ‗J K LAKSHMI‗ Ph : 02971 244409/10

15. M/s Jaypee Rewa Cement Jaypee Nagar, P.O. - Jaypee Nagar, All
Brand: ‗JAYPEE‘ Rewa – 486450 M.P.

16. M/s Ambuja Cement Ltd Kodinar, PO- Ambujanagar Taluka– Kodinar, All
Brand: ‗AMBUJA‘ DIstt- Junagadh, Gujarat – 362715, Ph :
02795 237000

17. M/s Shree Guru Kripa 4/4 Trikuta Nagar Jammu, (a) OPC 43 Nov 2023
Cement (Pvt) Ltd Ph : 0191 2472043 (b) PPC
Brand: ‗SARTAJ‘

18. M/s Parasakti Cements Ltd 123/3RT, Plot #8-3-2014/21 Srinivasa Nagar (a) OPC 43 Sep 2023
Brand: ‗PRASAKTI‘ Colony (West) Hyderabad – 500038, Tel- (b) PPC
040-44119100/ 200,
Fax- 040-23747562
th
19. M/s My Home Industries Ltd 9 Floor, Block-3, My Home Hub, Madhapur, (a) OPC 43 Nov 2023
Brand: Hyderabad – 500 081, Ph- 040-66929696, (b) PPC
‗MAHA CEMENT‘ Fax- 040-66929797/98 PSC Jan 2024

th
20. M/s Chettinad Cement 4 Floor Rani Seethai Hall Building, (a) OPC 43 Jan 2024
Corporation Ltd 603 Anna Salai Hall, Chennai – 600006 (b) PPC
Brand: ‗CHETTINAD Tel No 044-42951800 Fax No 044-
Cement‘ 28291558
E-mail : [email protected]
Website- www.chettinadcement.com
21. M/s Sanghi Industries Ltd 10th Floor, Katana Arcade. Off S G Highway. (a) OPC 53 18 Nov
Brand: ‗SANGHI‗ PO-Makarba. Dist-Ahmedabad, Pin-380051 (b) PPC 2023
Mob- 09825803690,Tel-079 26838000,
Fax-079-26838111,
Website www.sanqhicement.corn
22. M/s Wonder Cement Ltd 17, Old Fatehpura, Seva Mandir Road, (a) OPC 43, 26 Nov
Brand: ‗WONDER Cement‘ Udaipur-313004 Rajasthan (India), (b) OPC 53 2023
Tele +91-294-33991133, Fax : +91-294- (c) PPC
3006333, Email :
[email protected]

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 252

PARTICULAR SPECIFICATION (Contd)

APPENDIX ‗D‘

(Refer Clause No: 10.4 of Particular Specifications)

FREQUENCY FOR NORMAL MASS, TENSILE, BEND

AND REBEND TESTS OF STEEL


Srl Nominal Size Quantity
No
A. STEEL FOR CONCRETE REINFORCEMENTS :

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

2. Bar size 10mm to 16mm 1 sample(3 specimens) for each test for
Inclusive. Every 35 tonnes or part thereof.

3. Bar size over 16mm 1 sample (3 specimens) for each test for
every 45 tonnes or part thereof.

B. STRUCTURAL STEEL:

1. Tensile Test 1 Test for every 25 tonnes of steel or part thereof for each class of
steel product namely plate, sections & flats rolled from each cast).

2. Bend Test 1 Test for every 10 tonnes of steel or part thereof.

NOTE:

1. For various tests, acceptance criteria, tolerances etc. refer to relevant Clause and Relevant BIS Codes.

2. Testing by the GE as per above frequency is mandatory before payment is released to the Contractor or steel is
incorporated in the work. However, test will not be insisted upon for the steel required for guard bars, holdfasts, grills and
such other allied items. Any items of steel, not meeting the requirements shall be rejected and the particular consignment
removed from the site by the contractor at his own const. The contractor will have no claim on this account. Cost of tests
and test samples as per above frequency shall be borne by the contractor irrespective of test results.

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

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 266

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser Company Name Address Type of Steel Valid Remarks
No upto
6. M/s Steel Exchange India My Home Luxminivas Apartments TMT Bars of 29 Jan
Ltd Ameerpet, Hyderabad-500 016 (AP), Gde 2023
Brand: ‗SIMHADRI TMT‘ Tel: 040-23403725 Fax: 040- Fe 500/
23413267,
Fe 500D
E-mail- [email protected]
HSCRM
7. M/s Jindal Steels and OP Jindal Road TMT Bars of 11 Feb
Power Ltd Hissar, Haryana, PIN – 125 005 Gde 2023
Brand: ‗JINDAL Tel: +91 1662 222471-84, Fax: +91 Fe 500/Fe 500D
PANTHER‘ 1662 220476 Fe 550/Fe 550D
(Size: 8-40mm)
8. M/s SRMB Srijan Pvt Ltd SRMB House, 7, Khetra Das Lane, TMT Bars of 27 Aug
Brand: ‗SRMB‘ Kolkata-700 012, Gde 2022
Tel: 033-66006600, Fax: 033- Fe 500/Fe 500D
22110483 Fe 550/Fe 550D
(Size: 8-32mm)
9. M/s Shri Bajrang Power & Vill - Borjhara, Urla industrial Area, TMT Bars of 08 Jan
Ispat Ltd Raipur-493221, Chhattisgarh, Gde 2023
Brand: ‗GOEL TMT‘ Tel- 0771 4288019/ 29/ 39 Fe 500
Fe 500D
(Size: 8-32mm)
10. M/s JSW Steel Ltd JSW Centre, Bandra Kurla Compelx, TMT Bars of 05 Feb
Brand: ‗NEOSTEEL‘ Bandra (East) Mumbai-400051, Gde 2024
Maharashtra Fe 500D /
Phone : 022-42861000 Fe 550D
Fax : 022-42863000 CRS
(Size: 8-40mm)
11. BLANK
rd
12. M/s Kamachi Industries ABC Trade Centre, 3 Floor (Inside TMT Bars of 29 May
Ltd. Devi Theatre Complex), Old No. 50, Gde 2024
Brand: ‗KAMACHI‘ New No. 39, Anna Salai, Chennai- Fe 500, Fe
600 002, India 500D
Tel: 91 044 42961100, Fax: 91 044 Fe 550, Fe
42961122 550D
Email: [email protected] HCRM
Website: www.kamachitmt.com (Size 8-40mm)
13. M/s Real Ispat & Power Vrindavan, Near IDBI Bank Civil Lines TMT Bars of 10 Mar
Ltd Raipur-492001, C.G Gde Fe 500 2023
Brand : ‗G K TMT‘ Tel : +91-771-4224000 Fe 500D (Size
Fax : +91-771-4224010 8-36mm)
E-mail : [email protected]
Website : www.realispat.com
rd
14. M/s Super Smelters Ltd. Premlata, 39, Shakespeare Sarani, 3 TMT Bars of 12 Feb
Kolkata Floor Kolkata-700017 Gde Fe 500 2023
Brand : ‗SUPER Tel/Fax : +91-33-2289-2734/36 Fe 500D, Fe
SHAKTI‘ E-mail : [email protected] 550 (Size 8-
Website : www.supershakti.in 32mm)
15. M/S Tulsyan NEC Limited M/S Tulsyan NEC Limited TMT Bars of 29 May
Brand : ‗TULSYAN TMT‘ Apex Plaza, 1st Floor Gde Fe 500 2024
Old No.3, New No. 77 Fe 500D,
Nungambakkam High Road Fe 550
Chennai-600 034 (TN) (Size 8-32mm)
Website- www.tulsyannec.in
Tele – 044-61991060/61991045
Mob – 9840354010, 9677088334
16. BLANK

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 255

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
6. FACTORY MADE M/S MP WOOD PRODUCT CHANDIGARH TIMBER JAGAN SAW MILL
WOODEN INDORE PRODUCTS CHANDIGARH. AKHNOOR ROAD
PANELLED JAMMU
/GLAZED/WIRE M/S GOYAL INDUSTRIAL M/S SARAB ENTERPRISES
GAUGE DOOR CORPORATION 8743 DESH KATHUWA (J&K) EVEREST TRADING
SHUTTERS BANDHU GUPTA ROAD NEW PATHANKOT
DELHI SHRI KRISHNA INDUSTRIES
PUNCHKULA M/S K C JOINERY
M/S JAIN WOOD MILL JAMMU
INDUSTRIES MURTHAL, M/S SHIVA JOINERY &
SONIPAT. FURNITURE INDUSTRIES M/S DRONE TIMBER
JAMMU. TECHNOLOGISTS (P)
M/S PIONEER TIMBER LTD NEW DELHI
PPODUCT CHANDIGARH M/S M S JOINERY WORK
PARIMPORA SRINAGAR

M/S WOOD CRAFT ASSAM


NEW DELHI.
7 FACTORY MADE M/S GREEN PLY M/S NATIONAL PLYWOOD M/S MYSORE WOOD
FLUSH DOOR INDUSTRIES INDUSTRIES PRODUCT
SHUTTERS M/S CENTURY PLY MP WOOD PRODUCT ARCHID PLY
SWASTIK PLY WOOD INDORE M/S JAIN WOOD
DURA PLY PIONEER TIMBER INDUSTRIES
CHANDIGARH MERINO FLUSH
M/S KITPLY INDUSTRIES DOOR FARIDABAD.
M/S LAXMI DOOR LUCKNOW
GOYAL INDUSTRIES
FARIBAD
8 PVC DOOR / SINTEX INDUSTRIES FIXOPAN ACCURA POLYTECH
WINDOW RAJSHRI PLASTIWOOD LTD INDO PLAST PVT LTD NEW PVT LTD
FRAME/ M/S DURA PLAST DELHI AHEMDABAD
SHUTTERS EXTRACTION PVT LTD DURIAN DOORS
FENESTA M/S POLY LINE EXTRUSION M/S POLY WINDOW,
POLYTUFF PVT LTD KOLKATA PUNE
ACCURA POLYTECH PVT
LTD AHEMDABAD
9 UPVC WINDOW/ FENSESTA INDIA PVT LTD ACCURA POLYTECH PVT
DOORS / VEKA INDUSTRIES PVT LTD LTD AHEMDABAD
FRAME/ MUMBAI KUMAR ARCH TECH
SHUTTERSS H20 SOLUTION (WINDOWS LG HAUSYS
& DOORS) POLY WINDOW, PUNE
KUNDLY INDUSTRIAL
ESTATE, SONIPAT
10 DOOR/ WINDOW MOWJEE EVEREST
STEEL FITTINGS M/S KITCH ARCHITECTURAL CLASSIC
PRODUCT PVT LTD
RS INDUSTRIES
11 MORTICE LOCK GODREJ JONSON
HARRISON UNIVERSAL
LINK
EVEREST

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 268

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS

Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS


No GROUP 1 GROUP 2 GROUP 3
(E) EXT ELECTRIC SUPPLY
1 POWER TRANSFORMER BHEL CROMPTON GREAVES MEGAWIN SWITCH
66/33KV SCHNEIDER VOLTAMP GEAR
500KVA AND ABOVE ABB SIEMENS
BHARAT BIJLEE INDIAN TRANSFORMER
ALSTOM & ELECT LTD (ITE
ANDEW YULE GURGAON)
ELECTRICFIELD
2 DISTRIBUTION BHEL VOLTAMP MEGAWIN
TRANSFORMERS 11 KV SCHNEIDER CROMPTON SWITCHGEAR
ABOVE 100 KVA & UPTO ABB GREAVES AUTOMATIC
630KVA CAPACITY SIEMENS GEE INDUSTRIES ELECTRIC
COPPER WINDING BHARAT BIJLEE INDIAN TRANSFORMER
ALSTOM & ELECT LTD (ITE
ANDEW YULE GURGAON)
JK TRANSFORMER
3 DISTRIBUTION RAJASTHAN POWERWARE
TRANSFORMERS UPTO 100 TRANSFORMER NORTHSON
KVA CAPACITY COPPER JK TRANSFORMER RK INDUSTRIES
WINDING CONTINENTAL ELECTRIC FIELD
ALBA POWER
4 CURRENT & POTENTIAL ABB KAPPA LAXMI
TRANSFORMER 11 & 33 KV SIEMENS AUTOMATIC JYOTI
CROMPTON ELECTRICAL PRAGATI
GREAVES NATIONAL
ENGLISH ELECTRIC
SCHNEIDER
5 TRANSFORMER OIL M&I MATERIAL
(MIDEL)
POWER LINK
POWER OIL
SAVITA
6 HT SWITCH GEAR 66/33/11 ABB ANDREW YULE MEGAWIN
KV, GAS (INDOOR/ SIEMENS CROMPTON GREAVES SWITCHGEAR
OUTDOOR) SF6 SCHNEIDER ALSTOM INDIAN
BHEL C&S ELECTRIC TRANSFORMER &
ENGLISH ELECRTIC L&T ELECT LTD (ITE
AREVA GURGAON)

7 HT SWITCH GEAR L&T CROMPTON GREAVES


PROTECTION RELAYS ABB ANDEW YULE
(ELECTRO MECHANICAL / SIEMENS ALSTOM
NUMERICAL) SCHNEIDER AREVA
BHEL, HAVELLS INDO ASIAN

8 COMPACT SUB-STATION ABB L&T RAYCHEM


SIEMENS CROMPTON RPG
BHEL AREVA
SCHNEIDER VOLTAMP
VOLTAMP
ALSTOM
9 HT 11 KV AUTOMATIC SOUTHERN SWITCH INDIAN TRANSFORMER
SWITCH FUSE UNIT GEAR & ELECT LTD (ITE
ANDREW YULE GURGAON)
CROMPTON
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 269

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
GREAVES
SCHNEIDER
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
11 LIGHTENING ARRESTERS PACTIL JAIPURIA, BROS JMV NOIDA
CROMPTON RASHTRIYA
GREAVES JAYSHREE
M EI ELECTRICAL ATLAS
ALSTOM GEC
SCHNEIDER ELPRO
OBLUM
12 DISC/ PIN INSULATORS BHEL JAYSHREE
PACTIL WS INSULATOR
MASORE PORCEILIN HITKARI
JAIPURIA BROS RASTRIYA
13 HT XLPE CABLES 66/33 KV UNIVERSAL CABLES HAVELLS RALLISON
& 11 KV ASIAN CABLES NICCO PLAZA
KEI INDUSTRIES LTD ICL
FINOLEX RAVIN
POLYCAB ELECKTRON
GLOSTER CABLES RPG
LTD
CCI
NICCO
14 LT CABLES 1100 VOLTS FINOLEX NICCO RR CABLES
XLPE UNIVERSAL INDO ASIAN CABLES CRYSTAL
RPG CABLES KALINGA RAVIN
KEI INDUSTRIES PVT GOLD RICHA
LTD PLAZA EON
POLYCAB PARAGAON RALLISON
GLOSTER
GRANDLAY
HAVELLS
15 LT/HT CABLE JOINTS HEAT DENSON RPG
SHRINKABLE/ COLD M-SEAL YAMUNA GASES
SHRINKABLE / PUSH ON BIRLA 3M MAHENDRA &
TYPE RAYCHEM MAHENDRA
CABSEAL CCI
JAIPURIA BROS
16 ACSR CONDUCTORS JAIPURIA NORTHSON UJALA
ALUMINIUM IND PALICON KONARK
ICC ASIAN POWER BHARAT
NICCO CONDUCTOR
ALIND
17 HT/LT PCC POLES HINDUSTAN PRE MA PRESTRESS WORK
STRESSED INDIAN PCC POLE
CONCRETE CEMENT FABRIC INDIA
KASHMIR CEMENT PRECTO INDUSTRIES
PRE CAST CEMENT KB INDUSTRIES
PRODUCT
CONCRETE UDYOG
LTD

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 270

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
18 HT/LT STEEL TUBULAR NATIONAL TUBING QUALITY STEELS SIDHARTH STEEL
SWAGED POLES CO KANPUR SURJIT STEEL NASIR
BHARAT CONDUIT & INDUSTRIES ELECTRICAL
STEEL WORKS SOHAN LAL & SONS
KANPUR
ANIL ENGG
JINDAL STEEL
PRODUCTS CORPORATION
MS BASANTAR ZAIN INDUSTRIES
FOUNDARY AND SRINAGAR
FABRICATOES ADVANCE TUBE JAMMU
MS BASANTAR
FOUNDARY AND
FABRICATOES
19 HIGH MAST LIGHTS BAJAJ SURYA METAL COATS
PHILIPS HPL UTKARH TUBES
CROMPTON
GE
20 LT PANELS/ AC CONTROL SIEMENS UNIVERSAL ANY CPRI
PANELS/ PUMP HOUSE L&T SWITCHGEAR CONTROL APPROVED
PANELS CO/FIRM
ABB AVON
SHALABH
SCHNEIDER AE
LEGRAND HP
HAGER ADHUNIK SWITCHGEAR
HENSAL NATIONAL ENGG
CROMPTON WORKS
GREAVES
21 PVC FEEDER PILLER BOX / L&T ADVANCE
AC BOX/ JUNCTION BOX HPL ADHUNIK
SINTEX NOVATEUR ELECRIC
HAVELLS MILESTONE
HENSAL
22 HIGH VOLTAGE JYOTI SUNTEX INSULATION JAIPURIA BROS
INSULATING RUBBER MAT DUNLOP SAFEVOLT
ELECTROMATE SINTEX

23 HT RING MAIN UNIT VCB SIEMENS CROMPTON GREAVES MEGAWIN


11KV MEI C&S SWITCHGEAR
ABB GE
SCHNEIDER

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 271

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
25 MCCBS MICRO ABB INDOASIAN
PROCESSOR BASED SIEMENS CROMPTON
L&T GE POWER
HAVELLS HPL
SCHNEIDER STANDARD
LEGRAND ELECTRICALS
HAGER
C&S ELECTRIC
26 POWER CONTACTORS L&T C&S ELECTRIC
ABB HPL
SCHNEIDER ENGLISH ELECTRIC
SEIMENS INDOASIAN
LEGRAND STANDARD
GE POWER
AE
HAVELLS
27 VOLTMETER/AMMETER/ L&T HPL
FREQUENCY METER/ PF AE MECO
METER (ANALOG TYPE) ABB HAVELLS
SECURE INDOASIAN
C&S ELECTRIC
BENTEX
28 DIGITAL TYPE VOLTMETER/ SEURE HPL PREMIER
AMMETER / POWER L&T (RISHAB) KEY HAVELLS
FACTOR METER C&S ELECTRIC ENERCON
MECO AUTOMETIC ELECTRIC
28A INDICATING LAMP L&T L&T
SIEMENS SIEMENS
C&S C&S
28B SELECTOR SWITCH KAYCEE KAYCEE
SIEMENS SIEMENS
C&S C&S
29 ELECTRONIC ENERGY L&T ARIVA MECO
METER HPL GE GENUS
HAVELLS INDO ASIAN
SECURE
JAIPUR METER
AE
LEGRAND
30 VACUUM CIRCUIT ABB ALSTOM MEGAWIN
BREAKER 11 KV/33KV SIEMENS CROMPTON & GREAVES SWITCHGEAR
SCHNEIDER L&T INDIAN
ENGLISH ELECTRIC TRANSFORMER
BHEL LTD
31 CHANGE OVER SWITCHES SIEMENS HPL MEGAWIN
ABB STANDARD GEC
L&T INDO ASIAN KEY
SCHNEIDER ANCHOR
LEGRAND C&G
HAGER
HAVELLS
GE

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 272

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS

Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS


No
GROUP 1 GROUP 2 GROUP 3
32 VOLTAGE AE POWERWARE
STABILIZERS UPTO 05 ANDREW YULE SINETRAC
KVA GODREJ MICROTEK
ELECTRIC FIELD VGUARD
VOLINA
VINITEC

33 VOLTAGE AE POWERWARE
STABILIZERS ABOVE ANDREW YULE SINETRAC
05 KVA (SERVO VOLINA VOLTAMP
CONTROLLED) VINITEC BLUE LINE
ELECTRICFIELD
34 UPS TATA LIBERT SUKAM
APLAB MICROTECH
CROMPTON SINETRAC
BLUE LINE
LUMINOUS
35 DG SETS ENGINE CROMPTON GREAVES PERKIN
MAHINDRA & MAHINDRA VOLVO
TATA ESCOURT
RUSTON STERLING
CUMMINS M POWER
KIRLOSKAR OIL ENGINES
ASHOK LEYLAND
ALTERNATOR BHARAT BIJLI ALSTOM
CROMPTON GREAVES GEC
SEIMENS ELECTRIC
CUMMIN ELECTRIC CATLER PILLAR
STAMFORD JYOTI
VOLVO
KIRLOSKAR
36 DG SET SOUND SUDHIR
PROOF CANOPY / VOLVO
ASSEMBLER OF DG BHASKER POWER
SET AND KIRLOSKER
MANUFACTUR OF DG POWERICA
SET SOUND PROOF GREEN FIELD
CANOPY COTTON GREAVES
37 LT CAPACITOR APFC L&T EPCOS
PANEL ABB CROMPTON GREAVES
SCHNEIDER HAVELLS
SIEMENS ASIAN
GE
38 PF IMPROVEMENT ABB CROMPTON GREAVES
CAPACITOR BANKS L&T HAVELLS
SCHNEIDER GE
SIEMENS EPCOS
LEGRAND

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 273

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
(F) INTERNAL ELECTRIC SUPPLY
1 RIGID PVC CONDUIT PLAZA BAJAJ AVON
FINOLEX KALINGA RICHA CABLE
SUPREME AKG NIC
PRESTO PLAST KINJAL
ANCHOR ASIAN
2 MS CONDUIT BHARAT STEEL AKG VIMCO
JINDAL BEC PRECISION
TATA KALINGA NATIONAL
PRAKASH TUBES
TIRUPATI
3 PVC FLEXIBLE L&T KINJAL SHALABH (INDIA)
COPPER WIRE FINOLEX HPL LTD
GRANDLAY PLAZA
ANCHOR PARAGON
POLYCAB (ELEKTRON)
HAVELLS GLOSTER
M/S BILLTECH KEI
ELECTRICALS PVT LTD M/S BILLTECH
ELECTRICALS PVT LTD

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 274

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS

Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS


No GROUP 1 GROUP 2 GROUP 3
4 SWITCH/SOCKETS/ CEILING ANCHOR C&S ELECTRIC KINJAL
ROSES/ FAN RAGULATORS LEGRAND STANDARD EON
CRABTREE SSK LEADER
(HAVELLS) POLYCAB RR CABLE
PLAZA
CONA
INDOASIAN
HPL
5 MCB/ELCB/RCCB/RCBO/ ABB C&S ELECTRIC SHALABH
INSOLATORS/MCB SIEMENS BCH
DISTRIBUTION BOARD L&T INDOASIAN
SCHNEIDER ANCHOR
LEGRAND GE POWER
HAGER HPL
CROMPTON STANDARD
HAVELLS ELECTRICALS
M/S BILLTECH M/S BILLTECH
ELECTRICALS PVT ELECTRICALS PVT LTD
LTD
6 LAMINATED SHEET COVER HYLUM
SUNMICA
FORMICA
GREENLAM
7 MODULAR SWITCH/ LEGRAND INDOASIAN
SOCKETS / FAN SEIMENS STANDARD
REGULATORS CRABTREE HPL
(HAVELLS) POLYCAB
ROMA (ANCHOR) ANCHOR
8 STREET LIGHT FITTING & PHILIPS HAVELLS ADHUNIK
ACCESSORIES/ LAMPS- CROMPTON HPL EON
HPSV (70/150/250/400) GREAVES SURYA NOVATEUR
HPMV (80/125/250/400) / WIPRO C&S KAKATIYA
METAL HALIDE MYSORE BAJAJ MEGA ENERGY
GE LIGHTING
9 TUBE LIGHT/ STREET PHILIPS SURYA ROSHNI ADHUNIK
LIGHT FITTING/ROD CROMPTON HALONIX HPL
WIPRO HAVELLS
GE LIGHTING BAJAJ
10 PVC CASING CAPING CG PLAZA MODI
BAJAJ KALINGA NATIONAL
FINOLEX SUPRIME LAXMI
POLYCAB ASIAN PRINCE

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 275

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
11 LED FITTINGS/LAMPS PHILIPS HPL OREVA
CROMPTON OSRAM GOLDWYN
BAJAJ POLY CAB EVEREADY
WIPRO M/S BILLTECH
SURYA ELECTRONICS
SYSKA
HAVELLS
GE
C&S
JAQUAR
M/S BILLTECH
ELECTRONICS
12 CEILING FANS, EXHAUST BAJAJ USHA ORTEM
FANS/ WALL MOUNTED CROMPTON GREAVES POLAR EON
FANS/ AIR CIRCULATORS
GEC ALMONARD
HAVELLS ANCHOR
KHAITAN
ORIENT
13 WATER HEATER GEYSER BAJAJ VENUS SUPREME
USHA LEXUS V GUARD PEARL
HAVELLS EON
CROMPTON GREAVES
JAQUAR
RECOLD
14 BUS BAR TRUNKING SCHNEIDER HAVELLS
SYSTEMS SIEMENS HPL
GE STANDARD
L&T
CROMPTON
15 BATTERY CHARGER SU-KAM
AMCO
SINETRAC
EXIDE
BCH
16 LEAD ACID BATTERIES AMARON SUKAM
STANDARD OKAYA
EXIDE APC
TATA GREEN AMCO
MICROTEK

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 276

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
18 SOLAR STREET LIGHT BAJAJ HAVELLS
FITTINGS PHILIPS SURYA
CG HPL
TATA PHOTON
WIPRO
19 STREET LIGHT TIMERS L&T INDOASIAN
LEGRAND HAVELLS
BAJAJ SINETRAC
SIEMEMES BCH
ABB C&S ELECTRIC
AE
GE
20 AVIATION OBSTRUCTION BAJAJ SURYA
LIGHT CROMPTON HAVELLS
GREAVES HPL
PHILIPS SYSKA
WIPRO

21 SHADOWLESS LIGHTS PHILLIPS HAVELLS


CG BAJAJ
WIPRO
CROMPTON GREAVES
GEC
HALONIX
22 UNDER WATER LIGHTS WIPRO HAVELLS
PHILIPS HPL
SURYA
BAJAJ
CROMPTON GREAVES

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 277

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
(G) WATER SUPPLY
1 GI PIPES JINDAL PIPES NIDHI PIPES SWASTIK
ADVANCE
TATA OSWAL
STEEL
BST ZENITH
PRAKASH SURYA
2 HDPE / UPVC PIPES FINOLEX ALONPOLY
SFMC PIPE EXTRUSION LTD
JAIN PIPE KIRTI
RELIANCE (RPPPL) PRINCE
SWASTIK SUPREME
KISAN TIRUPATI
DUTRON
3 CI PIPES ELECTRO STEEL JAI BALA JEE NEW JANTA
KESORAM (BIRLAGP) KEJERAWAL
KAPILANSH SKF
TATA
4 DI PIPES ELECTRO STEEL JAI BALA JEE
JINDAL KEJERAWAL
KESORAM AARKO
TATA RASHMI METALIKS
5 MS PIPES TATA SWASTIK
GST ZENITH
BST
JINDAL
PRAKASH SURYA
6 PPR PIPES SFMC DIPLAST PLASTIC HINDUSTAN
SAFE VEEKAY PLASTIC &
TECHNOCRAT PVT MACHINE
SUPREME CORPN
LTD
FINOLEX
AMITES PLYMERS
ASTRAL
KITEC INDUSTRIES
RELIANCE LTD
PRINCE
7 AIR RELEASE VALVES KIRLOSKAR BIR VARUN
LEADER KARTAR KBS
ZOLOTO SANT NBR
L&T (AUDCO) JINDAL VENUS
TATA UPADHAYAY KEJRIWAL
KALPANA

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 278

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No
GROUP 1 GROUP 2 GROUP 3
8 SLUICE VALVES/ NON KIRLOSKAR BIR VARUN
RETURN VALVES/ LEADER KARTAR KBS
BUTTERFLY / CHECK/
GLOBE VALVES/ STOP ZOLOTO SANT NBR
VALVE/ GATE VALVE L&T (AUDCO) JINDAL VENUS
TATA UPADHAYAY KEJRIWAL
KALPANA
10 CI PIPE FITTINGS SKF ASHUTOSH HINDUSTAN
SRIF CASTING LTD ENGG
JINDAL SAW VEETUS
NECO (JAYASWAL) INDUSTRIES LTD
KAPILANSH ANAND FOUNDERS
TATA & ENGINEERS
HIF
HEPCO
(BINAYUDYOG)
11 GI PIPE FITTINGS JINDAL NIDHI PIPE LTD
TATA OSWAL
UNCO SWASTIK
INDUS PRAKASH SURYA
BHARAT STEEL TUBE
DELHI
13 PUMP-SETS-MONO KIRLOSKAR KALSI
BLOCK CROMPTON BS PUMPS
BEACON
MATHER & PLATT
KSB
JYOTI
14 CENTRIFUGAL PUMPS KIRLOSKAR SIEMENS
BEACON KSB
MATHER & PLATT
JYOTI
15 SUBMERSIBLE PUMPS CALAMA CROMPTON
KIRLOSKAR GREAVES
BEACON CRI
KSB
MATHER & PLATT
JYOTI
16 NON CLOG SEWAGE KIRLOSKAR WASP
PUMPS BEACON GRANDFOS
KSB
CROMPTON
MATHER & PLATT
JYOTI
17 VERTICAL TURBINE KSB CROMPTON
PUMP KIRLOSKAR GREEVES
WASP ATLANTA
GRANDFOS
JOHNSON
MATHER & PLATT

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 265

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS

Ser Company Name Address Type of Valid upto


No Cement
23. M/s Kesoram Industries Ltd Cement Division, Office No. 613 to 616 (a) OPC 43, Nov 2020
Brand: ‗Birla Shakti‘ White House, Block-III (b) OPC 53
VI Floor, 6-3-1192/1/1 (c) PPC
Kundanbagh, Begumpet
Hydrabad-500016, Telangana
Tele +91-40-4334-4555
Fax +91-40-43334-4534
Email. [email protected]
24. M/s JSW cement Ltd., A.P JSW Centre Opp MIMRDA Ground Bandra PSC 01 Apr
Brand ―JSW PSC (Portland Kurla Complex, Bandra (East) 2024
Slag Cement)‖ Mumbai-400051. OPC 53 & 09 Feb
Brand ―JSW OPC 53‖ Tele : +91-22-4286-5047 OPC 43 2022
Brand ―JSW OPC 43‖ Fax : +91-22-2650-2001
Website : www.jswcement.in
25. M/s Sagar Cements Ltd M/s Sagar Cements Ltd, Plot No. 111 Raod OPC 53 & 24 Aug
Brand : ‗SAGAR‘ No. 10, Jubliee hilss, Hyderabad-500 033 OPC 43 2022
Tele:+91-40-23351571,2335672 PPC
Fax : +91-40-2335673 PSC
Email : info@ sagarcements.in
Website : www.sagarcements.in

(C) TMT STEEL


Ser Company Name Address Type of Steel Valid Remarks
No upto
1. Rashtriya Ispat Nigam Visakhapatnam Steel Plant, All
Limited Visakhapatnam -530 031, India
(RINL) Tel (91 891) 518226, 518376.
Brand: ‗RINL‗ Fax : (91 891)518316
Email: [email protected]
2. Tata Iron & Steel Bombay House, 2, 4 Homi Modi Steel, All
Company Mumbai-400 001, Tel (91 22) 2049131,
(TISCO or Tata Steel) Fax : (91 22) 204 9522, 287 0840
Brand: ‗TATA‗ Email: [email protected]
(Br Office for North: Jeevan Tara Bldg,
Patel Chowk, New Delhi)
3. Steel Authority of India Central Marketing Organization All
Limited (SAIL) Northern Region, 17th Floor, Scope
Brand: ‗SAIL‗ Minar, Laxmi Nagar Distt Centre, Delhi-
110 092
4. M/s Jai Balaji Industries 5, Bentek Street, Kolkata-700 001 TMT Bars of 08 Feb
Ltd Delhi Office:- Gde 2023
Brand: ‗Balaji Shakti‘ 510, Block-b, Navraung House, 21 Fe 500
Kasturba Gandhi Marg, New Delhi-110 Fe 500D
001,
Tel: 011-43620219, 43620220
Mob: 7838272772/ 9958936103,
E-mail: [email protected]
5. M/s Shyam Steel Shyam Towers EN-32, Sector-V, TMT Bars of 29 Jan
Industries Ltd Salt Lake, Kolkata-700 091, Tel: 033- Gde 2023
Brand: ‗SHYAM ‘ 40074007, Fe 500
Fax: 033 40074010, E-mail: Fe 500D
[email protected] CRS

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 280

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser PRODUCT GROUP OF PRODUCTS BASED ON MAKES / BRANDS
No GROUP 1 GROUP 2 GROUP 3
(H) MISC APPLIANCES
1 WINDOW TYPE/SPLIT TYPE VOLTAS LG
AIR CONDITIONERS HITACHI BLUE STAR
DAIKIN SAMSUNG
CARRIER GODREJ
FEEDERS LLYOD USHA SHRIRAM
WHIRLPOOL
2 REFRIGERATOR WHIRLPOOL GODREJ
LG ELECTROLUX
SAMSUNG HAIER
VOLTAS
3 DESERT COOLERS SYMPHONY CROMPTON GREAVES
KHAITAIN BAJAJ
KENSTAR OSRAM
VIDEOCON
4 DEEP FREEZER BLUE STAR SIDHWAL
VOLTAS CARRIER
SHRI RAM (USHA) FEDDERS LLYOD
5 AIR CURTAIN CROMPTON
GREAVES
ALMONARD
VOLTAS
CARRIER
6 WATER COOLERS VOLTAS SIDHWAL
BLUESTAR
SRIRAM (USHA)
7 HOT WATER GENERATOR RAPIDCOOL
(ELECTRIC FIRED) BRASCH
INDEECO
DYNAFLOW
SUNTEC
8 HOT WATER GENERATOR THERMAX
(OIL FIRED) MAKTEK
RAPIDTHERM
ECOFLAME
REILLO
ZENITH
WESTERN
9 WATER SPRINKLER HEAD TYCO
CEASEFIRE
SAFEX
MINIMAX
10 FIRE EXTINGUISHER MINIMAX SAFEZONE
FIREX UFECON
NEWAGE ELECTRO EQUIP
GODREJ & BOYC
CEASEFIRE
11 FIRE DAMPER DYAN CRAFT
RAVISTAR
MAPRO
CARRY AIR
AIRFLOW
RUSKIN

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 281

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS

S DESCRIPTION MAKE
No
(J) CENTRAL HEATING SYSTEM & HOT WATER SUPPLY
1 Horizontal Hot Glycol Generator Riello/Ecoflam/ Thermax .
2 Burner assembly of Hot Glycol Generator Riello / Nuway/ Ecoflam/ /Benton.
3. Centrifugal Pumps for Glycol Fluid Grundfos / Wilo/ Salmson.
4.a Pumps for Make-up Kirloskar/Mather & Platt/Beacon
b Oil transfer pumps Caddilac/Recter/Rotodel
5. Pipes MS Jindal/ Tata / Surya
PPR/ Composite pipes Pilsa/Sant 281eefing.
6. Non Return Valves Leader/Castle/ Sim/ Advance
7. Butterfly/Balancing / Check Valves Audco/C&R/Advance
8. Strainers Rapid Cool/ Emerald/or Equivalent
9. Ball Valves Zoloto/ /Sant/CIM/ or Equivalent
10. Puff Insulated hot Water SS tank with SS Coil Type Heat Rapid Cool/Suntec/Western
Exchanger
AIR DISTRIBUTIONS
11. Fan Coil Units Carrier/Caryaire/Midea / Zeco.

12. Double panel radiators Myson/Delonghi/ DD .


13. Vertical AHUs Zeco./Caryair/Seavior/
14 Towel Radiators DD/Borpan/Alarko/Maktek
INSULATION
15. Closed cell Elastomeric Thermal Insulation Armacell/Trocellen/Thermoflex/ Eurobatex
Superlon/ Aeroflex
16. Fiber glass insulation U P Twiga Loyyd
ELECTRICALS:
17. Electrical Panels CPRI Approved
18. Electric Motor Siemens/Kirloskar/ABB/Crompton/GE
19. Switch gear Siemens/ Larsen & Toubro/ Havels
20. Push Buttons Siemens/Cutler Hammer/ L&T
21. Auxiliary Relays/ Contactors Siemens/ Larsen & Toubro/ GE
22. Line Type Fuse Siemens/ Larsen Toubro/ GE
23. MCCB Merlin Gerin/L&T/Siemens/Crompton
24. MCB MDS/Merlin Gerin/ Hager
25. Cables Gloster / Skytone/ Universal/ Havels/Polycab
26. SFU/FSU L&T/EE
27. HRC Fuses & Fuse fittings L&T/EE
28. Ammeter/ Voltmeter Emercon/ AE/L&T

(SIGNATURE OF CONTRACTOR) SSW


DATED: ____________________ FOR ACCEPTING OFFICER

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 282
PARTICULAR SPECIFICATION (Contd)

Appendix ‗E-1‘

LIST OF ISI CERTIFIED PRODUCTS TO BE USED IN WORKS


1. Concrete: Integral cement water proofing compounds (ISI-2645-1975) (First revision).
2. Joinery: Wooden flush door shutters, (solid core type), plywood Face panel (IS-2202(part-I) 1983). (Fourth
revision)
3. Builder‟s Hardware :-
(a) Steel butt hinges (IS-1341-1981) (Fourth revision with amendment No.1 to 3).
(b) Non ferrous metal butt hinges (IS-205-1978) (Third revision).
(c) Ferrous Tower Bolts (IS-204-1978-part-I), (Fourth revision).
(d) Non ferrous tower bolts (IS-204-1978 part-II) (fourth revision with amendment No.1).
(e) Door handles (IS-208-1979), (Third revision).
(f) Parliament hinges (IS-362-1982),(Fourth revision).
(g) Hydraulically regulated door closers (IS-3564-1986), (Third revision with amendment No.1)
(h) Continuous (Piano) Hinges (IS-3818-1986), (Second revision with amendment No.1)
(j) Non ferrous metal sliding door bolts (IS-2681-1979) (Second revision with amendment No. 1
and 2).
(k) Tee and strap hinges (IS-206-1981), (Third revision with amendment No.1).
(l) Mild steel sliding door bolts for use with padlocks (IS-281-1973) (second revision).
4. Steel & Iron Work
Steel doors, windows and ventilators (IS 1038-1983) (Third Revision)
5. Roof covering: Bitumen felts for water proofing and damp proofing (IS-1322-1982) (Third revision).
6. Ceiling and lining :-
(a) Plywood for General purposes (IS-373-1975) (second revision with amendment No. 1 to 3).
(b) Block boards (IS-1659-1979) (Second revision).
(c) Veneered particle board (IS-3097-1980), (First revision).
(d) Fibre hard board (IS-1658-1977) (second revision).
7. Flooring:-
(a) White Portland cement (IS-8042-1978), (First revision).
(b) Cement concrete flooring tiles (IS-1237-1980) (First revision)
8. Water supply, plumbing, drains and sanitary appliances
(a) Concrete pipes with or without reinforcement (IS-458-1971) (Second revision).
(b) Salt glazed stoneware pipes and fittings (IS-651-1980), (Fourth revision).
(c) Flushing cisterns for water closets (Valve less syphonic type) other than plastic (IS-774-1984)
(Fourth revision).
(d) Cast copper alloy, screw down, bib taps and stop valves for water services (IS-781-1984), (Third
revision).
(e) Mild steel tubes, tubular and other wrought steel fittings (IS-1239 part-II-1979), (Fourth revision)
and mild steel tubular and other wrought steel fittings (IS-1239-Part-II-1982) (Third revision).
(f) Sand cast iron spigot and socket soil, waste and ventilating pipes, fittings and accessories (IS-
1729-1979), (First revision).

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 283
PARTICULAR SPECIFICATION (Contd)

(g) Blank
(h) Ball valves (Horizontal plunger type) including floats for water supply purpose (IS-1703-1977)
(Second revision).
(i) Cast iron manhole covers and frames (IS-1726-Part-I to VII-1974) (Second revision).
(k) Asbestos cement pressure pipes (IS-1592-1980) (Second revision).
(l) Automatic flushing cisterns for urinals (IS-2326-1987), (Second revision).
(m) Vitreous china, sanitary appliances
(ii) Wash down water closets (IS-2556 Part-II -1981) (Third revision).
(iii) Squatting pans (IS-2556-Part-III-1981) (Third revision).
(iv) Wash basins (IS-2556(Part-IV)-1972)-(Second revision).
(v) Laboratory sinks (IS-2556(Part-V)-1979), (Second revision).
(vi) Foot rests (IS-2556(Part-X)-1974), (Second revision).
(n) Plastic WC seats and covers (IS-2548 (Part-I & II)-1983) (Fourth revision).
(o) Vertically cast iron pressure pipes for water, gas and sewage (IS-1537-1976)(First revision)
(p) Pillar taps for water supply purposes (IS-1795-1982), (Second revision).
(q) Centrifugally cast (spun) iron spigot and socket soil, waste and ventilating pipes, fitting and
accessories) IS-3989-1984), (Second revision).
(r) Centrifugally cast (spun) iron pressure pipes for water, gas and sewage (IS-1536-1976).
(s) Rubber sealing rings for gas mains, water mains and sewers (IS-5382-1985), (Second revision).
(t) Cast iron fittings for pressure pipes for water, gas and sewage (IS-1538-1976) part I to XXIII).
(u) Low density polyethylene pipes for potable water supply (IS-3076-1985) (Second revision).
(v) Sand cast iron spigot pipes (IS-1729 of 1979) (First revision).
(w) Ductile iron pipe fittings (IS-9523)
(x) Ductile iron pipe (IS- 8328-2000)
(y) Galvanised iron pipe IS-1239(Part-I 1979 & Part-II 1982)
(z) Sluice valve (IS- 14846 of 2000).
(aa) GI Fittings( IS- 1879 Part I to X –1987)
(bb) Thin walled GI pipe (IS-11722 of 1986).
9 Electrical Works
(a) Ceiling Roses (second revision) (IS-371-1979).
(b) Three pin plugs and socket outlets (Third revision) (IS-1293-1988).
(c) Switch fuses (main and switch) (IS-4064-1978-Part I & II).
(d) Rigid steel conduit (IS-9537-Part-II-1988) with amendment No.1 superseding (IS-1653-1972).

(e) Plain rigid conduit of insulating material. (IS-9537(Part-III)-1983) (With amendment No.1)
superseding (IS-1653-1972 & 2509-1973).
(f) Polyethylene insulated cables for working voltages upto and including 1100 volts (IS-1596-1977),
(Second revision).
(g) LT XLPE cable (IS-7098/1/88)
(h) Distribution boards( IS-8828 & IEC 898)

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 284
PARTICULAR SPECIFICATION (Contd)

(j) Pre-stressed concrete poles( IS-2713 Part I to III)


(k) Steel tubular poles( IS-2713 -Part-I to III – 1980), (Second Revision)
(l) Lightning Arresters (IS-3070- Part-I-1985).
(m) RCBO( IS 12640 Pt-II of 1988)
(n) MCB (IS-8828 of 1996).
(o) RCCB (IS-12640 (Part-I) 2000).
(p) House wiring (Copper wire) IS- 694 (Part-II).
(q) Transformer (IS-1180:2014) Part-I
Note: - The items which are not included here in before shall be referred from SSR & website of the BSI.

(Signature of the Contractor) SSW


Dated_______________ For Accepting Officer

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 285
PARTICULAR SPECIFICATION (Contd)

APPENDIX `F'
TEST OF MATERIALS AND RECOVERY RATES OF TESTING CHARGES
No Materials Test Method of Frequency of tests Level Rate Remarks
testing of per
tests test
Rs.
1 2 3 4 5 6 7 8
1. Bricks (i) Compressive IS-3495 As per IS-545 as given under :- „A‟ 330/- Checks for visual and
Strength (Part-II) dimensional characteristics
shall also be carried out as
per IS-5454

(ii) Water absorption -do- Lot size Sample Size Permissible „A‟ 330/- Legend
No of ‗A‘-Zonal lab [Site lab
defective (established at site by the
bricks contractor)]
‗B‘-Zonal lab

(iii) Efflorescence -do- 1001 to 5 0 „A‟ 330/- ‗C‘-National test


(Part-I) 10000 house/SEMT wing
10001 to 10 0 Pune/Engg College.
35000
35001 to 15 1
50000

2. Coarse aggregate (i) Sieve analysis IS-2386 One test for every 15 Cum of aggregates „A‟ 660/-
(Part-I) or part thereof brought to site

(ii) Flakiness Index -do- -do- „A‟ 250/-

(iii) Estimation of IS-2386 One test for every 100 Cum of aggregates „A‟ 600/-
deleterious materials (Part-I) or part thereof.

(iv) Organic impurities IS-2386 One test per source of supply „B‟ 275/-
(Part-I)

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 286
PARTICULAR SPECIFICATION (Contd)

APPENDIX `F'
TEST OF MATERIALS AND RECOVERY RATES OF TESTING CHARGES

1 2 3 4 5 6 7 8
2. Coarse (v) Moisture content IS-2386 Regularly as required „A‟ 330/-
(Contd) aggregate (Part-II)

(vi) Specific gravity IS-2386 One test for each source of supply „B‟ 330/-
(Part-II)

3. Fine aggregate (i) Sieve analysis IS-2386 One test for every 15 Cum of fine „A‟ 660/-
(Part-I) aggregate or part when brought to site

(ii) Test for clay, silt IS-2386 -do- „A‟ 500/-


and impurities (Part-II)

(iii) Specific Gravity IS-2386 One for each source of supply „B‟ 330/-
(Part-II)

(iv) Moisture content IS-2386 Regularly as required subject to 2 tests „A‟ 330/-
(Part-II) per day when being used

(v) Test for organic IS-2386 One test for each source of supply „B‟ 275/-
impurities (Part-II)

4 Cement (i) Setting time IS-4031-63 One for each consignments or as when „B‟ 500/-
affirmed required
1980
(ii) Soundness -do- -do- „B‟ 550/-
(iii) Compressive -do- -do- „B‟ 550/-
strength
(iv) Fineness -do- -do- „B‟ 275/-

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 267

PARTICULAR SPECIFICATION (Contd)


APPENDIX ‗E‟
MAKES/MANUFACTURERS/PRODUCERS
Ser Company Name Address Type of Steel Valid Remarks
No upto
17. M/s Gallantt Metal Ltd Ward 10BC, Plot No 123, Ground TMT Bars of 05 Jul
Floor,Gandhi Dham, Kutch, Gujraat – Gde 2022
Brand : ‗GALLANTT 370201 Fe 500
TMX‘ Tel : + 91 – 2836-228164, Fax : +91- Fe 500D
2836-235787, E-mail : CRS
[email protected] (Size 8-32 mm)
Website : www.gallantt.com
18. M/s Rashmi Metaliks Ltd Premlata Building, 39, Shakespeare TMT Bars of 23 Aug
th
Brand : ‗RASHMI TMT‘ Sarani, 6 Floor, Kolkata – 700017 Gde 2022
Tel : 033-22894255/56, Fax : 033- Fe 500
22894254 (Size 8-32mm)
E-mail : Fe 500D, Fe
[email protected] 550D (Size 8-
Website : www.rashmigroup.com 25mm)
19. M/S Shyam Sel and SS Chambers,5 C.R. Avenue, TMT Bars of 10 Feb
Power Ltd Kolkata-700072 Gde 2022
“SEL” Tel-033-40111000 Fe 500D
Fax-033-40111031 (Size 8-32mm)
Website : www.shyamgroup.com
20. M/s Shree Nakoda Ispat Near Railway Crossing, TMT Bars of 01 Mar
Ltd Mowa, P.O. Shankar Nagar Gde 2023
Brand: ‗NAKODA TMT‘ Raipur-492007, Fe 500/Fe 500D
www.nakodagroup.com (Size 8-32mm)
Ph: 0771-2282130
Mobile: 7898989741, 7898989205
21. M/s SPS Steels Rolling Diamond Prestige, TMT Bars of 08 Feb
Mills Ltd 16, Strand Road, Room No H523A Gde 2023
th
Brand: ‗ELEGANT TMT‘ 5 Floor Fe 500/Fe
Kolkata-700 001, 500D/Fe 550
Mob: 9831055568, 8910797649
Fax: 033-66255252,
E-mail: [email protected]
(D) STRUCTURAL STEEL
Ser Company Name Address Type of Steel
No
1. Rashtriya Ispat Nigam Visakhapatnam Steel Plant Structural Steel
Limited (RINL) Visakhapatnam – 530 031, India, (Angle, Beam, Column,
Brand : ‗RINL‘ Tel : (91 891) 518226, 518376, Fax : (91 891) 518316 Channel, Plate)
Email : [email protected]

2. Tata Iron & Steel Bombay House, 2, 4 Homi Modi Street


Company Mumbai – 400 001, India, Tele : (91 22) 204 9131, -- do --
(TISCO, or Tata Steel) Fax : (91 22) 204 9522, 287 0840
Brand : ‗TATA‘ Email : [email protected]
(Br office for North : Jeevan Tara Bldg, Patel Chowk,
New Delhi)
3. Steel Authority of India Central Marketing Organization
th
Limited (SAIL) Northern Region, 17 Floor, Scope Minar, -- do --
Brand : ‗SAIL‘ Laxmi Nagar Distt. Centre, Delhi – 110092

4. M/s Jindal Steel and Jindal Centre, Plot No 2, Sector – 32,


Power Ltd. Gurgaon – 122001, Haryana, Tele – 0124 661 2000, -- do --
Brand : ‗ JINDAL‘ Fax – 0124 661 2125, Website :
www.jindalsteelpower.com

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 288
PARTICULAR SPECIFICATION (Contd)

APPENDIX `F'
TEST OF MATERIALS AND RECOVERY RATES OF TESTING CHARGES
1 2 3 4 5 6 7 8
7. Cement Flooring (i) Water IS-1237 06 tiles out of 18 „B‟ 330/- Sample of 18 tiles from each source of
Tiles/ Terrazzo Tiles absorption (Appx „D‟) supply selected at random.

(ii) Wet IS-1237 -do- „B‟ 660/-


transverse (Appx „E‟)
strength
(iii) Resistance to IS-1237 -do- „C‟ 1000/-
wear (Appx „F‟)
8. Burnt clay roofing tiles (i) Water IS-3495 6 tiles out of 12 „B‟ 216 Samples :- 12 tiles from each source of
(hand made) As per Absorption (Part-II) supply selected at random
IS-2690 (Part-II)
Length (ii) Compressive IS:3495 -do- „A‟ 180/-
150mm to 250mm strength (Part-i)
Width
100mm to 200mm
Thickness
35mm to 50mm
9. Mangalore pattern (i) Water IS-654 6 tiles out of 32 „B‟ 180/- }
roofing tiles Absorption (Appx „A‟) } Samples :- 32 tiles
} from each consignment
(ii) Breaking Load IS-654 -do- „B‟ 120/- } of 3000 tiles or part
(Appx „C‟) } thereof. These tiles
} shall be checked for dimension.

10. TIMBER (i) Specific IS-1708- Minimum 3 samples from a lot of 4 „B‟ 120/-
gravity and weight 1960 Cum or 250 pieces of seasoned timber
(ii) Moisture -do- - „A‟ 120/-
Content

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 289
PARTICULAR SPECIFICATION (Contd)

APPENDIX `F'
TEST OF MATERIALS AND RECOVERY RATES OF TESTING CHARGES
1 2 3 4 5 6 7 8
11. Water for (i) Test for acidity IS-456 & Once at the stage of approval of source „B‟ 500/- Also refer clause 4.3 of IS0456 and its
construction 3015 of water subsequent sub clauses regarding
purposes suitability of water.
(ii) Test for alkalinity -do- - „B‟ 500/-
(iii) Test for solid -do- - „B‟ 500/-
content
12. Welding of Steel Visual inspection test IS-822-1970 100% by visual inspection Work 360/- Specialised tests, their method and
Work Site frequency to be decided on consideration
of their importance by the Accepting
Officer.
13. Timber panelled (a) Dimensions, sizes, IS-1003- Frequency of sampling from each lot „A‟ 180/-
and glazed workmanship and finish 1977 shall be as under :-
door/window & (Part-I) Lot Size Sample Size
shutters 26 to 50 5
(including 51 to 100 8
factory made 101 to 150 13
shutters) 151 to 300 20
301 to 500 32
5001 to 1000 50
1001 and above 80
(b) Strength test IS-1303- From the each lot 5% of the factory
(i) Slamming 1990 made shutters shall be manufacturer
tested for strength tests.

(ii) Impact -do-


indentation

(iii) Shock -do-


resistance
(iv) Edge -do-
loading

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 290
PARTICULAR SPECIFICATION (Contd)

APPENDIX `F'

TEST OF MATERIALS AND RECOVERY RATES OF TESTING CHARGES


1 2 3 4 5 6 7 8
14. Ply Wood (IS-303- (a) Moisture content IS:1734- Six tests of pieces cut from each of the „C‟ 240/- Sampling shall be as per IS-
1989) 1983 boards selected shall be subjected to 7835-1975 tables
(Part-I) tests.
15. Wood particles board (a) Density IS-2360 Three test specimen from each sample „A‟ 60/- Sampling shall be as per IS-
(medium density) (IS- (Part-III) (size 150mm x 75mm) 3487-83 with moisture metre
3097-1985)
(b) Moisture content -do- -do- „A‟ & 60/-
„B‟
(c) Water Absorption -do- -do- (size 300mm x 300mm) „A‟ 60/-
(Part-16)
(d) Swelling due to -do- -do- (size 125mm x 100mm) „A‟ 60/-
surface absorption (Part-17)
(e) Swelling in water -do- -do- (size 200mm x 100mm) „A‟ 60/-
(f) Modules of rupture -do- Three test specimens as per IS-2380- „B‟ 90/-
(Part-4) 77
(g) Screw withdrawal -do- -do- as per IS-2385 „C‟ 120/-
strength (Part-4)
16 Reinforcement Steel (a) Physical tests up to „B‟ 2500/- Frequency of testing shall be
1`6mm dia (Normal as per Appx „D‟ here-in-
mass, tensile before
elongation, bend and
rebend)
(b) More than 16mm „B‟ 2750/-
dia

Signature of Contractor SSW


Dated : ___________________ for Accepting Officer

SAMPLING : The required number of blocks for testing shall be taken from every consignment of 5000 blocks. The block shall be picked up at random from a stack of
particular batch. The sample of block shall be marked for future identification of the batch it represents.
Note : The cost of test other than these mentioned above which are required as per contract conditions or specified in relevant IS/SSR/IES shall be borne by the contractor.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 291
PARTICULAR SPECIFICATION (Contd)

APPENDIX `G'
FORMAT FOR QUALITY CONTROL PLAN

This format shall form Part of Contract Agreement

(To be submitted by Contractor within 30 days of commencement of contract)

PART-I

1 Contract Agreement Reference No :

2 CPM network prepared and approved by GE :

3 Resource scheduling done based on CPM :

4 Site Laboratory (with equipments) set up as per :


Contract Agreement (CA)

5 Concrete mix design submitted and approved :

6 Preliminary works completed to standard engineering :


practice

7 Arrangements for water made (including testing of :


water)

8 Arrangement of electric supply made :

9. Materials
Sl No Item Source as per Contractor‟s Refer to Agency for Responsibility
CA plan of testing clause testing for testing
Sourcing

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 292
PARTICULAR SPECIFICATION (Contd)

APPENDIX `G'
FORMAT FOR QUALITY CONTROL PLAN
This format shall form Part of Contract Agreement

10 List of all T & P, make and numbers that the contractor :


would deploy at site of work
11 Name of person nominated by contractor for exercising :
quality control

12 Qualifications/Experience of person at Serial No 11 :


above

13 Names of supervisors with their :


qualifications/experience employed by contractor
14 Confirmation that contract requirement relating to :
quality of all materials and quality standards of
workmanship and finishes and acceptance criteria are
explained and understood by all
15 Confirmation that requirement of tests to be conducted :
on materials before approval of sample and during
execution, tests on workmanship, tests before
acceptance including the testing procedure, sampling
techniques, frequency and agencies responsible for
testing are understood and shall be complied with.
16 Method to be adopted for maintaining records of test :
result

17 Certificate that contractor shall maintain a log of all


materials received at site as per the following format

Sl No Date Material Quantity Source Whether as Tests Tests to be carried out


received per carried before incorporation
approved out by
sample of supplier
not

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 293
PARTICULAR SPECIFICATION (Contd)

APPENDIX `G'
FORMAT FOR QUALITY CONTROL PLAN
This format shall form Part of Contract Agreement

18 General Remarks by contractor of his plan of actions to ensure that quality standards

Date : (Signature of Contractor)

PART-II

(To be completed by GE before forwarding for approval by CWE)

1. Verification of Serial No. 2 to 8 of Part-I :


2. Verification of Serial No. 9 to 18 of Part-I :
3. Confirmation that Stage Passing Register :
laying down the stages and authority
responsible for approving the same has
been prepared, shown to contractor and
kept at site.
4. Confirmation that all sites as required by :
contract had been handed over to contractor
on the date fixed in Work Order No. 1.
5. Confirmation that arrangements for Govt :
liability in supply of water and electricity has
been made and no hold up on this account
is expected.

Dated : (Signature of GE)

Approved by CWE

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 294
PARTICULAR SPECIFICATION (Contd)

APPENDIX `H'

FORM FOR APPROVAL OF DRAFT SPECIAL (STAR) RATE

SPECIAL RATE (*STAR RATE/ PROPORTIONAL RATE) NO…...

Contract No & Name of Work:

Contractor :

Sl No Description Unit Rate Remarks


₹ P
Details as per
analysis enclosed.

Recommended___________________GE ________________ Date____________

Checked___________________DCWE(C) ________________ Date____________


of CWE office

Checked___________________Dir(C) ________________ Date____________


of CWE office

Approved______________________________________________ Date____________

(Officer competent to approve star rate GE/CWE/CE as the case may be)

Accepted___________________Signature of Contractor___________ Date____________

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 295
PARTICULAR SPECIFICATION (Contd)

APPENDIX `J'

FORM FOR ANALYSIS OF DRAFT SPECIAL (STAR) RATE

SPECIAL RATE (*STAR RATE/ PROPORTIONAL RATE) NO…...

Contract No & Name of Work :

Contractor :

Description :

Unit :

Details

Rate per unit : Rs___________________Per____________

No of units : ___________________

Total Cost : Rs________________

Prepared by me : *JE (QS&C) __________

*AGE (Contracts) __________

Notes:

1. This rate has been worked out as per provisions of Schedule „A‟ Notes.
(Source of information used to be mentioned here)

Engineer in charge

Accepted subject to approval by Contractor___________

Competent authority ______________ Date _______________

*Delete whichever is not applicable.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 296
PARTICULAR SPECIFICATION (Contd)

APPENDIX `K'

FORM FOR APPROVAL OF DRAFT SPECIAL (STAR) RATE (FINAL)

SPECIAL RATE (*STAR RATE/ PROPORTIONAL RATE) NO…...

Contract No & name of Wk :

Contractor :

Sl No Description Unit Rate Remarks


₹ P
Details as per
analysis
enclosed.

Recommended___________________GE ________________ Date____________

Checked___________________DCWE(C) ________________ Date____________


of CWE office

Checked___________________Dir(C) ________________ Date____________


of CE Zone office

Approved______________________________________________ Date____________

(Officer competent to approve star rate GE/CWE/CE as the case may be)

Accepted___________________Signature of Contractor___________ Date____________

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 297
PARTICULAR SPECIFICATION (Contd)

APPENDIX `L'

FORM FOR ANALYSIS OF SPECIAL (STAR) RATE (FINAL)

SPECIAL RATE (*STAR RATE/ PROPORTIONAL RATE) NO…...

Contract No & name of Wk:

Contractor :

Description :

Unit :

Details

Rate per unit : Rs___________________Per____________

No of units : ___________________

Total Cost : Rs________________

Prepared by me : *JE (QS&C) __________

*AGE (Contracts) __________

Notes:

1. This rate has been worked out based on details in Provisions Star rate and documentary evidence
submitted by the contractor and material & labour constants actually consumed at site.

2. Certified that vouchers submitted by the contractor have been verified from the source.

Accepted subject to approval by Engineer in charge


Competent authority ______________

Contractor___________
Date _______________

*Delete whichever is not applicable.

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 298
LIST OF DRAWINGS

Srl Sheet Date


Drawing No. Description of drawings
No. No. Original Revised
1 2 3 4 5 6
LIST OF DRAWINGS

1 CESZ/LD-139/2022 1/3 30.03.22 25.06.22 List of Drawing


2 CESZ/LD-139/2022 2/3 30.03.22 25.06.22 List of Drawing
3 CESZ/LD-139/2022 3/3 30.03.22 25.06.22 List of Drawing
SITE PLAN

4 CESZ/S-68/2022 1/6 30.03.22 - Site Plan Boundry wall, Gate &


Demolition of Fencing
5 CESZ/S-68/2022 2/6 30.03.22 - Site Plan of Road
6 CESZ/S-68/2022 3/6 30.03.22 - Site Plan of Water Supply
7 CESZ/S-68/2022 4/6 30.03.22 - Site Plan of Sewage & Treated
Water
8 CESZ/S-68/2022 5/6 30.03.22 - Site Plan of Drain
9 CESZ/S-68/2022 6/6 30.03.22 - Site Plan of E/M
TST FAMILY ACCN FOR TSTS 27 MD OFFRS INCL ADDL TOILET
10 CESZ/WD/143/AR/2022 1/6 30.03.22 25.06.22 Ground Floor Plan
11 CESZ/WD/143/AR/2022 2/6 30.03.22 25.06.22 First and Second Floor Plan
12 CESZ/WD/143/AR/2022 3/6 30.03.22 25.06.22 Roof Plan and Elevation
13 CESZ/WD/143/AR/2022 4/6 30.03.22 25.06.22
Section and Elevation
14 CESZ/WD/143/AR/2022 5/6 30.03.22 25.06.22
Ground Floor Plan (Internal
Electrification)
15 CESZ/WD/143/AR/2022 6/6 30.03.22 25.06.22 First and Second Floor Plan
(Internal Electrification)
ANCILLARIES FOR TSTS AND PERMIT OFFRS (30 NOS) INCL SPL ANCILLARIES
16 CESZ/WD-144/AR/2022 1/2 30.03.22 25.06.22Plan and Roof Plan
17 CESZ/WD-144/AR/2022 2/2 30.03.22 25.06.22Elevation, Section and Interanal
Electrifiaction Plan
SINGLE LIVING ACCN FOR 01 JCO, 05 HAV & 06 ORS (S/S) (ONE BLOCK)
18 CESZ/WD-145/AR/2022 1/2 30.03.22 25.06.22 Plan, Roof Plan and Toilet Details
19 CESZ/WD-145/AR/2022 2/2 30.03.22 25.06.22 Elevation and E/M Plans
FAMILY ACCN FOR TSTS, 32 MD JCOS INCL ADDL TOILET (G+2) (02 BLOCK)

20 CESZ/WD-146/AR/2022 1/5 30.03.22 25.06.22 Ground and First Floor Plan


21 CESZ/WD-146/AR/2022 2/5 30.03.22 25.06.22 Second Floor and Roof Plan
22 CESZ/WD-146/AR/2022 3/5 30.03.22 25.06.22
Elevations
23 CESZ/WD-146/AR/2022 4/5 30.03.22 25.06.22
Elevations, Sec and Toilet Details
24 CESZ/WD-146/AR/2022 5/5 30.03.22 25.06.22
Ground, First and Second Floor
Plan (Internal Electrification)
FAMILY ACCN FOR TSTS, 30 MD JCOS AND SINGLE LIV ACCN FOR 08 JCOS INCL ADDL TOILET
(G+2) (01 BLOCK)
25 CESZ/WD-147/AR/2022 1/5 30.03.22 25.06.22 Ground and First Floor Plan
26 CESZ/WD-147/AR/2022 2/5 30.03.22 25.06.22 Second Floor and Roof Plan
27 CESZ/WD-147/AR/2022 3/5 30.03.22 25.06.22 Elevations
28 CESZ/WD-147/AR/2022 4/5 30.03.22 25.06.22 Elevations, Section and Toilet
Details
29 CESZ/WD-147/AR/2022 5/5 30.03.22 25.06.22 Ground, First and Second Floor
Plan (Internal Electrification)

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 299
LIST OF DRAWINGS CONTD….

1 2 3 4 5 6
ANCILLARIES FOR TSTS AND PERMT JCOS (102 NO) INCL SPL ANCILLARIES (JCO MESS AND
CLUB)
30 CESZ/WD-148/AR/2022 1/2 30.03.22 25.06.22 Plan and Roof Plan
31 CESZ/WD-148/AR/2022 2/2 30`.03.22 25.06.22 Elevation Section and Internal
Electrification Plan
SINGLE LIVING ACCN FOR TST ORS INCL ADDL TOILETS (05 BLOCKS) (G+5)

32 CESZ/WD-149/AR/2022 1/15 30.03.22 25.06.22 Ground Floor Plan


33 CESZ/WD-149/AR/2022 2/15 30.03.22 25.06.22 TYP First & Second Floor Plan
34 CESZ/WD-149/AR/2022 3/15 30.03.22 25.06.22 TYP Third & Fourth Floor Plan
35 CESZ/WD-149/AR/2022 4/15 30.03.22 25.06.22 Fifth Floor Plan
36 CESZ/WD-149/AR/2022 5/15 30.03.22 25.06.22 Terrace Floor Plan
37 CESZ/WD-149/AR/2022 6/15 30.03.22 25.06.22 Roof Floor Plan & Schematic
Diagram For Fire Fighting
38 CESZ/WD-149/AR/2022 7/15 30.03.22 25.06.22 Elevation
39 CESZ/WD-149/AR/2022 8/15 30.03.22 25.06.22 Elevation
40 CESZ/WD-149/AR/2022 9/15 30.03.22 25.06.22 Elevation
41 CESZ/WD-149/AR/2022 10/15 30.03.22 25.06.22 Section and Toilet Details
42 CESZ/WD-149/AR/2022 11/15 30.03.22 25.06.22 Ground Floor Plan (Internal
Electrification)
43 CESZ/WD-149/AR/2022 12/15 30.03.22 25.06.22 TYP First and Second Floor Plan
(Internal Electrification)
44 CESZ/WD-149/AR/2022 13/15 30.03.22 25.06.22 TYP Third & Fourth Floor
Plan(Internal Electrification)
45 CESZ/WD-149/AR/2022 14/15 30.03.22 25.06.22 Firth Floor Plan(Internal
Electrification)
46 CESZ/WD-149/AR/2022 15/15 30.03.22 25.06.22 Terrace Floor Plan (Internal
Electrification)
DINING HALL AND COOK HOUSE FOR TST ORS (1271 NOS)
47 CESZ/WD-150/AR/2022 1/6 30.03.22 25.06.22 Ground Floor Plan
48 CESZ/WD-150/AR/2022 2/6 30.03.22 25.06.22 First Floor Plan
49 CESZ/WD-150/AR/2022 3/6 30.03.22 25.06.22 Roof Plan
50 CESZ/WD-150/AR/2022 4/6 30.03.22 25.06.22 Elevation
51 CESZ/WD-150/AR/2022 5/6 30.03.22 25.06.22 Ground Floor Internal Electrification
Plan
52 CESZ/WD-150/AR/2022 6/6 30.03.22 25.06.22 First Floor Internal Electrification
Plan
ANCILLARIES FOR 1271 ORS (G+1) (ONE BLOCK)
53 CESZ/WD-151/AR/2022 1/2 30.03.22 25.06.22
Ground Floor, First Floor and Roof
Plan
54 CESZ/WD-151/AR/2022 2/2 30.03.22 25.06.22 Elevation, Section and Internal
Electrification Plan
BAL OF EXIST ADMIN OFFICE INCL SPL ITEM WORK(S/S) (ONE BLOCK)
55 CESZ/WD-152/AR/2022 1/2 30.03.22 25.06.22 Plan, Roof Plan Section and
Elevation
56 CESZ/WD-152/AR/2022 2/2 30.03.22 25.06.22 Elevations, E/M Plan & Details
ADM BLDG FOR ‗R‘ CENTRE (S/S) (ONE BLOCK)
57 CESZ/WD-153/AR/2022 1/1 30.03.22 25.06.22 Plan Elevation, Roof Plan Section
and Internal Electrification Plan

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 300
LIST OF DRAWINGS CONTD….

1 2 3 4 5 6
SPL KOT (BALANCE) INCL ARMOURY (S/S) (ONE BLOCK)
58 CESZ/WD-154/AR/2022 1/1 30.03.22 25.06.22 Plan Elevation, Roof Plan Section
and Internal Electrification Plan
59 CESZ/WD-154/ST/2022 1/2 30.03.22 - Structural Foundation Plan/ Roof
60 CESZ/WD-154/ST/2022 2/2 30.03.22 - Plan and other details
MES STORAGE ACCN (S/S) (ONE BLOCK)
61 CESZ/WD-155/AR/2022 1/2 30.03.22 25.06.22
Plan and Roof Plan
62 CESZ/WD-155/AR/2022 2/2 30.03.22 25.06.22
Elevation, Section and Internal
Electrification
BALANCE ACCN OF EXIST STORAGE, DRYING & IRONING, MACHINE ROOM, MECH LAUNDRY AND
TRADEMAN SHOP (G+1) (ONE BLOCK)
63 CESZ/WD-156/AR/2022 1/3 30.03.22 25.06.22 Ground Floor and First Floor Plan
64 CESZ/WD-156/AR/2022 2/3 30.03.22 25.06.22 Elevation, Roof Plan and Section
65 CESZ/WD-156/AR/2022 3/3 30.03.22 25.06.22 Ground Floor & First Floor Plan
(Internal Electrification)
LPG STORE
66 CESZ/WD-157/AR/2022 1/1 30.03.22 25.06.22 Plan, Elevation Section, Roof Plan,
E/M Plan etc
67 CESZ/WD-157/ST/2022 1/7 25.06.22 - Structural Notes
68 CESZ/WD-157/ST/2022 2/7 25.06.22 - Structural foundation plan & other
details
69 CESZ/WD-157/ST/2022 3/7 25.06.22 - Roof plan, line plan diagram of
truss, typical section through
column, roof beam and gable beam
& detail of Toe wall and dwarf wall
70 CESZ/WD-157/ST/2022 4/7 25.06.22 - Joint details (where applicable)
71 CESZ/WD-157/ST/2022 5/7 25.06.22 - Misc Details (where applicable)
72 CESZ/WD-157/ST/2022 6/7 25.06.22 - Structural other details (where
applicable)
73 CESZ/WD-157/ST/2022 7/7 25.06.22 - Misc / typical Structural details
(where applicable)
SANITARY ANNEXE FOR ‗R‘ CENTRE (S/S) (ONE BLOCK)
74 CESZ/WD-158/AR/2022 1/1 30.03.22 25.06.22 Plan, Elevation Section, Roof Plan,
E/M Plan Details
AWD (S/S) (ONE BLOCK)
CESZ/WD-159/AR/2022 1/1 30.03.22 25.06.22 Plan, Elevation, Section, Roof Plan,
Toilet Details & Elect Plan
BALANCE OF EXISTING MI ROOM (S/S) (ONE BLOCK)
75 CESZ/WD-160/AR/2022 1/1 30.03.22 25.06.22 Plan, Roof Plan & Elevation
76 CESZ/WD-160/ST/2022 1/2 30.03.22 - Structural Foundation Plan and
other details
77 CESZ/WD-160/ST/2022 2/2 30.03.22 - Structural Truss Plan, Line Diagram
of Truss and other details
GUARD HOUSE
78 CESZ/WD-161/AR/2022 1/1 30.03.22 25.06.22 Plan, Elevation, Section, Roof Plan,
E/M Plan, ETC
SENTRY BOX
79 CESZ/WD-162/AR/2022 1/1 30.03.22 25.06.22 Plan, Elevaion, Section and other
details
80 CESZ/WD-162/ST/2022 1/1 30.03.22 - Structural Foundation Plan and
other details
COMPOUND WALL UP TO 2400 (MAX) HEIGHT
81 CESZ/WD-163/ST/2022 1/2 30.03.22 - Structural details
82 CESZ/WD-163/ST/2022 2/2 30.03.22 - Structural details

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 301
LIST OF DRAWINGS CONTD….

1 2 3 4 5 6
HARD STANDING, CHEQUERED TILE AND INTERLOCKING TILES DETAILS
83 CESZ/WD-164/AR/2022 1/1 30.03.22 -Plan, Elevation Section and other
details
ALUMINIUM WINDOWS WITH MOSQUITO PROOF (WITH ALUMINIUM GRILL) DETAILS
84 CESZ/WD-165/AR/2022 1/2 30.03.22 25.06.22 Aluminum Windows with Mosquito
85 CESZ/WD-165/AR/2022 2/2 30.03.22 25.06.22 Proof (with Aluminum Grill)
FLUSH & FLY PROOF DOORS DETAILS
86 CESZ/WD-166/AR/2022 1/3 30.03.22 05.05.22 Flush & Fly Proof Doors
87 CESZ/WD-166/AR/2022 2/3 30.03.22 05.05.22
88 CESZ/WD-166/AR/2022 3/3 30.03.22 05.05.22
BORE WELL PUMP HOUSE NO - 04 NOS
89 CESZ/WD-168/AR/2022 1/1 30.03.22 25.06.22 Plan, Roof Plan, Elevation, Section
and Internal Electrification Plan
HOT WATER SUPPLY PLANT : 1 AND PLANT : 2 - 02 NOS
90 CESZ/WD-169/AR/2022 1/1 30.03.22 25.06.22 Plan, Roof Plan, Elevation, Section
and Internal Electrification Plan
CHS PLANT ROOM FOR POCKET : 1 AND POCKET : 2 - 02 NOS
91 CESZ/WD-170/AR/2022 1/1 30.03.22 25.06.22 Plan, Roof Plan, Elevation, Section
and Internal Electrification Plan
CHS PLANT ROOM FOR POCKET : 3
92 CESZ/WD-171/AR/2022 1/3 30.03.22 25.06.22 Plan
93 CESZ/WD-171/AR/2022 2/3 30.03.22 25.06.22 Roof Plan & E/M Plan
94 CESZ/WD-171/AR/2022 3/3 30.03.22 25.06.22 Section, Elevation & Toilet Details
CHS PLANT ROOM AT POCKET 3 (224 SQM), CHS NO.4
95 CESZ/WD-171A/AR/2022 1/2 30.03.22 25.06.22 Plan. Elevation and roof plan
96 CESZ/WD-171A/AR/2022 2/2 30.03.22 25.06.22 Internal Electrification Plan
BOOSTER PUMP HOUSE
97 CESZ/WD-172/AR/2022 1/1 30.03.22 25.06.22 Plan, Roof Plan, Elevation, Section
and Internal Electrification Plan
SCHEDULE OF FINISHES
98 CESZ/WD-173/AR/2022 1/20 30.03.22 25.06.22 Schedule of Finishes
99 CESZ/WD-173/AR/2022 2/20 30.03.22 25.06.22 Schedule of Finishes
100 CESZ/WD-173/AR/2022 3/20 30.03.22 25.06.22 Schedule of Finishes
101 CESZ/WD-173/AR/2022 4/20 30.03.22 25.06.22 Schedule of Finishes
102 CESZ/WD-173/AR/2022 5/20 30.03.22 25.06.22 Schedule of Finishes
103 CESZ/WD-173/AR/2022 6/20 30.03.22 25.06.22 Schedule of Finishes
104 CESZ/WD-173/AR/2022 7/20 30.03.22 25.06.22 Schedule of Finishes
105 CESZ/WD-173/AR/2022 8/20 30.03.22 25.06.22 Schedule of Finishes
106 CESZ/WD-173/AR/2022 9/20 30.03.22 25.06.22 Schedule of Finishes
107 CESZ/WD-173/AR/2022 10/20 30.03.22 25.06.22 Schedule of Finishes
108 CESZ/WD-173/AR/2022 11/20 30.03.22 25.06.22 Schedule of Finishes
109 CESZ/WD-173/AR/2022 12/20 30.03.22 25.06.22 Schedule of Finishes
110 CESZ/WD-173/AR/2022 13/20 30.03.22 25.06.22 Schedule of Finishes
111 CESZ/WD-173/AR/2022 14/20 30.03.22 25.06.22 Schedule of Finishes
112 CESZ/WD-173/AR/2022 15/20 30.03.22 25.06.22 Schedule of Finishes
113 CESZ/WD-173/AR/2022 16/20 30.03.22 25.06.22 Schedule of Finishes
114 CESZ/WD-173/AR/2022 17/20 30.03.22 25.06.22 Schedule of Finishes
115 CESZ/WD-173/AR/2022 18/20 30.03.22 25.06.22 Schedule of Finishes
116 CESZ/WD-173/AR/2022 19/20 30.03.22 25.06.22 Schedule of Finishes
117 CESZ/WD-173/AR/2022 20/20 30.03.22 25.06.22 Schedule of Finishes

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 302
LIST OF DRAWINGS CONTD….

1 2 3 4 5 6
OVER HEAD TANK 50000 GLN CAPACITY
118 CESZ/WD-174/ST/2022 1/9 30.03.22 - General Notes
119 CESZ/WD-174/ST/2022 2/9 30.03.22 - Miscellaneous details
120 CESZ/WD-174/ST/2022 3/9 30.03.22 - Elevation, Str Section with other
details
121 CESZ/WD-174/ST/2022 4/9 30.03.22 - Str Plans and other details
122 CESZ/WD-174/ST/2022 5/9 30.03.22 - Str Plans and Schedules
123 CESZ/WD-174/ST/2022 6/9 30.03.22 25.06.22 Section details of Top Dome Tank
with Other details
124 CESZ/WD-174/ST/2022 7/9 30.03.22 - Str Plans of Top & Bottom Dome
with other details
125 CESZ/WD-174/ST/2022 8/9 30.03.22 - Typical Plan of Ladder with Position
of Pipes with other details of
Landing Slabs
126 CESZ/WD-174/ST/2022 9/9 30.03.22 - Miscellaneous Details
50000 GALLON CAP UG SUMP
127 CESZ/WD-175/ST/2022 1/5 30.03.22 - General Notes
128 CESZ/WD-175/ST/2022 2/5 30.03.22 - Plan, Roof Plan of Dome & Along
Side vent Details & Section AA,
Through Wall
129 CESZ/WD-175/ST/2022 3/5 30.03.22 - Reinforcement Plant at Bottom &
Top of RCC Circular Raft & Dome
Reinforcement Plan with other
Details
130 CESZ/WD-175/ST/2022 4/5 30.03.22 - Section At BB, Fixing Details Of
Ladder at Top & Bottom
131 CESZ/WD-175/ST/2022 5/5 30.03.22 - Details of Suction PIT, RCC Vent,
Cross Section of Drain & Other
Misc Details
MISC STRUCTURAL DRAWINGS
132 CESZ/WD-177/ST/2022 1/2 30.03.22 - Structural Notes
133 CESZ/WD-177/ST/2022 2/2 30.03.22 - Misc/Typical Strl Truss Details
TYPICAL DETAIL DRAWINGS
134 CESZ/TD-1000/2011 1/1 01.12.11 - Architectural Notes (For TD Drgs)
135 CESZ/TD-1005/2011 1/1 01.12.11 - Schedule of Fittings
136 CESZ/TD-1020/2011 1/2 01.12.11 - Details of MS Grill & Guard Bars
137 CESZ/TD-1020/2011 2/2 01.12.11 - Details of MS Grill & Guard Bars
138 CESZ/TD-1027/2011 1/1 01.12.11 - Typical detail of cupboard (Wooden
Frame)
139 CESZ/TD-1030/2011 1/1 01.12.11 - Cup Board with Loft (CB-3)
140 CESZ/TD-267/2001 1/1 01.12.11 - Typical detail of RCC 03 Tier and
02 Tier Shelves
141 CESZ/TD-1040/2001 1/1 01.12.11 - Side Board (Bulid in)
142 CESZ/TD-1043/2011 1/1 01.12.11 - Typical drg of fire point
143 CESZ/TD-1048/2011 1/1 01.12.11 - Detail of Fan hook, CI Box (Plan &
Section)
144 CESZ/TD-1050/2011 1/1 01.12.11 - False Ceiling details
145 CESZ/TD-1053/2011 1/1 01.12.11 - Chain Link Fencing
146 CESZ/TD-1060/2011 1/1 01.12.11 - Functional height of Toilet/Lavatory
fitting

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 303
LIST OF DRAWINGS CONTD….
1 2 3 4 5 6
147 CESZ/TD-1061/2011 1/1 01.12.11 - Typical detail of RCC 03 Spun Pipe
(Hume Pipe) Culverts
148 CESZ/TD-1067/2011 1/1 01.12.11 - Detail of wall pegs curtain rod and
pelmet box (wooden)
149 CESZ/TD-1068/2011 1/1 01.12.11 - Details of Pelmet Box and curtain Rod
150 CESZ/TD-1069/2011 1/2 01.12.11 - Inspection Pit.
151 CESZ/TD-1069/2011 2/2 01.12.11 - Inspection Pit.
152 CESZ/TD-1071/2011 1/1 01.12.11 - Typical Details Road, Path, Hard
Standing etc.
153 CESZ/TD-1072/2011 1/1 01.12.11 - Typical details of 7.32m (24.00) wide
road with footpath
154 CESZ/TD-1073/2011 1/1 01.12.11 - Typical details of footpath (Brick)
155 CESZ/TD-1074/2011 1/1 01.12.11 - Typical details of Ramp (Stone)
156 CESZ/TD-1075/2011 1/1 01.12.11 - Concealed RWP Parapet Grating and
Roof Projection
157 CESZ/TD-1077/2011 1/1 01.12.11 - Man Holes (Brick /Stone)
158 CESZ/TD-1078/2011 1/1 01.12.11 - Soak Well/Soak pit
159 CESZ/TD-1079/2011 1/1 01.12.11 - Septic Tanks 5 To 10 User (With 50CM
Earth Cover on Top)
160 CESZ/TD-1081/2011 1/1 01.12.11 - Valve pit (Brick /Stone)
161 CESZ/TD-1083/2011 1/1 01.12.11 - WHB with Mirror Through Type and
Urinal Partition
162 CESZ/TD-1084/2011 1/1 01.12.11 - WHB, Soap Niche, Sunk Slab &
Skirting/DADO.
163 CESZ/TD-1087/2011 1/5 01.12.11 - Structural notes
164 CESZ/TD-1087/2011 2/5 01.12.11 - Structural notes
165 CESZ/TD-1087/2011 3/5 01.12.11 - Structural notes
166 CESZ/TD-1087/2011 4/5 01.12.11 - Structural notes
167 CESZ/TD-1087/2011 5/5 01.12.11 - Structural notes
168 CESZ/TD-1088/2011 1/2 01.12.11 - Typical details of seismic reinforcement
for zone IV & V, brick & stone masonry
169 CESZ/TD-1088/2011 2/2 01.12.11 - Typical details of seismic reinforcement
for zone IV & V, brick & stone masonry
170 CESZ/TD-1089/2011 1/1 01.12.11 - Typical details of RCC Lintels & cross
section of RCC Lintels
171 CESZ/TD-1090/2011 1/1 01.12.11 - Typical foundation details of steps,
Ramp, Dwarf wall and Partition wall etc.

172 CESZ/TD-1091/ST/2011 1/1 01.12.11 - Typical details of Footing, Plang & L-Sec
of beam Lintel Slab and Col details
173 CESZ/TD-1091/ST/2011 1/1 01.12.11 - Typical details of Footing, Plang & L-Sec
of beam Lintel Slab and Col details
174 CESZ/TD/ST-1092/2011 1/6 01.12.11 - Typical details of Trusses Apart up to 4
mtrs.
175 CESZ/TD/ST-1092/2011 2/6 01.12.11 - Typical details of Trusses Apart up to 4
mtrs.
176 CESZ/TD/ST-1092/2011 3/6 01.12.11 - Typical details of Trusses Apart up to 4
mtrs.
177 CESZ/TD/ST-1092/2011 4/6 01.12.11 - Typical details of Trusses Apart up to 4
mtrs.
178 CESZ/TD/ST-1092/2011 5/6 01.12.11 - Typical details of Trusses Apart up to 4
mtrs.
179 CESZ/TD/ST-1092/2011 6/6 01.12.11 - Typical details of Trusses Apart up to 4
mtrs.
180 CESZ/TD-1093/2011 1/1 01.12.11 - Typical detail of crumple section
181 CESZ/TD-1094/2011 1/1 01.12.11 - Cross section of PCC drain, RR masonry
drain

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 304
LIST OF DRAWINGS CONTD….
1 2 3 4 5 6
182 CESZ/TD-1096/2011 1/6 01.12.11 - Gen Engineering notes &
construction detail for pent roof
183 CESZ/TD-1096/2011 2/6 01.12.11 - Gen Engineering notes &
construction detail for pent roof
184 CESZ/TD-1096/2011 3/6 01.12.11 - Gen Engineering notes &
construction detail for pent roof
185 CESZ/TD-1096/2011 4/6 01.12.11 - Gen Engineering notes &
construction detail for pent roof
186 CESZ/TD-1096/2011 5/6 01.12.11 - Gen Engineering notes &
construction detail for pent roof
187 CESZ/TD-1096/2011 6/6 01.12.11 - Gen Engineering notes &
construction detail for pent roof
188 CESZ/TD-1097/2011 1/4 01.12.11 - Gen Engineering notes &
construction detail for flat RCC roof
189 CESZ/TD-1097/2011 2/4 01.12.11 - Gen Engineering notes &
construction detail for flat RCC roof
190 CESZ/TD-1097/2011 3/4 01.12.11 - Gen Engineering notes &
construction detail for flat RCC roof
191 CESZ/TD-1097/2011 4/4 01.12.11 - Gen Engineering notes &
construction detail for flat RCC roof
192 CESZ/TD-1103/2011 1/1 01.12.11 - Typical details of LT Electrical
fittings.
193 CESZ/TD-1104/2011 1/2 01.12.11 - Typical details of HT Electrical
fittings.
194 CESZ/TD-1104/2011 2/2 01.12.11 - Typical details of HT Electrical
fittings.
195 CESZ/TD-1105/2011 1/3 01.12.11 - E-in-Cs TD No 3 of 1986 (R) Electric
Fittings
196 CESZ/TD-1105/2011 2/3 01.12.11 - E-in-Cs TD No 3 of 1986 (R) Electric
Fittings
197 CESZ/TD-1105/2011 3/3 01.12.11 - E-in-Cs TD No 3 of 1986 (R) Electric
Fittings
198 CESZ/TD-1106/2011 1/1 01.12.11 - Switch Box & Meter Box
199 CESZ/TD-1111/2011 1/1 01.12.11 - Water Meter Box

200 CESZ/TD-16/2016 1/2 30.06.16 07.03.22 Symbols & Descriptions of Schedule


of Finishes
201 CESZ/TD-16/2016 2/2 30.06.16 07.03.22 Symbols & Descriptions of Schedule
of Finishes
202 CESZ/TD-1115/2011 1/4 01.12.11 - Typical Details of Steel Gate 3.6M
wide & Compound Wall 1500HT
203 CESZ/TD-1115/2011 2/4 01.12.11 - typical Details of Steel Gate 3.6M
wide & Compound Wall 1500HT
204 CESZ/TD-1115/2011 3/4 01.12.11 - typical Details of Steel Gate 3.6M
wide & Compound Wall 1500HT
205 CESZ/TD-1115/2011 4/4 01.12.11 - typical Details of Steel Gate 3.6M
wide & Compound Wall 1500HT
206 CESZ/TD-1116/2011 1/2 01.12.11 - typical Details of Steel Gate with
fencing 3.65 – 5.50M Wide
207 CESZ/TD-1116/2011 2/2 01.12.11 - typical Details of Steel Gate with
fencing 3.65 – 5.50M Wide
208 CESZ/TD-42/ST/2022 1R/1 05.2022 - Details of Manhole (wherever
applicable)
209 CESZ/TD-43/ST/2022 1/1 16.03.22 - Typical Details of RCC Drain –
Cross section of RCC drain 600-900
wide

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 305
LIST OF DRAWINGS CONTD….
1 2 3 4 5 6
210 CESZ/TD-24/ST/2017 1/1 18.01.17 13.02.17 Typical Details of Steel Gate with
wicket Gate 03 Mtr High
211 CESZ/TD-02/ST/2015 1/1 22.02.15 23.06.15 Typical Details of Static Tank
212 CESZ/TD-1085/2011 1/3 01.12.11 - Washing Platform, Plans Section
and details
213 CESZ/TD-1085/2011 2/3 01.12.11 - Washing Platform, Plans Section
and details
214 CESZ/TD-1085/2011 3/3 01.12.11 - Washing Platform, Plans Section
and details
215 CESZ/TD-1119/ST/2011 1/1 01.12.11 - Garbage Bin
216 CESZ/TD-1062/2011 1/1 01.12.11 - Incinerator
217 CESZ/SK-316/1999 1/1 20.03.98 24.08.09 Standard Sports Dimensions
218 CESZ/TD-1120/2011 1/2 01.12.11 - Road Sign Board Type A and B
219 CESZ/TD-1120/2011 2/2 01.12.11 - Road Sign Board Type C
220 CESZ/TD-1028/2011 1/2 01.12.11 - Cupboard with angle iron section &
MS hook details
221 CESZ/TD-1028/2011 2/2 01.12.11 - Cupboard with angle iron section &
MS hook details
222 CEDZ/TD-1057/2011 1/2 01.12.11 - Typical detail of Flag Staff with base
and alarm post
223 CEDZ/TD-1057/2011 2/2 01.12.11 - Typical detail of Flag Staff with base
and alarm post
224 CESZ/TD-48/2022 1/1 15.03.22 - Typical Details of Toe Wall
225 CESZ/TD/49/2022 1/2 15.03.22 - Typical Details of steel doors for
KOTE / guard room etc
226 CESZ/TD/49/2022 2/2 15.03.22 - Typical Details of steel doors for
KOTE / guard room etc
227 CESZ/TD/50/2022 1/1 15.03.22 - Details of MS railing with Wdn Hand
Railing and cable duct, MS railing
with MS hand railing and steel railing
228 CESZ/TD/1049/2011 1/1 01.12.11 - Typical Detail of ceiling gyp board
ceiling with GI Frame (Grid 600 x
600 mm)
229 CESZ/TD/1051/2011 1/1 01.12.11 - Typical Detail of service counter and
grating
230 CESZ/TD/1014/2011 1/1 01.12.11 - Typical Detail of PVC Doors
231 CESZ/TD/1117/2011 1/2 01.12.11 - Typical Detail of Bar counter
232 CESZ/TD/1117/2011 2/2 01.12.11 - Typical Detail of Bar counter
233 CESZ/TD/1007/2011 1/3 01.12.11 - Aluminium Doors & Windows
234 CESZ/TD/1007/2011 2/3 01.12.11 - Aluminium Doors & Windows
235 CESZ/TD/1007/2011 3/3 01.12.11 - Aluminium Doors & Windows
236 CESZ/TD/1022/2011 1/3 01.12.11 - Aluminium Windows & Ventilator --
Elevations
237 CESZ/TD/1022/2011 2/3 01.12.11 - Aluminium Windows & Ventilator –
Details
238 CESZ/TD/1022/2011 3/3 01.12.11 - Aluminium Windows & Ventilator –
Grills details
239 CESZ/TD/1039/2011 1/1 01.12.11 - Typical detail of RCC 3 tier & 2 tier
shelves
240 CESZ/TD/1086/2011 1/1 01.12.11 - Typical detail of sink / draining board
& Water proofing treatment on
sunken slab.

241 CESZ/TD/1114/2011 1/2 01.12.11 - Steel Gate (3600 to 5400 wide) –


Plan, Elevation, Section & Details
242 CESZ/TD/1114/2011 2/2 01.12.11 - Steel Gate (3600 to 5400 wide) –
Plan, Elevation, Section & Details

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 306
LIST OF DRAWINGS CONTD….
NOTES :-

1. Contractor to check and verify all the dimension before execution of the work.
2. All the dimension shown are in millimeter unless otherwise specified.
3. Figured dimensions shall be followed.
4. Executive authority shall check the drawings before taking execution in hand.
5. All the structural element like column beams, slab etc. shall be laid down as per structural drawings
irrespective of whatever shown in architectural drawings.
6. Executive on site shall ensure the buildings are oriented as per the north direction shown in the site
plan/main plan.
7. The details shown in any drawings shall be deemed to be included in the scope of work, even if the
same / connected/ related details are not marked in other related drawings.
8. Drawings listed at serial No. 04 to 09 of this list are not being up-loaded and the same can be
referred by the tenderers in the office of Accepting Officer/ GE on any working day during working
hours.
9. Serial Drawing No 134 to 242 are part of TD/STD folder and as such the same are not being
uploaded

(Signature of the Contractor) SSW


Dated_______________ For Accepting Officer

Contd/…
CA No. CESZ- /2022-23 Serial Page No. 307 to 356

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


FOR LUMP SUM CONTRACTS (IAFW-2159)

1. A copy of the MES GENERAL CONDITIONS OF CONTRACTS (IAFW-2249: Print-1989) with


Errata and Amendments has been supplied to me/us and is in my/our possession. I/We have read
and understood the Provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS
before submission of this tender and I/We agree that I/We shall abide by the terms and conditions
thereof.

2. It is hereby further agreed and declared by me/us, that the MES General Conditions of
Contracts (IAFW-2249: Print - 1989) including Condition 70 thereof pertaining to settlement of
disputes by Arbitration containing 33 pages with errata 1 to 20 and Amendment Nos.1 to 48 form
part of these tender documents.

3. Delete the existing descriptions of Condition 70 of IAFW – 2249 and insert as under: -
―70. Arbitration.

(a) Arbitration Where Applicability of Section 12 (5) of the Arbitration and Conciliation Act
Has Been Waived Off:-

All disputes, between the parties to the Contract (other than those for which the decision of
the CWE or any other person is by the Contract expressed to be final and binding) shall, after written
notice by either party to the Contract to the other of them, be referred to the Arbitral Tribunal of a Sole
Arbitrator (in case of contract sum less than or equal to Rs 100 Crore) or to Arbitral Tribunal of three
Arbitrators (in case of contract sum exceeding Rs 100 Crore) from MoD Panel of Arbitrators. The
officers so considered for appointment of Arbitrator, either as sole Arbitrator or for Arbitral Tribunal,
shall be having degree in Engineering or equivalent or having passed Final/Direct Final Examination
of Sub-Division II of Institution of Surveyor (India) or similar other Institutes recognised by the
Government of India.
In case of arbitration by Sole Arbitrator, the Arbitrator shall be appointed by the Authority
mentioned in the contract document within a period of thirty days of having received the notice from
any of the parties to Contract, out of MoD Panel of Arbitrators. In case of Arbitral Tribunal consisting
of panel of three Arbitrators, both the parties will be asked by the Appointing Authority to suggest at
least two names out of MoD Panel of Arbitrators within thirty days. The Appointing Authority will
appoint two Arbitrators, one Arbitrator each out of the suggested names. The two Arbitrators so
appointed will select one Arbitrator from the MoD Panel of Arbitrators who will be the „Presiding
Arbitrator‟. The Serving Officer(s) so appointed as Arbitrator(s), either as Sole Arbitrator or as one of
the three Arbitrators in the Arbitral Tribunal, can continue as Arbitrator even after retirement, provided
both the parties to the Contract give written consent to this effect. In such case, however, the
Arbitrator shall not be entitled for any fee even after retirement.

(b) Arbitration Where Applicability of Section 12 (5) of Arbitration & Conciliation Act Has
Not Been Waived Off: -
All disputes, between the parties to the Contract (other than those for which the decision of
the CWE or any other person is by the Contract expressed to be final and binding) shall, after written
notice by either party to the Contract to the other of them, be referred to the Arbitral Tribunal of a Sole
Arbitrator (in case of contract sum less than or equal to Rs 100 Crore) or to Arbitral Tribunal of three
Arbitrators (in case of contract sum exceeding Rs 100 Crore). The Officers so considered for
appointment as Arbitrator, either as Sole Arbitrator or for Arbitral Tribunal, shall be having degree in
Engineering or equivalent or having passed Final/Direct Final Examination of Sub Division II of
Institution of Surveyor (India) or similar other Institutes recognised by the Government of India.
CA No. CESZ- /2022-23 Serial Page No. 357

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


FOR LUMP SUM CONTRACTS (IAFW-2159)

In case of arbitration by sole Arbitrator, the Arbitrator shall be appointed by the authority
mentioned in the contract document from the MoD Panel of Arbitrators within a period of thirty days of
having received the notice from any of the parties to Contract. In case of Arbitral Tribunal consisting of
panel of three Arbitrators, both the parties shall be asked by the Appointing Authority to suggest at
least two names out of MoD Panel of Arbitrators within thirty days. The Appointing Authority will
appoint two Arbitrators, one Arbitrator each out of the suggested names. The two Arbitrators so
appointed shall select one Arbitrator from the MoD Panel of Arbitrators who will be the „Presiding
Arbitrator‟

(c) Common For All Arbitration: -


Unless both parties agree in writing, such reference shall not take place until after the
completion or alleged completion of the works or termination or determination of the contract under
Condition Nos 55, 56 and 57 hereof.
Provided that in the event of abandonment of the works or cancellation of the Contract under
Condition No 52, 53 or 54 here of, such reference shall not take place until alternative arrangements
have been finalised by the Government to get the works completed by or through any other
Contractor or Contractors or Agency or Agencies.
Provided always that commencement or continuance of any arbitration proceeding here under
or otherwise shall not in any manner militate against the Government‟s right of recovery from the
Contractor as provided in Condition 67 hereof.
If the sole Arbitrator or one or more Arbitrators of the Arbitral Tribunal so appointed resign(s)
from his/her appointment or vacate(s) his/her office or in unable or unwilling to act due to any reason
whatsoever, the Authority appointing him/her will appoint a substitute Arbitrator to act in his/her place
in the manner specified here-in-above. In case the Arbitrator resigning in this manner is the Presiding
Arbitrator, the other two Arbitrators of the Arbitral Tribunal shall appoint the substitute Presiding
Arbitrator.
The Arbitral Tribunal may proceed with the arbitration, exparte, if either party, inspite of a
notice from the arbitrator fails to take part in the proceedings.
The Arbitral Tribunal may from time to time with the consent of the parties, enlarge the time
for making and publishing the award subject to the limit laid down in the Arbitration & Conciliation Act
1996 as amended up to the date on which arbitration proceedings commence.
The Arbitral Tribunal shall make the award within the period as provided in the Arbitration &
Conciliation Act 1996 (as amended up to the date on which arbitration proceedings commence) from
the date of entering on the reference or within the extended period as the case may be on all matters
referred to it and shall indicate findings along with sums awarded separately on each individual item
of dispute. The Arbitral Tribunal shall give reason for the award in each and every case irrespective of
the value of claims or counterclaims.
The venue of Arbitration shall be such place or place or places as may by fixed by the Arbitral
Tribunal in its sole discretion.
The Award of the Arbitral Tribunal shall be final and binding on both parties to the Contract.

(Signature of the Contractor) SSW


Dated_______________ For Accepting Officer

Contd.....
CA No. CESZ- /2022-23 Serial Page No. 358 to 366

SCHEDULE OF MINIMUM FAIR WAGES

It is hereby agreed that the “Schedule of Minimum fair wages” (SMFW) as published vide
Government of India (Ministry of Labour) Notification vide their letter No S.O.113(E) .dated 28th Jan
2002 comprising 9 pages form part of these tender documents.

My/Our signature here under amount to my/our having signed the aforesaid documents forming part
of this tender.

Note :- Schedule of Minimum Fair Wages referred to above is available for reference in the office of
HQ Chief Engineer 31 Zone, Pin-914631, C/O 56 APO/any lower formation under this Zone

(Signature of the Contractor) SSW


Dated_______________ For Accepting Officer

You might also like