Tender Docs
Tender Docs
NAME OF WORK: PROVN OF OTM AND ALLIED INFRA IN DESIGN & BUILD BASIS AT TRANSIT CAMP
AT OLD AIRFIELD SRINAGAR
1 2 3
1. Index Page 1
4. Notice of tender (IAFW-2162) including Appendix ‗A‘ & amendment thereto if any 6 to 15
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
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
Total No of Pages:
CONTD/…
CA No. CESZ- /2022-23 Serial Page No 2
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.
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.
Yours‘ faithfully,
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.
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.
Yours‘ faithfully,
CONTD/…
CA No. CESZ- /2022-23 Serial Page No 5
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).
CONTD/…
CA No. CESZ- /2022-23 Serial Page No 6
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
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.
CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 8
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.
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.
CONTD/…
CA No. CESZ- /2022-23 Serial Page No 7
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.
CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 8
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.
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.
CONTD/…
CA No. CESZ- /2022-23 Serial Page No. 11
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
(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
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
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
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
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,
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.
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.
8.1 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.
9.1 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.
(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.
10.1 MoD has appointed the following Independent External Monitors for this pact in consultation with the
Central Vigilance Commission: -
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
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
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,
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.
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.
8.1 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.
9.1 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
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.
CONTD/…
CA No. CESZ- /2021-22 Serial Page No. 24
ANNEXURE-III to NIT
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.
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
CONTD/…
CA No. CESZ- /2021-22 Serial Page No. 22
ANNEXURE-II to NIT
JOINT VENTURE AGREEMENT
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.
(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:-
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.
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.
(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).
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.
(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).
(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):-
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
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.
CONTD/…
CA NO: CESZ- /2020-21 Serial Page No 44
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
Total amount of Sch ‘A’ Part-I carried over to BOQ under Srl item No. 2.01 46260500.00
Contd...
CA NO: CESZ- /2020-21 Serial Page No 45
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
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
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.
Total amount of Sch ‘A’ Part-II carried over to BOQ under Srl item No. 2.02 4568905.44
Contd...
CA NO: CESZ- /2020-21 Serial Page No 48
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.
Contd...
CA NO: CESZ- /2020-21 Serial Page No 49
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
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
Contd...
CA NO: CESZ- /2020-21 Serial Page No 50
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.
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
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
Contd...
CA NO: CESZ- /2020-21 Serial Page No 52
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.
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.
Contd...
CA NO: CESZ- /2020-21 Serial Page No 53
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.
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
1 2 3 4 5 6 7 8
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.
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
Total amount of Sch ‘A’ Part-V carried over to BOQ under Srl item No.2.05 41674603.98
Contd...
CA NO: CESZ- /2020-21 Serial Page No 55
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.
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.
Contd...
CA NO: CESZ- /2020-21 Serial Page No 56
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
Contd...
CA NO: CESZ- /2020-21 Serial Page No 57
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.
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.
Contd...
CA NO: CESZ- /2020-21 Serial Page No 58
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.
Contd...
CA NO: CESZ- /2020-21 Serial Page No 59
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.
Total amount of Sch ‘A’ Part-VII carried over to BOQ under Srl item No. 2.07 12887313.05
Contd...
CA NO: CESZ- /2020-21 Serial Page No 60
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.
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
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
1 2 3 4 5 6 7 8
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
Contd...
CA NO: CESZ- /2020-21 Serial Page No 63
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
Contd...
CA NO: CESZ- /2020-21 Serial Page No 64
1 2 3 4 5 6 7 8
Total amount of Sch ‘A’ Part-IX carried over to BOQ under Srl item No. 2.09 13482417.00
Contd...
CA NO: CESZ- /2020-21 Serial Page No 65
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
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
Contd...
CA NO: CESZ- /2020-21 Serial Page No 67
1 2 3 4 5 6 7 8
Contd...
CA NO: CESZ- /2020-21 Serial Page No 68
1 2 3 4 5 6 7 8
Contd...
CA NO: CESZ- /2020-21 Serial Page No 69
1 2 3 4 5 6 7 8
Contd...
CA NO: CESZ- /2020-21 Serial Page No 70
1 2 3 4 5 6 7 8
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).
1 2 3 4 5 6 7 8
Contd...
CA NO: CESZ- /2020-21 Serial Page No 72
1 2 3 4 5 6 7 8
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
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
Contd...
CA NO: CESZ- /2020-21 Serial Page No 74
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
Contd...
CA NO: CESZ- /2020-21 Serial Page No 75
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.
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
Contd...
CA NO: CESZ- /2020-21 Serial Page No 76
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
Total amount of Sch ‘A’ Part-XII carried over to BOQ under Srl item No. 2.12 309452.10
Contd...
CA NO: CESZ- /2020-21 Serial Page No 77
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.
Total amount of Sch ‘A’ Part-XIII carried over to BOQ under Srl item No. 2.13 20708.83
Contd...
CA No. CESZ- /2022-23 Serial Page No. 78
SCHEDULE ‗A‘ PART-XIV TO PART- XXXVII
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 80
4 Stage-VI: Roof Trusses, purlins, Sheet Roofing, roofing fasteners and truss. 24.00%
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
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
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
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 -----------------------------------------
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)
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 84
IN LIEU OF IAFW-2159 (REVISED)
GENERAL SUMMARY
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.
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.
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.
(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.
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 :
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…
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.
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.
(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:
Variation in prices of cement shall be worked out by applying the following formula:-
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.
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:
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.
(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:
Variation in prices of other materials (except cement & steel) shall be worked out by applying the
following formula:-
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.
Notes :-
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.
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.
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) .
24.2 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
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.
(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.
30.1 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.
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:-
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.
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.
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.
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.
(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,.
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.
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.
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) .
24.2 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
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.
(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.
30.1 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.
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:-
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.
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.
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.
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.
(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,.
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.
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.
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 *
_________________________________________________________________________
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 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
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.
Manager
(Rank)
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
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
(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
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 112
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 113
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
(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.
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 115
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
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
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 118
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: -
(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
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 119
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
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 121
(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.
4.7.1.1 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
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.
4.7.5.1 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:
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
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
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:-
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 125
(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.
(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.
4.16.2 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.
4.17.2 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
4.19.2 The edges of RCC shelves shall be rounded off to a minimum radius of 5mm.
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 127
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.
5.1.3 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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 128
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.
5.6.2 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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 129
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.
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.
7.4 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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 130
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.
7.7.2 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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 131
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.
7.9.2 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
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.
8.2 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.
8.4 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 :
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 133
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 134
9.2.20 BLANK
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 135
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
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.
(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
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.
10.7.2 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.
10.11.2 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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 138
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
10.10 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.
(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
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 140
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
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.
(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
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 143
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
(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.
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.
13.1.8 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
13.9 BLANK
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
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.
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
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.
16.8.2 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
10C.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 148
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
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
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
(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.
(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
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.
(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.
(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.
(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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 153
(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.
18.3.8 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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 154
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.
18.4 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
(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.
18.5.3 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.
(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.
18.5.9 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
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.2.1 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
S No Description : Details
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 159
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
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
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 161
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
S No Description : Details
(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
(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:-
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
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.
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
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
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
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
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
(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
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.
24.7.1 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
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.
2. The price adjustment shall be carried out through a proper deviation order.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 180
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.
25.3 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.
25.5 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.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
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 182
(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
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 183
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.
29.3.2 CUTTING, LAYING, JOINTING AND TESTING OF CI PRESSURE PIPE AND FITTING:-
Refer clause 18.47 and 18.48 of MES Schedule Part-I.
29.3.6 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
(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.
30.2 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
(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.
30.2.14 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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 186
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.
30.4.2 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.
30.5.2 „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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 187
(c) LT cables, XLPE insulated and PVC sheathed shall be with multistranded aluminium conductors, heavy
duty armoured and IS-7098 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.
30.8.3 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
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 189
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
30.18 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.
30.20.2 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
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.
24.7.1 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
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.
2. The price adjustment shall be carried out through a proper deviation order.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 180
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.
25.3 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.
25.5 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.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
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 182
(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
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 183
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.
29.3.2 CUTTING, LAYING, JOINTING AND TESTING OF CI PRESSURE PIPE AND FITTING:-
Refer clause 18.47 and 18.48 of MES Schedule Part-I.
29.3.6 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
(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.
30.2 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
(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.
30.2.14 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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 186
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.
30.4.2 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.
30.5.2 „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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 187
(c) LT cables, XLPE insulated and PVC sheathed shall be with multistranded aluminium conductors, heavy
duty armoured and IS-7098 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.
30.8.3 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
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 189
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
30.18 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.
30.20.2 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
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
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.
(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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 192
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
30.24.2 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
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.
(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.
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
(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
(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.
(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
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.
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 197
(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)
(b) Balance of existing MI room Single storey (Item No 1 of Schedule „A‟ Part-I)
(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)
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 198
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 199
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.
37.9.2 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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 200
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 201
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.
37.25 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.
37.28.1 ACCESSORIES
1 No. Mono block type automatic burner complete with fuel pump, sequence controller, and other safeties etc.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 202
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 203
37.35.3.2 The various parameters that shall be measured / tested are as under:-
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 204
(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
(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.
____________________ ______________________
Dated :______________
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 206
DATA SHEET
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
(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.
38.4.2 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.
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.
(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.
38.7 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
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
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.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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 210
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.6.2 CENTRIFUGE
Maximum speed : 3200 rpm
Maximum centrifuge force : 1600 x G.
Maximum capacity : 6 x 15 ml
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 211
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.
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
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.
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.
____________________ ______________________
Dated :______________
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 213
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
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
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
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
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
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 218
DON‘T‘s
(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:-
(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
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.
39.19.1 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
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
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 221
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.
39.23.1 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.
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.
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.
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
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.
39.29.1 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.
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.
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.
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
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 224
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.
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.
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.
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.
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.
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 225
(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.
(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
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.
39.38.1 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.
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.
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.
A “SMOKING IS STRICTLY PROHIBITED” sign on stainless steel plate shall be supplied and surface mounted
on the front return panel in each Elevator.
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.
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
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.
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.
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 228
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‟.
(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.
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
(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
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
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
(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.
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 245
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
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.
43.5.2 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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 247
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).
46.1.3.2 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
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.
47.2 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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 249
APPENDIX ‗A‘
Le
Auto
Time
Anhydride
Time
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
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 250
Contract No :
NAME OF WORK :
Control No : _______________________
dated______________
Details of Purchase
Particulars of Manufacturer
Details of supplier (if any)
No and date
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
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 251
APPENDIX ‗C‘
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 252
APPENDIX ‗D‘
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).
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
(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
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 255
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 256
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 257
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 258
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 259
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 260
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 261
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 262
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
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 263
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
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
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 264
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
APPENDIX ‗D‘
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).
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
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 255
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 268
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 270
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 271
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 272
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
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 274
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 275
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 276
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 277
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 278
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 265
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 280
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 281
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 282
PARTICULAR SPECIFICATION (Contd)
Appendix ‗E-1‘
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)
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
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
(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
(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
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.
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.
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 290
PARTICULAR SPECIFICATION (Contd)
APPENDIX `F'
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
PART-I
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
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
PART-II
Approved by CWE
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 294
PARTICULAR SPECIFICATION (Contd)
APPENDIX `H'
Contractor :
Approved______________________________________________ Date____________
(Officer competent to approve star rate GE/CWE/CE as the case may be)
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 295
PARTICULAR SPECIFICATION (Contd)
APPENDIX `J'
Contractor :
Description :
Unit :
Details
No of units : ___________________
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
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 296
PARTICULAR SPECIFICATION (Contd)
APPENDIX `K'
Contractor :
Approved______________________________________________ Date____________
(Officer competent to approve star rate GE/CWE/CE as the case may be)
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 297
PARTICULAR SPECIFICATION (Contd)
APPENDIX `L'
Contractor :
Description :
Unit :
Details
No of units : ___________________
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.
Contractor___________
Date _______________
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 298
LIST OF DRAWINGS
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)
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
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.
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
Contd/…
CA No. CESZ- /2022-23 Serial Page No. 307 to 356
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
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‟
Contd.....
CA No. CESZ- /2022-23 Serial Page No. 358 to 366
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