contents - aws

166
CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 1 Signature of Contractor Dy Dir (Contracts) CONTENTS MILITARY ENGINEER SERVICES E-TENDER FOR PROVN OF OTM ACCN FOR MDC AT GWALIOR SN Description Pages From To 1 2 3 4 1 Contents 1 1 2 Forwarding letter, instructions for filling and submission of tender 2 6 3 Notice of tender including Appendix ‘A’ and amendment to Appendix ‘A’ to Notice of tender. 7 12 4 Tender and lump sum contracts for works IAFW-2159 (Revised 1947) 13 68 5 General conditions of contracts IAFW-2249 (1989 print) & its errata and amendments. 69 127 6 Schedule of Minimum wages. 7 Special conditions including Annexure I 128 144 8 Particular specifications including list of drawings, Appendix ‘A’, ‘B’ & ‘C’ & yard stick 145 9 Errata/Amendments to tender documents 10 Relevant correspondence 11 Acceptance letter Total Pages = Total Drawings =

Upload: khangminh22

Post on 13-Mar-2023

4 views

Category:

Documents


0 download

TRANSCRIPT

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 1

Signature of Contractor Dy Dir (Contracts)

CONTENTS MILITARY ENGINEER SERVICES

E-TENDER FOR PROVN OF OTM ACCN FOR MDC AT GWALIOR

SN Description Pages

From To

1 2 3 4 1 Contents 1 1

2 Forwarding letter, instructions for filling and submission of

tender

2 6

3 Notice of tender including Appendix ‘A’ and amendment to

Appendix ‘A’ to Notice of tender.

7 12

4 Tender and lump sum contracts for works IAFW-2159

(Revised 1947)

13 68

5 General conditions of contracts IAFW-2249 (1989 print) & its

errata and amendments.

69

127

6 Schedule of Minimum wages.

7 Special conditions including Annexure I 128 144

8 Particular specifications including list of drawings, Appendix

‘A’, ‘B’ & ‘C’ & yard stick

145

9 Errata/Amendments to tender documents

10 Relevant correspondence

11 Acceptance letter

Total Pages =

Total Drawings =

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 2

Signature of Contractor Dy Dir (Contracts)

Tele Civ: 0755-2646748 Headquarters FAX No: 0755-2646749/53 Chief Engineer Bhopal Zone E-mail: [email protected] Military Engineer Services Sultania Infantry Lines, Bhopal Pin -900236 c/o 56 APO 800447/GWL / 34 /E8 07 Jun 2018

NAME OF WORK : PROVN OF OTM ACCN FOR MDC AT GWALIOR

1. Tender documents in respect of above work are uploaded on the site

www.defproc.gov.in The tender is on single stage two cover e-tendering system. The contents

of Cover I & Cover II 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 tender/bid.

3. Bid will be opened on due date and time fixed for opening in the presence of tenderers

/bidders or their authorised representatives, who have uploaded their quotation bid and who

wish to be present at the time of opening the bids.

4. Your attention is also drawn to instruction on filling and submission of tender attached

herewith. You may forward your points on tender documents and/or depute your technical

representative for discussion on tender/ drawings and to clarify doubts, if any, at least 7 days

before bid submission start date. You are requested not to write piece meal points and forward

your points duly consolidated at least seven days before bid submission start date.

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 along with EARNEST MONEY DEPOSIT (EMD) and

tender fee on www.defproc.gov.in portal and submit the physical documents in the office of

HQ Chief Engineer Bhopal zone, Bhopal 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. (a) Contractor having not executed standing security bond and standing security deposit in

any MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD)

mentioned in Notice of Tender and shall ensure receipt of hard copy of EMD in the office of

tender issuing authority before date & time fixed for this purpose. In case of failure to abide by

any of these requirements, the finance bid will not be opened.

(b) Contractor having not executed standing security bond and standing security deposit in

any MES formation would be required to deposit individual security deposit on acceptance of

tender which will be calculated with reference to the tendered cost as per scales laid down by

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 3

Signature of Contractor Dy Dir (Contracts)

MES for calculation of "EARNEST MONEY" enhanced by 25% subject to maximum of Rs.

1875000/- (Rupees Eighteen Lakhs seventy five thousand Only).

7. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment

letter, tender fee and such other documents as mentioned in Appx A' to NIT on

www.defproc.gov.in portal and submit physical documents in the office of HQ Chief Engineer

Bhopal Zone Bhopal before date & time fixed for this purpose .

8. The contractor must ensure that the tender/bid on the proper form is uploaded in time as

the Accepting Officer will take no cognizance of any quotations/offer received in any other

electronic or physical form like email/fax/by hand/ through post from tenderer/bidder even if

they are received in time.

9. In view of delays due to system failure or other communication related failures, it is

suggested that the tender/bid be uploaded, if necessary, sufficiently in advance of the last due

date and time fixed.

10. General Conditions of Contracts (IAFW-2249) (1989 Print) and errata and amendments

thereto, Schedule of minimum fair wages and MES SSR (Part -I and Part -II) are not enclosed

with these documents. These are available for perusal in the Office of GE concerned and this

office.

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

SPECIFICATIONS LAID DOWN IN THE TENDER DOCUMENTS OR ANY NEW CONDITION,

WHATSOEVER, IS LIABLE TO BE REJECTED.

Yours faithfully, Encls: As above

(P C Katare) EE (QS&C) Dy Dir (Contracts) (For Accepting Officer)

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 4

Signature of Contractor Dy Dir (Contracts)

INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER

1. EARNEST MONEY DEPOSIT (EMD)

Contractor(s) who are not enlisted with MES / who are enlisted but have not executed the

Standing Security Bond shall submit Earnest Money Deposit as detailed in Notice of Tender in

one of the following forms, along with their tender/ bid

(a) Deposit at Call Receipt from a Scheduled Bank in favour of Garrison Engineer.

(b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of

Garrison Engineer.

It is advisable that Earnest Money is deposited in the form of deposit call receipt from an

approved Schedule Bank for easy refund. In case the tenderer/bidder wants to lodge

'EARNEST MONEY DEPOSIT' in any other form allowed by MES, a confirmation about its

acceptability will be obtained from the Accepting Officer well in advance of the bid submission

end date and time. Earnest Money Deposit shall be submitted in the name of concerned GE.

NOTES : Earnest Money Deposit (EMD) in the form of cheque/Bank guarantee etc will

not be accepted. NON-SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) ( scanned copy

along with Technical Bid & hard copy before the date & time fixed for opening of BOQ) WILL

RENDER THE BID DISQUALIFIED FOR OPENING OF COVER II (FINANCE BID).

2. SECURITY DEPOSIT

In case the tender/bid submitted by such contractor who is not enlisted with MES is accepted,

the contractor will be required to lodge with the Controller of Defence Accounts INDIVIDUAL

SECURITY DEPOSIT calculated with reference to TENDERED COST as notified by the

Accepting Officer subject to a maximum of Rs. 18,75,000/-. The amount is required to be

lodged within 30 (Thirty) days of the receipt by the contractor of notification of acceptance of

tender/bid, failing which the sum shall be recovered from the 1st RAR payment or from the Final

bill (See Condition 22 of General Condition of Contracts (IAFW-2249)).

3. CONTRACTORS ENLISTED WITH CHIEF ENGINEER SOUTHERN COMMAND AND

WHO HAVE EXECUTED STANDING SECURITY BOND AND DEPOSITED STANDING

SECURITY DEPOSIT BUT OF LOWER CLASS

In case the tender/bid is accepted, the amount of Additional Security Deposit will be as

notified by the Accepting Officer. The amount will be the difference between the "Individual

Security Deposit" calculated with reference to the "TENDERED COST" and `Standing Security

Deposit' lodged. The amount is required to be lodged within 30 (Thirty) days of the receipt by

the contractor of notification of acceptance of tender/bid, failing which the sum shall be

recovered from the 1st RAR payment or from the Final bill (Refer Condition 22 of General

Condition of Contracts (IAFW-2249)).

4. CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN CHIEF ENGINEER

SOUTHERN COMMAND

Contractors whose names are on the approved list of any MES formation i.e. other than CE

Southern Command and who have deposited Standing Security and have executed Standing

Security Bond may tender/bid without depositing Earnest Money with the bid and if the Accepting

Officer decides to accept the tender/bid, such tenderers will be required to lodge Security Deposit

as notified by the Accepting Officer. The amount is required to be lodged

within 30(Thirty) days of the receipt by the contractor of notification of acceptance of tender/bid,

failing which the sum shall be recovered from the 1st RAR payment or from the Final bill.

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 5

Signature of Contractor Dy Dir (Contracts)

INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER (CONTD)

5. GENERAL INSTRUCTIONS FOR COMPLIANCE

5.1 The bids received only in the electronic form will be considered. All bids shall be submitted

on www.defproc.gov.in portal. Documents should be scanned and forwarded in 'pdf form

and 'xls' form as indicated.

5.2 Bids shall be uploaded on 'defproc.gov.in' portal on or before the bid closing date

mentioned in the tender. No tender/bid in any other electronic or physical form like email /

fax /by hand/ through post will be considered.

5.3 Bid should be DIGITALLY signed using valid DSC. All pages of tender documents,

corrections/ alterations shall be signed/initialled by the lowest bidder after acceptance.

5.4 Drawings, if issued in physical form, must be returned duly initialled by the tenderer/bidder

in separate envelope indicating his name and address.

5.5 The tender shall be signed, dated and witnessed at all places provided for in the

documents after acceptance. All corrections shall be initialled. The Contractor shall initial

every page of tender and shall sign all drawings forming part of the tender. Any tender/bid,

which proposes alterations to any of the conditions whatsoever, is liable to be rejected.

5.6 In the technical bid, a scanned copy of Power of Attorney in favour of the person

uploading the bid using his/her DSC shall be uploaded. In case the digital signatory

himself is the sole proprietor, scanned copy of an affidavit on stamp paper of appropriate

value to this effect stating that he has authority to bind the firm in all matters pertaining to

contract including the Arbitration Clause, shall be attached in 'pdf form. In case of

partnership concern or a limited company, digital signatory of the bid/tender shall ensure

that he is competent to bind the contractor (through partnership deed. general power of

attorney or Memorandum and Articles of Association of the Company) in all the matters

pertaining to the contracts with Union of India including arbitration clause. A scanned copy

of the documents confirming of such authority shall be attached with the tender/bid in 'pdf

form, if not submitted earlier. The person uploading the bid on behalf of another partner(s)

or on behalf of a firm or company using his DSC shall upload with the tender/bid a

scanned copy (in pdf form) of Power of Attorney duly executed in his favour by such other

or all of the Partner(s) or in accordance with constitution of the company in case of

company, stating that he has authority to bind such other person of the firm or the

Company, as the case may be, in all matters pertaining to the contract including the

Arbitration Clause.

5.7 Even in case of Firms or Companies which have already given Power of Attorney to an

individual authorising him to sign tender in pursuance of which bids are being uploaded by

such person as a routine, fresh Power of Attorney duly executed in his favour stating

specifically that the said person has authority to bind such partners of the Firm, or the

Company as the case may be, including the condition relating to Arbitration Clause,

should be uploaded in 'pdf form with the tender/bid; unless such authority has already

been given to him by the Firm or the Company. It shall be ensured that power of attorney

shall be executed in accordance with the constitution of the company as laid down in its

Memorandum & Article of Association.

5.8 Hard copies of all above documents should be sent by the contractor to the Tender issuing

authority well in advance to be received before the date & time fixed for the same.

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

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 6

Signature of Contractor Dy Dir (Contracts)

INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER (CONTD)

5.10 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty.

Attention is also drawn to special condition 3 referred hereinafter and also conditions 24 &

25 of IAFW 2249 (General Conditions of Contracts),

5.11 Tenderers/bidders who uploaded their priced tenders/bids and are desirous of being

present at the time of opening of the tenders/bids, may do so at the appointed time.

5.12 The tenderer/bidder shall quote his rate on the BOQ file only. No alteration to the format

will be accepted, else the bid will be disqualified and summarily rejected.

5.13 In case the tenderer/bidder has to revise / modify the rates quoted in the BOQ (excel

sheet) he can do so only in the BOQ, through 'defproc.gov.in site only before the bid

closing time and date.

6. REVOKATION/REVISION OF OFFER UPWARD/OFFERING VOLUNTARY REDUCTION,

AFTER CLOSING OF BID SUBMISSION DATE AND TIME BY LOWEST BIDDER

In the event of lowest tenderer/bidder revoking his offer or revising his rates upward/ offering

voluntary reduction, after closing of bid submission date & time, his offer will be treated as

revoked and the Earnest Money deposited by him shall be forfeited. In case of MES enlisted

Contractors, the amount equal to the Earnest Money stipulated in the Notice of tender, shall be

notified to the tenderer/bidder for depositing the amount through MRO. Bids of such

Contractors/bidders shall not be opened till the aforesaid amount equal to the earnest money is

deposited by him in Govt Treasury In addition, bids of such tenderer/bidder and his related firm

shall not be opened in second call or subsequent calls. Reduction offered by the

tenderer/bidder on the freak high rates referred for review shall not be treated as voluntary

reduction.

7. C P M (Critical Path Method)

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

7.2 The tenderer/bidder is expected to be fully conversant with the CPM technique and

employ technical staff who can use the technique in sufficient details. Sufficient books

and other literature on the subject are widely available in the market which the

tenderer/bidder may make use of.

7.3 The tenderer's/bidder's attention is drawn to special condition of the tender regarding

preparation of the detailed network analysis and time schedule for the work and his

liability for employing sufficient resources to adhere to this schedule. Any inability on the

part of the tenderer/bidder in using the technique will be taken as his technical

inefficiency and will affect his class of enlistment and future prospect/invitation to tenders

for future works.

7.4 Department may issue amendments/errata in form of CORRIGENDUM to tender /revised

BOQ to the tender documents. The tenderer/bidder is requested to read the tender

documents in conjunction with all the errata/ amendments/corrigendum, if any, issued by

the department.

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

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 7

Signature of Contractor Dy Dir (Contracts)

MILITARY ENGINEER SERVICES

NOTICE INVITING TENDER (NIT)

1 . A tender is invited for the work as mentioned in Appendix 'A' to this NOTICE

INVITING TENDER (NIT)

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

4. Normally contractors whose names are on the MES approved list for the area in

which the work lies, and within whose financial category the estimated amount would

fall, may tender/bid but in case of term contracts, contractors of categories SS to E may

tender/bid.

In case, where the tender amount is in excess of the financial limit of the contractor and

the Accepting officer decides to accept the tender/bid, in which event the tenderer/bidder

would be required to lodge additional security deposit as notified by the Accepting

Officer in term of conditions of contract. Contractors whose names are on the MES

approved list of any MES Formation and who have deposited standing security and

have executed standing security bond may also tender/bid without depositing Earnest

money along with the tender/bid and if the tender/bid submitted by such a tenderer/bidder

is accepted, the contractor will be required to lodge with the Controller of Defence Accounts

concerned the amount of 'Individual security deposit' within thirty days of the receipt by

him of notification of acceptance of his tender/bid, failing which this sum will be recovered

from 1st RAR payment or from the first final bill. In the case of term/running contracts,

remaining sum shall be recovered from subsequent bill(s) of the contractor. Not more

than one tender/bid shall be submitted/uploaded by one contractor or one f irm of

contractors. 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. A breach of this condition will render

the tenders/bids of both the parties liable for rejection.

5 The Office of HQ Chief Engineer Bhopal Zone, Bhopal will be the Accepting Officer

here in after referred to as such for purpose of the contract.

6. The Technical Bid and Financial Bid (Cover-1 and Cover-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 shall be uploaded as packet 1/cover-1 (`T' bid) of the

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 8

Signature of Contractor Dy Dir (Contracts)

NOTICE INVITING TENDER (NIT) (CONTD)

tender/bid on www.defproc.gov.in portal. DD is refundable in case T bid is not accepted

resulting in non-opening of 'Q' bid. The applicant contractor shall bear the cost of

bank charges for procuring and encashing the DD and shall not have any claim

from Government whatsoever on this account.

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

6.2 In Case of contractor who has not executed the Standing Security Bond, the Cover-I

shall be accompanied with by Earnest Money of amount as 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 receipted treasury Challan the amount being credited to the

revenue deposit of the concerned GE (see Appendix ‘A’)

6.3 A contractor who is not enlisted for the area in which the work lies but whose name is

in the MES approved list of any MES formation and who has deposited standing security

and executed standing security Bond may bid without depositing earnest money alongwith

the tender; but if the Accepting officer accepts the tender/bid, the contractor will be

required to lodge with the Controller of Defence Accounts concerned the amount of

'Individual security deposit' within thirty days of the receipt by him of notification of

acceptance of his tender/bid, failing which this sum will be recovered from 1st RAR payment

or from the first final bill. In the case of term/running contracts, remaining sum shall be

recovered from subsequent bill(s) of the contractor.

6.4 A contractor who has executed standing security Bond but not corresponding to the

appropriate class as mentioned above, shall lodge with the Accepting Officer, Additional

Security Deposit as notified by the Accepting Officer within thirty days of the receipt of his

notification of acceptance of his tender/bid, failing which this sum will be recovered from

the first RAR payment or from the first final bill. In the case of term/running contracts,

remaining sum shall be recovered from subsequent bill(s) of the contractor. However, in

case where any payment is made to the contractor within thirty days of the receipt by him

of notification of acceptance of tender/bid, the amount of additional security deposit shall

be recovered from such payment.

6.5 The GE will return the Earnest Money wherever applicable to all unsuccessful tenderers/bidders by endorsing an authority on the deposit-at-call receipt for its refund, on production by the tenderer/bidder a certificate of the Accepting Officer that a bonafide tender/bid was received and all documents were returned.

6.6 The GE will either return the Earnest Money to the successful tenderer/ bidder by endorsing an authority on the deposit-at-call Receipt for its refund on receipt of an appropriate amount of Security Deposit or will retain the same in part or full on account of security deposit if such a transaction is feasible.

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 9

Signature of Contractor Dy Dir (Contracts)

NOTICE INVITING TENDER (NIT) (CONTD)

6.7 Copies of the drawings and other document pertaining to the work signed for the purpose of identification by the Accepting Officer or his accredited representative, sample of materials and stores to be supplied by the contractor will also be available for inspection by the Tenderer/bidder at the office of Accepting Officer and concerned GE during working hours.

7. The tenderers/bidders are advised to visit the site of work by making prior

appointment with GE who is also the Executing Agency of the work (see appendix 'A').

The tenderers/bidders are deemed to have full knowledge of all relevant documents,

samples, site etc., whether they have inspected them or not.

8. Any tender/bid which proposes any alteration to any of the conditions laid down or

which proposes any other condition or prescription whatsoever, is liable to be rejected.

9. The uploading of bid 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, tools and plants etc will be issued to him and local

conditions and other factors having bearing on the execution of the work.

10. Tenderers/bidders must be in possession of a copy of the MES Standard Schedule of Rates

(see appendix ‘A') including amendments and errata thereto.

11. Invitation for e- tender does not constitute any guarantee for validation of 'T' bid and

subsequent opening of finance bid of any applicant/bidder, even of enlisted contractors of

appropriate class, merely by virtue of enclosing DD. Accepting Officer reserves the right to reject

the `T' bid and not open the finance bid of any applicant/bidder. 'T' bid validation shall be decided

by the Accepting Officer based on, inter alia, capability of the firm as per criteria given in Appx 'A'

to this NIT. The applicant contractor/bidder will be informed regarding non-validation of his 'T bid

assigning reasons thereof through the www.defproc.gov.in website. The applicant

contractor/bidder if he so desires may appeal to the next higher Engineer authority viz Chief

Engineer Southern Command Pune on email id [email protected] with copy to the

Accepting Officer on email before the scheduled date of opening of Finance Bid. The decision of

the Next Higher Engineer Authority (NHEA) shall be final and binding. The contractor/bidder

shall not be entitled for any compensation whatsoever for rejection of his bid.

12. The Accepting Officer reserves the right to accept a tender submitted by a Public

Undertaking, giving a price preference over other Tender(s)/bids which may be lower, as are

admissible under the Government Policy. No claim for any compensation or otherwise shall be

admissible from such tenderer/bidder whose tender/bid is rejected.

13. Accepting Officer does not bind himself to accept the lowest or any tender/bid or to give any

reason for not doing so.

14. This Notice Inviting Tender (NIT) including Appendix 'A' shall form part of the contract.

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 10

Signature of Contractor Dy Dir (Contracts)

APPENDIX ‘A’ TO NOTICE INVITING E-TENDER 1 Name of work PROVN OF OTM ACCN FOR MDC AT GWALIOR

2 Estimated Cost 360.00 Lakhs (At par market) 3 Period of completion 540 Days 4 Cost of tender

documents Rs.2000/- in the shape of DD/Bankers cheque from any Scheduled bank in favour of GE GWALIOR and payble at GWALIOR

5 Website /portal address www.defproc.gov.in and www.mes.gov.in 6 Type of Contract The tender shall be based on drawings and specifications (IAFW-2159) and

General Condition of Contracts (IAFW-2249) with Schedule 'A' (list of items of work) to be priced by tenderer. The tenderers are required to quote their lump sum amounts for prepriced parts of Schedule 'A' and quote rates against items of other parts of Schedule 'A'.

7 I n f o r m a t i o n & D e t a i l s :

(e) Bid submission start date

Refer critical dates

(b) Bid submission end date (c) Date/time for opening of bid ( Cover-

1)

8 Eligibility Criteria

(A) For MES enlisted contractors

All contractors enlisted with MES in Class ‘A’ and above and category ‘a(i)’

subject to the remarks wrt performance in respect of Wks in hand reflected in Workload return (WLR) circulated by competent engineer authority. Refer Notes - be l ow .

(B)For other contractors (a) The firm not enlisted with MES shall meet enlistment criteria of ‘A’ class MES contractor and category ‘a(i)’ ie with regards to having satisfactorily completed requisite value works, Annual turnover, Solvency, working capital, immovable property/fixed assets, T&P, Engineering establishment, no recovery outstanding in any Govt Department, Police verification/Passport etc, Enlistment criteria may be seen in Para 1.4 of Section 1 of Part I of MES Manual on Contracts - 2007 (Reprint 2012) as available in all MES formations. (b) These firms shall also submit copy of Police verification from police authority of the area where the registered office of the firm is located / notarised copy of valid passport

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

authority.

(c) Eligibility criteria: For MSME registered firm

The firms registered under MSME act 2012 shall be eligible. The firm will have to upload all documents as applicable for un enlisted contractors except the documents relaxed under MSME act 2012 and subsequently amendments like EMD, tender cost, prior turnover and prior experience etc.

(d) For All Contractors 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 f irm except sons/daughters/spouse of proprietor/partner/Director and firm's own employees, Director, Project Manager. This shall be subject to certain conditions which will be prescribed in the NOT forming part of the tender documents.

9. Tender issuing and Accepting Officer

Chief Engineer Bhopal Zone, Bhopal

10 Executing agency GE Gwalior

11 Earnest money Rs. 4,35,000/- in favour of GE Gwalior

12 Jurisdiction of Courts Bhopal shall alone have jurisdiction to decide any dispute out of or in respect of this tender. After acceptance of tender, condition 72- Jurisdiction of Courts of IAFW-2249 shall be applicable

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 11

Signature of Contractor Dy Dir (Contracts)

APPENDIX 'A' TO NOTICE INVITING TENDER

NOTES :

(a) Contractor one class below may also bid for this tender. Their application shall be considered subject to fulfilment of other elig ibil i ty criteria given in NIT when number of applicants of eligible class qualifying for the tender are less than 7(seven).

(b)In case number of eligible class contractors satisfying the eligibility criteria given in NIT are 7 or more than 7, application of one class below the el ig ible class shall not be considered except those who have previously completed similar works satisfactorily and are meeting the cr i ter ia of upgradation in respect of past experience and for average annual turnover as applicable and financial soundness (solvency/financial soundness and working capital) provided the value of work is less than twice the tendering limit of such contractors. Contractors one class below the eligible class shall upload necessary documents wrt works experience and financial soundness in cover 1 of tender (T bid).

(c) ( i) Applicat ions/bids not accompanied by scanned copies of requisiteDD/ Bankers Cheque towards cost of tender and earnest money (as applicable) shall not be considered for validation of 'T' bid and their finance bids will not be opened.

(ii) Contractors should ensure that their original DDs and earnest money (as

applicable) are received within 05 days of bid submission end date.

( ii i) In case of applications/bids from enlisted contractors of MES, where

scanned copies of requis i te DD/Bankers cheque towards cost of tender has been

uploaded but physical copies are not received by the stipulated date, their finance bids will be

opened. However non-submission of phys ical copies of cost of tender shall be

considered as wilful negligence of the bidder with ulterior motives and such bidder shal l

be banned f rom b idd ing f o r a period of six months commencing from the date of opening

of finance bid (cover 2).

( iv) In case of appl icat ions/bids from unenlisted contractors, where Scanned

copes of requisite DD/Bankers Cheque towards cost of tender has been uploaded but

physical copies are not received by the stipulated date, finance bids will riot be opened. Name

of such contractors along with complete address shall he circulated for not opening of their bids for

a period of six months commencing from the date of opening of finance hid (cover 2),

(v) In case of applications/bids (enlisted contractor as well as unenlisted contractor) where

scanned copes of requisite Earnest money (as applicable) were uploaded but the same are not

received in physical form within stipulated time, such bids shall not qualify for opening of finance

bid (cover 2).

(d) Contractors may note that they shall not be loaded beyond their tendering limit as under:-

(aa) In case contractors of eligible class are selected for issues of tender : 4 to 5 times the

tendering limit.

(bb) In case of one class contractors are selected for issue of tender : 6 to 7 times

(cc) In case of unenlisted contractors:2 t im e s t he u p pe r t e n d e r i ng l im i t o f c la s s for which contractor meets the criteria for enlistment.

(e) In case any deficiency is noticed, in the documents required to be uploaded by the

tenderers as per NIT, after opening of cover 1 (T bid) and during technical evaluation, a

communication in the form of e-mail/whatsapp/sms/speed post etc. shal l be sent to the

contractor to rect ify the def iciency within a period of 7 days from date of communication

failing which financial bid (cover-2) shall not be opened and contractor shall not have any claim on

the same.

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 12

Signature of Contractor Dy Dir (Contracts)

APPENDIX 'A' TO NOTICE INVITING TENDER

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

(i) Application for bid in Firm's letter head

( i i) Enlistment letter (iii) Scanned copy of DD of cost of tender (iv) Copy of Provident Fund Code Number issued by Employees Provident Fund Organization

(EPFO) & Goods and service tax registration number (v) Documents as required vide note (b) above for one class below the eligible class contractors

(g). Contractors not enlisted with MES will be required to upload necessary documents to

prove their eligibility for enlistment in eligible class & category of work, including Affidavit for no

recovery outstanding. List of documents required for enlistment in MES has been given in para

1.5 of section 1 of Part I MES Manual on Cont ractors 2007 ( repr int 2012). Following

documents shall also be uploaded amongst others:

(i) Details of three highest valued similar nature of works executed during last five years,

financial year-wise in tabular form giving name of work, Accepting Officer's details, viz, Address,

Telephone, Fax No, E-mai l ID etc, date of acceptance of tender and actual date of

completion. This shall be duly signed by proprietor/all partners/ authrorised Director of Pvt/Public

Ltd, as applicable. II should indicate whether extension was granted or compensation was

levied. Attested copy of acceptance letter and complet ion certif icate shall be enclosed of

each work. In case performance report has been given by the client same shall also be submitted

duly attested.

(ii) Solvency certificate and working Capital Certificate issued by scheduled bank.

(iii) Annual turnover certificate for last 2 years issued by Chartered Accountant along

with relevant pages of audited balance sheets in support thereof.

(iv) Affidavits for possession of movable & immovable propert ies by

propr ietor /par tner owning the immovable property a long wi th Valuat ion Cer t i f icate

f rom Regd Valuer in support of movable & immovable properties. In case of Limited Company, the

immovable property is required to be in the name of the company.

(v) In addition, the un-enlisted contractors shall also furnish affidavit on non-Judicial stamp

paper in the form of hard copy declaring their turnover for last 2 (Two) years.

(vi) Scanned copy of DD of cost of tender and earnest money.

(vii) Copy of Provident Fund Code Number issued by Employees Provident Fund Organization (EPFO) & Goods and service tax registration number

(h) In case of rejection of technical /prequalification bid, contractor may appeal to next h ig her Eng ineer au tho r i t y i . e HQ Ch ie f Eng ineer Southe rn Command, Pune on ema i l [email protected] ag a ins t r e j ec t ion , whose decision shall be final and binding. However contractor/bidder shall not be entitled to any compensation whatsoever for rejection of technical/ prequalification bid.

Signature of contractor (P C Katare) EE (Q.S.&C) 800447/GWL/ 34 /E8 Dy. Director (contracts) Dated 07 Jun 2018 For Accepting Officer Headquarters Chief Engineer Bhopal Zone Sultania Infantry Lines, Bhopal Pin – 900236, c/o 56 APO

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 13

Signature of Contractor Dy Dir (Contracts)

IN LIEU OF IAFW 2159 (REVISED 1947)

(To be used in conjunction with

General Conditions of contracts IAFW 2249, 1989 Print) MILITARY ENGINER SERVICES

Tele Civil: (0755) 2646748 Headquarters

Chief Engineer Bhopal Zone Sultania Infantry Lines, Bopal Pin – 900236, c/o 56 APO 800447/GWL / 34 /E8 07 Jun 2018

LUMPSUM TENDER AND CONTRACT FOR WORKS REQUIRED IN THE

EXECUTION OF:

“PROVN OF OTM ACCN FOR MDC AT GWALIOR”.

1. A bidder who is qualified as per eligibility criteria mentioned in tender documents and has inter alia sound past record is/are hereby authorised to tender for the above work. The tender/bid (i.e. Cover 1 & 2 both) shall be uploaded on portal www.defproc.gov.in on or before the bid closing date and time as per portal.

2. All documents must be uploaded while uploading the bid on above mentioned portal.

3. Any correspondence concerning this tender shall be communicated as per information available in the e-portal mentioned above by the due date and time.

4. THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO ACCEPT THE LOWEST

OR ANY TENDER AND RESERVES THE RIGHT TO ACCEPT THE TENDER IN WHOLE OR

IN GROUPS AS HE MAY DECIDE.

Signature of Contractor Signature of Officer

Issuing the documents Appointment

Dy Dir (Contracts)

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 14

Signature of Contractor Dy Dir (Contracts)

SCHEDULE ‘A’ (LIST OF WORK AND PRICES) NAME OF WORK- PROVN OF OTM ACCN FOR MDC AT GWALIOR

NOTES :- 1. GENERAL 1.1 This BOQ (Schedule) is divided into following parts as detailed below:-

(a) PART-I BUILDING WORKS (b) PART-II INTERNAL WATER SUPPLY (c) PART-III INTERNAL ELECTRIFICATION (d) PART-IV EXTERNAL WATER SUPPLY Lump sum

(e) PART-V EXTERNAL ELECTRIC SUPPLY amount to (f) PART-VI ROAD, PATH & CULVERT be quoted in BOQ

(g) PART-VII COMPOUND WALL,SECURITY FENCING AND GATE (h) PART-VIII AREA DRAINAGE (j)PART-IX FIRE ALARM & FIRE DETECTION SYSTEM (k)PART-X HOT WATER SUPPLY (l) PART-XI SEWAGE DISPOSAL (m) PART-XII EXCAVATION, EARTH WORK AND SITE DEVELOPMENT (n) PART-XIII DEMOLITION /DISMENTLING (O)PART-XIV MISC (To be quoted by Contractor in BOQ)

1.2 Pre-priced rates inserted under column 6 of Schedule ‘A’ Part-I to XIII are deemed to be at par with the rates contained in the MES standard schedule of rates or analogous rates thereto. Contractor’s attention is invited to condition 6A(B) of IAFW-2249 where under the lump sum price shall be worked out by him independently of the prices or rates inserted by MES in the tender and irrespective of any errors or inaccuracies therein. The percentage against a particular part of Schedule ‘A’ shall be derived from the amount tendered by him against the particular part of Schedule ‘A’ as compared to the amount inserted by MES against each part of schedule ‘A'.

1.3 In respect of BOQ (Schedule ‘A’) Part- XIV, the tenderer is required to insert his rates under column 6 for entire completion of items of work as described and specified inclusive of his overhead and profit complete. Total amount under column 8 shall automatically be extended in relation to unit rate inserted with reference to total unit required. In respect of Sch ‘A’ part-I to XIII the bidder shall insert total amount for the schedule under column 8 and percentage in column 9 shall automatically be derived.

1.4 Description of building works and services given in various parts of Schedule ‘A’ are in brief. These are deemed to be amplif ied and read in conjunction with special conditions, particular specif ications for materials and workmanship and conditions in relevant trade section of MES SSR Part-I & II and contract drawings including notes on the drawings.

1. 5 PERIOD OF COMPLETION

Entire work under this contract shall be completed within the period of 540 days (FIVE HUNDRED AND FORTY DAYS) after the date of handing over site as indicated in the first work order:- Site (s) for items of schedule ‘A’ Part-I shall be handed over simultaneously. Sites for other parts i.e. Part-II to Part-XIV shall accordingly be deemed handed over simultaneously with items of schedule `A` Part-I irrespective of actual progress on ground.

1.6In case details in respect of items shown on main drawings are not given in the drawings referred to in the main drawing, then the same shall be followed from any other drawings included in the list of drawings. Any drawing mentioned in the contract/contract drawings but not included in the list of drawings shall also be deemed to form part of contract.

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 15

Signature of Contractor Dy Dir (Contracts)

SCHEDULE ‘A’ (LIST OF WORK AND PRICES) NOTES (CONTD/-)

1.7 Layout of internal/external services is tentat ive and may be changed as per the site requirement at the discret ion of the GE. No claim on this account shall be entertained and contractor quoted rates shall be deemed to cater for the same.

1.8 Site plan of the work is not being uploaded on web site due to security concerns.

The contractor/bidder, if feels necessary may see the site plan in GE/CWE/CE off ice during any working day. Layout of buildings indicated in the site plan is tentat ive and this may be changed at the discret ion of the GE before commencement of work. No claim on this account or for not seeing the site plan shall be entertained and contract rates shall be deemed to cater for the same.

1.9 The lump sum quoted by the tenderer against each part of Schedule ‘A’ in BOQ

(Sch of works), shall be deemed to include all minor extras and construct ional details, which are not specif ically shown on drawing and specif ied in part icular specif icat ions but are essential for execution of work services in workman like manner, and sound construct ion. In case of difference of opinion as to whether or not a certain item of work constitute minor extras and construct ional details in the contract prices, the decision of the Accepting Off icer in this regard shall be f inal, conclusive and binding.

1.10 Wooden gutties as specified in SSR shall not be used in this work. In lieu of wooden gutties, PVC

sleeves of appropriate sizes shall be provided for fixing of fittings/fixtures to the entire satisfaction of GE.

1.11 Where specification for any item of work is not given in MES schedule or in particular specifications, specification given in relevant Indian Standard or code of practice shall be followed.

2. NOTES: APPLICABLE TO BOQ [SCHEDULE ‘A’ PART-I] (BUILDING WORKS) 2.1 The lump sum against items of BOQ (Schedule “A”) Part-I shall include all works as shown

on drawings and/or mentioned in notes thereon and / or specified in BOQ (Schedule “A”) and/or particular specifications except for items of works catered for in BOQ (Schedule ‘A’) Part II to Part- XIV complete for entire completion of work unless any item of work is specifically/ categorically excluded from scope of work. For illustration following items shall also be deemed included in the unit rate of building items in (Schedule “A”) Part-I:

(i) Plinth protection with saucer drain, aprons, ramps, drain along with ramps as shown on drawings, sump with drain out pipe, Steps and all built in furniture items wherever shown in drawings.

(ii) Fan hooks with box, electric switchboard and boxes, niches for housing MCB-DBs.

(iii) Pre-construction anti-termite treatment to the building listed in Sl Item nos 01, 02 and 03 of Schedule ‘A’ Part-I.

(iv) Water proofing treatment to the building listed in Sl Item nos 01,02 and 03 of Schedule ‘A’ Part-I.

(v) All internal sanitary appliances, fittings including nahani traps, gully traps, soil, and waste and vent pipes with fittings and vent cowls (soil and waste pipes from building upto first manhole which shall be at a distance not exceeding 2 metre from outer face of building wall).

(vi) Overhead service water tank wherever shown in drawing including pipes

and fittings to the extent specified.

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 16

Signature of Contractor Dy Dir (Contracts)

SCHEDULE ‘A’ (LIST OF WORK AND PRICES) NOTES (CONTD/-)

2.2 The unit rates of building of Schedule ‘A’ Part I shall also be deemed to include the

cost of the following items/ works whether specifically specified and shown on drawing or not:

(a) All excavation and earth work as required unless mentioned otherwise in description of item. (b) Any cutting, leaving / forming holes, chases, etc through / in walls, as required and making good to match with the adjoining surfaces, required in connection with the works included in various parts of Schedule ‘A’. No adjustment shall however, be made in the quoted lump sum on this account while pricing any deviation for items in respect of Schedule ‘A’ Part I & also due to any variation in quantities indicated as provisional in the tender documents.

3. NOTES (APPLICABLE TO SCHEDULE ‘A’ PART- II TO PART -XIV) 3.1 All items/quantities are “Provisional”. 3.2 Unless specifically specified otherwise the unit rate of each items of work shall be deemed

to be inclusive of supply of all material and labour or fixing etc complete. All specials for water supply and equipment for electrical works shall be deemed inclusive of supply installation, commissioning and testing etc complete.

3.3 Special condition in MES Schedule Part II and preambles to items given in MES Schedule

Part II under respective trades shall be applicable. If any provision in the description of item of Schedule ‘A’ and/ or in particular specifications is at variance with the provisions in special condition in MES Schedule Part II and preamble to MES Schedule items, the provision given in description of items of Schedule ‘A’ and provision in particular specifications shall take precedence there over.

4. NOTES:- (APPLICABLE TO BOQ (SCHEDULE ‘A’) PART III & V ( INTERNAL/ EXTERNAL ELECTRIC SUPPLY) (a) Cost of electric main switch boards & boxes of required size and fan hooks with fan hook boxes shall be included by the tenderer in the lump sum cost of respective building of BOQ (Schedule ‘A’) Part I. (b) Cost of cutting/ leaving/ forming chases, holes, etc through walls, floor, roof, etc as required and making good the surface shall be included by the tenderer in lump sum cost under BOQ (Schedule ‘A’) Part I. No price adjustment (plus/ minus) shall be made due to variation in provisional quantities under this Schedule. (c) All cast iron / pressed steel boxes shall be earthed by continuous earth wire to common earth. (d) Cables in internal electrification point wiring shall be colour coded; ‘Phase-Red’, ‘Neutral-Black’ and ‘Earth-Green’

5. NOTE : APPLICABLE TO SCHEDULE ‘A’ PART- II to XI :-

All excavation and earth work required under BOQ (Schedule ‘A’) Part- II to XI except for the items which specifically include for the same shall be measured and paid separately under relevant items of BOQ (schedule ‘A’) part- XII (Excavation, Earth work & site development) unless otherwise specifically mentioned. Excavation and earthwork if required for site development within the site plan area shall also be measured & paid under Sch “A” Part- XII.

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 17

Signature of Contractor Dy Dir (Contracts)

SCHEDULE ‘A’ (LIST OF WORK AND PRICES)

NOTES (CONTD/-) 6. TESTING:- GE, Engineer-in-Charge and Contractor are advised to visit

www.nabl-india.org to check accreditation status & presence of labs in various cities. Testing shall be got done only after due verif ication.

7. HT WORKS:- All works related to high tension shall be got executed by the skilled

person having valid license for execution of HT works. Copy of valid license shall be kept on record by the GE.

8. NOTES:APPLICABLE TO SCHEDULE ‘A’ PART II & IV (INTERNAL/ EXTERNAL

WATER SUPPLY)

(a) GI tube sleeve where the water tubes pass through walls, roofs, etc shall be measured under this Schedule. GI sleeves tube shall be measured in running metre (RM) and not in short lengths. Even though diameter of sleeve is more than the diameter of the tube passing through it the smaller diameter of GI tube passing through sleeve will be measured for the purpose of payment. (b) Cost of cutting/leaving/forming chases, holes, etc through walls, floor, roof etc as required and making good the surface shall be included by the tenderer in lump sum cost under BOQ (Schedule ‘A’) Part I. No price adjustment (plus/minus) shall be made from lump sum cost under BOQ (Schedule ‘A’) Part -I due to aforesaid provisions.

9. If Contractor does not quote his rate against any item or ‘NQ’ appears in rate/amount column, then it shall be deemed that rate quoted is Rupees Zero i.e. the contractor intends to execute the particular item at no cost basis (free of cost) to the Govt. Items and their quantities for which no rates or prices have been quoted shall be deemed to have been covered by the rates and prices quoted for the other items of bills of quantities. Hence contractors are requested to thoroughly check their quoted rates before submitting bid online. No representation by the contractor on this matter shall be entertained by the department in the matter.

10. The attention of the tenderers drawn to the expressed condition that if BOQ is revised, then the tenderers shall quote their rates only on revised BOQ. In case the tenderer quote his rates on earlier (cancelled) BOQ then his tender (financial bid) shall be summarily rejected and his tender shall be considered non bona fide. Similarity if the BOQ is revised multiple times the tenderers shall quote his rates on latest BOQ failing which his tender shall be considered non bona fide and summarily rejected. No representation by the contractor on this matter shall be entertained by the department .

11. GOODS AND SERVICE TAX (GST) AND OTHER TAXES/CESSES The rates quoted by the tenderer shall be deemed to inclusive of all type of taxes, levies including GST, labour welfare cess etc as prevailing on date of submission of tender. GST at the rate notified by Govt of India shall be deducted at source. The bidders are advised to ascertain the same from tax authorities before submission of bid.”

12. The contractor must establish proper site lab as mentioned here in after. The contractor must place necessary NDT tools and total station on site for ensuring good quality of construction materials and workmanship.

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO. 18

Signature of Contractor Dy Dir (Contracts)

NOTES (CONTD/-)

13. MACHINE FOUNDATIONS: Foundations of panels shall be provided all as per manufacturer’s instructions and shall be deemed to be included in rates quoted by the tenderer for these items.

14. FACTORY INSPECTION: Inspection of HT cable more than 500m length, HT/LT panels and transformers will be carried out at factory outlet by rep of Accepting Officer before dispatch of these items from factory or manufacturing unit and arrangement for the same will be made by the Contractor at his own expenses and cost of the same shall be deemed to be included in the unit rates quoted by the tenderer for these items.

15. Before commencement of work, levels of existing ground shall be recorded at distance

as approved by G E and shall be kept on record. Initial and final levels of the surface shall be recorded and level sheets shall be maintained and kept on record duly signed by both the parties.

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.19

SlNo

Description of item of work

Re

f to

D

raw

ing

s

Un

it No of Units

required

Rate Per Unit Amount

Pe

rio

do

fco

mp

letio

n

Re

ma

rks

1 2 3 4 5 6 7 8 91 Construction of block of Dental centre (D/S)

including porch,entrance hall, RCC parapet, RCCramp ,varandah, garages,staircase,ramps etccomplete all as shown on drawings and asspecified.

Each Block

1 ₹ 196,00,000.00 ₹ 196,00,000.00

2 Construction of block of garages for carsincluding ramps etc complete all as shown ondrawings and as specified.

Each Block

1 ₹ 11,40,000.00 ₹ 11,40,000.00

3 Construction of block of garage for scootersincluding ramp etc complete all as shown ondrawings and as specified.

Each Block

1 ₹ 7,50,000.00 ₹ 7,50,000.00

214,90,000.00 Total of Sch 'A' Part-II c/o to BOQ

PROVN OF OTM ACCN FOR MDC AT GWALIOR

SCHEDULE 'A' PART - I (BUILDING WORKS)

-

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.20

SlNo

Description of item of work

Re

f to

D

raw

ing

s

Un

it No of Units

required

Rate Per Unit Amount

Pe

rio

do

fco

mp

letio

n

Re

ma

rks

1 2 3 4 5 6 7 8 91 Supply and laying CPVC pipe SDR11 and plain

CPVC SDR11 fittings, (ISI Marked), concealed orfixed complete to wall, ceiling or laid in floorscomplete of following sizes:-

(a) 16 mm dia RM 40 92.50 3,700.00

(b) 20 mm dia RM 50 111.40 5,570.00

2 S&F, bib taps, cast copper alloy (ISI Marked),chromium plated fancy type with crutch or butterfly handle, screwed down and screwed for ironpipe 15 mm dia as specified and directed.

Each 8 180.30 1,442.40

3 S&F stop valve cast copper alloy, fancy type,chromium plated with long shank and cup(concealed type) 15 mm bore, screwed down,high pressure , screwed both end for iron pipe orfor unionas specified and directed.

Each 5 271.00 1,355.00

4 S&F stop valve (angle cock) cast copper alloy,fancy type, chromium plated 15 mm bore,screwed down, high pressure, screwed both end

Each 4 169.00 676.00

PROVN OF OTM ACCN FOR MDC AT GWALIOR

SCHEDULE 'A' PART - II (INTERNAL WATER SUPPLY)

-

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

screwed down, high pressure, screwed both endfor iron pipe or for union all as specified anddirected.

5 M&L Gun metal gate or globe valves, ISI marked (IS-778/84) pressure tested 1.5 mpa with iron wheel head, screwed both ends for iron pipe and fixed complete suitable for 20 mm bore of pipe all as specified and directed.

Each 3 252.20 756.60

13,500.00 Total of Sch 'A' Part-II c/o to BOQ

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.21

Srl No.

Description of works

Drg

No

.

Unit Nos of Units reqd

Rate per Unit Amount

Pe

rio

d o

f co

mp

letio

n

Re

ma

rks

1 2 3 4 5 6 7 8 9

1 Supply and fixing Switch piano; flush type, singlepole, one way 5/6 Amp 230V, AC, 50Hz IS: 3854marked with valid CML No. complete all as specifiedand as directed

Each 231.00 ₹ 34.30 ₹ 7,923.30

2 Supply and fixing Switch piano; flush type, singlepole, one way, and 15/16 Amps 230V, AC, 50Hz IS:3854 marked with valid CML No.complete all asspecified and as directed

Each 50.00 ₹ 86.50 ₹ 4,325.00

3 Supply and fixing Socket outlet multipurpose havingprovision for 3 pin, 5 Amp and 2 pin, 5 Amp, piano

Each 50.00 ₹ 51.50 ₹ 2,575.00

PROVN OF OTM ACCN FOR MDC AT GWALIOR

SCHEDULE ‘A’ PART – III (INTERNAL ELECTRIFICATION)

Notes:- (i) All quantities are provisional. (ii) The complete wiring installation shall be carried out in accordance and conformity with IS:732:1989 "Code of practise for electrical wiring(latest version)"(iii) The cost of provn of niches for electric meter boxes/main switch boxes and MCBs etc and cutting chases in wall for concealed conduit as required is deemed to be included in the unit rate of respective buildings included in schedule ‘A’ Part-I.(iv) The unit rate against item of PVC concealed conduit point wiring includes cutting chases in wall, MS/pressed steel sunken boxes confirming to IS: 5139 (Part 1):1969, duly painted with two coats of anticorrosive paint/black bituminous paint externally and two coats of aluminium paint over a coat of red oxide primer internally, for fixing switches, regulators, socket outlets etc with 3 mm thick plastic laminated sheet of ISI marked. (v) All screws, fasteners, bolts, nuts & washers etc shall be of cadmium plated, the cost of which is deemed to be included in the unit rate.(vi) The complete wiring installation shall be tested on completion as specified in particular specifications.

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

provision for 3 pin, 5 Amp and 2 pin, 5 Amp, pianoflush type 230V, AC, 50Hz IS: 1293-2005marked withvalid CML No complete all as specified and asdirected

4 Supply and fixing Socket outlet multipurpose havingprovision for 3 pin, 15/16 Amp and 3 pin, 5/6 Amp,piano flush type 230V, AC, 50Hz IS : 1293-2005marked with valid CML No complete all as specifiedand as directed .

Each 50.00 ₹ 95.20 ₹ 4,760.00

5 Supply and fixing Ceiling rose 65mm dia suitable for230V Ac surface bakelite suitable for batten fittingcomplete all as specified and as directed

Each 164.00 ₹ 22.80 ₹ 3,739.20

6 Supply and fixing of bell push piano type 230V Acsingle phase complete all as specified and asdirected

Each 3.00 ₹ 39.10 ₹ 117.30

23,439.80 Total of Sch 'A' Part-III c/o to BOQ

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.22

SlNo

Description of item of work

Re

f to

D

raw

ing

s

Un

it No of Units

required

Rate Per Unit Amount

Pe

rio

do

fco

mp

letio

n

Re

ma

rks

1 2 3 4 5 6 7 8 91 Supply, laying, jointing and testing GI tubing 50

mm bore (ISI marked) medium grade with and including all medium grade galvanised iron fittings and fixing accessories such as Tees, elbows, bends, sockets, unions, plugs and sockets, short pieces connector and back nuts, deminishing pieces, cap plugs etc (ISI marked) laid in trenches complete all as specified and directed.Note :- ( For Sl Item no 1,2 & 3)- Excavation and earthwork shall be measured and paid seperately.

RM 100 415.90 41,590.00

2 All as per item No 1 above but 25mm bore RM 75 214.90 16,117.50

3 All as per item No 1 above but 20mm bore RM 80 142.90 11,432.00

SCHEDULE ‘A’ PART – IV (EXTERNAL WATER SUPPLY)

PROVN OF OTM ACCN FOR MDC AT GWALIOR

NOTE: (i) Excavation & earthwork required for the work shall be measured & paid under Sch 'A' Part- XII (EXCAVATION, EARTHWORK & SITE DEVELOPMENT). (ii) All quantities are provisional.

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

4 M&L Gun metal gate or globe valves, ISI marked (IS-778/84) pressure tested 1.5 mpa with iron wheel head, screwed both ends for iron pipe and fixed complete suitable for 50 mm bore of pipe all as specified and directed.

Each 1 893.10 893.10

5 All as per item No 4 above but 25mm bore Each 2 413.80 827.60

6 All as per item No 1 above but 20mm bore Each 3 252.20 756.60

7 M&L for cutting the existing CI pipes of 100 mm dia in position for inserting of branch connection, new fittings etc complete all as directed. Note :- Fittings, lead joint, excavation and earth work shall be measured and paid separately under respective item of schedule.

Each 1 69.40 69.40

71,686.20 Total of Sch 'A' Part-IV c/o to BOQ

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.23

SlNo

Description of item of work

Re

f to

D

raw

ing

s

Un

it No of Units

required

Rate Per Unit Amount

Pe

rio

do

fco

mp

letio

n

Re

ma

rks

1 2 3 4 5 6 7 8 91 M&L for PCC (1:4:8) type D-2 using 40mm

graded stone aggregate as in foundation, fillingand mass concrete for angle iron post, strut &chaning link fencing embedded in PCC completeall as specified & directed.

Cum 5.00 ₹ 2,303.30 ₹ 11,516.50

#

2 M&L for PCC (1:3:6) type C-2 (using 40mm graded crushed stone aggregate) as in foundation filling and mass concrete of stay assembly/ pole etc complete all as specified and directed.

Cum 1 2,579.00 2,579.00

3 M&L for PCC 1:2:4 type B-1 (using 20mm graded crushed stone aggregate) as in coping foundation filling and mass concrete including form work for poles complete all as specified and directed.

Cum 2 4,144.40 8,288.80

4 Supplying laying and fixing along the poles or -

PROVN OF OTM ACCN FOR MDC AT GWALIOR

SCHEDULE ‘A’ PART – V (EXTERNAL ELECTRIC SUPPLY)NOTE: (i) Excavation & earthwork required for the work shall be measured & paid under Sch 'A' Part- XII (EXCAVATION,

EARTHWORK & SITE DEVELOPMENT). (ii) All quantities are provisional.

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

4 Supplying laying and fixing along the poles orpassing through pipes or laid under floor orthrough walls etc jointing and testing LT crosslinked polythene insulated (XLPE insulated)galvanized steel strip armoured electric cable1100 volt grade heavy duty ISI marked withaluminium conductor and overall served with anouter sheath of PVC, of following cross sectionalarea inluding cable glands made out of finnedbrass double compression type complete all asspecified and directed.Note : (i) Excavation, earthwork, sandcushioning, cable covers, pipe for cableprotection shall be measured and paid forseparately).

-

(a) 10 Sqmm 2 core RM 200 104.00 20,800.00

(b) 16Sqmm 4 core RM 50 160.00 8,000.00

(c) 50 Sqmm 3.5 core RM 70 305.00 21,350.00

(d) 120 Sqmm 3.5 core RM 100 632.00 63,200.00

1,35,734.30 Total c/o to collection of Schedule 'A' Part-IV

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.24

1 2 3 4 5 6 7 8 95 Supply and laying dry river sand for cable

cushioning in trenches to required width at bottomand top of cable including spreading levellingwatering and consiolidation complete complete allas specified and directed.

Note:- Punned thickness only shall be

measured and paid.

Cum 45 678.20 30,519.00

6 Supply and laying galvanized steel tubing, light grade 40 mm bore laid in trenches/fixed pole/wall or laid in any position complete with all fittings light grade complete all as specified and directed

RM 18 322.30 5,801.40

7 Supply and laying galvanized steel tubing, light grade 80 mm bore laid in trenches/fixed pole/wall or laid in any position complete with all fittings light grade complete all as specified and directed

RM 18 566.10 10,189.80

8 Supply and laying modular size brick coveringwith width equal to length of brick as themechanical protection to cable with well burnt subclass 'B' laid in trenches flat ccomplete all asspecified and directed.

1000Nos

3 2,350.00 6,815.00

SCHEDULE 'A' PART - V (Contd…)

EXTERNAL ELECTRIC SUPPLY

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

specified and directed.

9 Supply, erecting and fixing in true vertical position, steel tubular swaged pole (410 SP – 31) conforming to IS 2713 (part 1 to 3), 9 mtr long, complete with cast iron base plate, pole cap / finial taper plug, bolts, nuts and washers, including two coats of black bituminous paint externally upto planting depth and remaining exterior portion of pole shall be provided with one coat of red oxide primer and two coats of aluminium paint complete all as specified and directed. (Numbering of the poles shall be done with synthetic enamel paint with letter of required shape & size as directed.)

Note: (a) Cost of numbering of pole shall be deemed

to included in unit rate.(b) Excavation, Earth work and PCC foundation will be measured and paid for separately.(c) The pole shall be marked with designation, manufacturer's identification and year of manufacture

Each 5 7,891.70 39,458.50

92,783.70 Total c/o to collection of Schedule 'A' Part-IV

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.25

1 2 3 4 5 6 7 8 910 M&L for earth continuity conductor or main

earthing lead 32x6mm GI strip fixed from earthingelectrode to the equipment to be earthed by usingGI nuts bolts etc complete all as specified anddirected.

RM 25 132.10 3,302.50

3,302.50

23

24

25

:

2. Total B/F from Serial Page No.

Total of Sch 'A' Part-V c/o to BOQ 2,31,820.50

Total c/o to collection of Schedule 'A' Part-V

EXTERNAL ELECTRIC SUPPLY

SCHEDULE 'A' PART - V (Contd…)

1. Total B/F from Serial Page No.

3,302.50

COLLECTION OF SCHEDULE 'A' PART - V

92,783.70

3. Total B/F from Serial Page No.

1,35,734.30

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.26

SlNo

Description of item of work

Re

f to

D

raw

ing

s Un

it No of Units

required

Rate Per Unit Amount

Pe

rio

do

fco

mp

letio

n

Re

ma

rks

1 2 3 4 5 6 7 8 91 Rolling and consolidation formation surface in

cutting/filling with power roller 8 to 12 tonne andconsolidated to required gradient and camberincluding watering complete all as specified anddirected.

Ten Sqm

142.00 ₹ 8.00 ₹ 1,136.00

2 M&L for 150mm (spread thickness) Soling (or sub base) with broken boulders or quarried stone(Granite, Trap or Basalt stone) of size range

10 Sqm 142.00 ₹ 1,203.60 ₹ 1,70,911.20

NOTES:- (a) The premix carpet shall be carried out towards the end of the contract period so as to complete the same when the entire work under the contract is completed. Actual progress of carrying out premix carpet shall jointly be prepared by the contractor and Engineer-in-Charge. (b) Premix carpet work shall be done by using mechanical mixer as specified in clause 20.A.27 of SSR Part-I. The spreading of premix carpet shall be done by mechanical paver and not with rake. (c) Wherever soft/disintegrated rock or hard rock is met at site as sub grade, item for rolling to formation surfaces and soling shall not be ordered on the contractor. (d) Excavation and earth work except for the items which categorically includes for same shall be measured and paid separately under Sch ‘A’ Part-XII.

SCHEDULE ‘A’ PART-VI ROAD, PATH & CULVERT

PROVN OF OTM ACCN FOR MDC AT GWALIOR

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

(Granite, Trap or Basalt stone) of size range100mm to 50mm, interstices filled, surfaceformed, rolled with power roller 8 to 12 tonne andconsolidated to required gradient and cambercomplete all as specified and directed.

3 M&L 150mm thick (compacted thickness) waterbound macadam in two layers each of 75mmthick (each layer to be rolled and consolidatedseparately) with coarse aggregate ofgranite/black trap/basalt stone of grading 2ranging from 63mm to 40mm, hollows made up toform true surface, spread, surface binding withand including screening and moorum, watered,consolidated and rolled with 8 to 12 tonne powerroller to gradient and camber required completeall as specified and directed.

Ten Sqm

142.00 ₹ 1,645.00 ₹ 2,33,590.00

4,05,637.20Total c/o to collection of Schedule 'A' Part-VI

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.27

1 2 3 4 5 6 7 8 94 M&L preparing un-surfaced water bound

macadam by brushing with wire brushes forremoving caked mud etc. Sweeping with broomsand finally fanning the cleaned surfaces withgunny bags to remove all loose dirt etc andapplying evenly a tack coat with bituminousprimer (Paving bitumen) VG-10 grade @ 10 Kgper 10 Sqm and premix asphaltic semi denseconcrete 40mm consolidated thickness with 5.5%binder content (using paving bitumen of gradeVG-30) by weight of total mix, using hot mixprocess and laid by mechanical paver, rolled andcompacted to required camber and gradient using power roller 8 to 12 tonne capacity complete allas specified anddirected.

10 Sqm 142.00 ₹ 2,900.10 ₹ 4,11,814.20

5 M&L for preparing old black top surface byburshing with wire brushes for removing cakedmud etc. sweeping with brooms and finallyfanning the cleaned surfaces with gunny bags toremove all loose dirt etc and applying evenly atack coat with bituminous primer (Pavingbitumen) VG-10 grade @ 5 Kg per 10 Sqm and

10 Sqm 30.00 ₹ 2,641.40 ₹ 79,242.00

SCHEDULE ‘A’ PART-VI ROAD, PATH & CULVERT

SCHEDULE 'A' PART - VI (Contd….)

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

bitumen) VG-10 grade @ 5 Kg per 10 Sqm andpremix asphaltic semi dense concrete 40mmconsolidated thickness with 5.5% binder content(using paving bitumen of grade VG-30) by weightof total mix, using hot mix process and laid bymechanical paver, rolled and compacted torequired camber and gradient using power roller8 to 12 tonne capacity complete all as specifiedand directed.

6 M&L for sand stone edging of roughly squaredrubble stones of size 50mm to 65mm thick and300mm deep , 50 to 60 cm in length dressed sothat the maximum depression form a straightedge held against the dressed surface shall notexceed 6 mm for top and exposed surfaces ofsides and 20 mm for the rest of surfaces jointedin cement mortar (1:6) and joint struck flushincluding necessary excavation and earth work inany type of soil, complete all as specified anddirected.

RM 450.00 ₹ 288.90 ₹ 1,30,005.00

6,21,061.20Total c/o to collection of Schedule 'A' Part-VI

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.28

1 2 3 4 5 6 7 8 97 M&L for machine pressed precast concrete

interlocking paver block any shape and sizecomforming to IS - 15658- 2006 of 60mmthickness M-35 grade with gray cement andpigment laid over and including 25 mm thick sandcusion complete all as specified and directed.

Sqm 210.00 ₹ 533.56 ₹ 1,12,047.60

8 M&L for plain cement concrete (1:2:4) type B-1(using 20mm graded stone aggregate) as inkerbs along PCC path including weathering,slightly rounded or chamfered angles andthroating including necessary formwork completeall as specified and directed.

Cum 2.00 ₹ 4,144.40 ₹ 8,288.80

9 M&L for plain cement concrete (1:4:8) type D-2using 40mm graded stone aggregate as infoundation filling and mass concrete, base ofinterlocking paver block complete all as specifiedand directed.

Cum 17.00 ₹ 2,303.30 ₹ 39,156.10

1,59,492.50

SCHEDULE ‘A’ PART-VI ROAD, PATH & CULVERT

SCHEDULE 'A' PART - VI (Contd….)

COLLECTION OF SCH 'A' PART- VI

Total c/o to collection of Schedule 'A' Part-VI

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

26 4,05,637.20

27 6,21,061.20

28 1,59,492.50

: 11,86,190.90

2. Total B/F from Serial Page No.

Total of Sch 'A' Part-VI c/o to BOQ

2. Total B/F from Serial Page No.

COLLECTION OF SCH 'A' PART- VI

1. Total B/F from Serial Page No.

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.29

SlNo

Description of item of work

Re

f to

D

raw

ing

s Un

it No of Units

required

Rate Per Unit Amount

Pe

rio

do

fco

mp

letio

n

Re

ma

rks

1 2 3 4 5 6 7 8 91 M&L for PCC (1:4:8) type D-2 using 40mm

graded stone aggregate as in foundation, fillingand mass concrete for angle iron post, strut &chaning link fencing embedded in PCC completeall as specified & directed.

Cum 18.00 ₹ 2,303.30 ₹ 41,459.40

#

2 M&L for reinforced cement concrete, 1:2:4 type B-1 using 20 mm graded stone aggregate as inprecast posts, fencing posts, straining or terminalposts, struts etc. for fencing, average sectionalarea exc 100 sq. cm but not exc. 250 sq.cm, withor without chamfered angles and flat, splayed,rounded or mitered tops complete all as specifiedand directed.

Cum 6.00 ₹ 4,853.20 ₹ 29,119.20

#

NOTE: (i) Excavation & earthwork required for the work shall be measured & paid under Sch 'A' Part- XII (EXCAVATION, EARTHWORK & SITE DEVELOPMENT). (ii) All quantities are provisional.

(COMPOUND WALL, SECURITY FENCING & GATE )

PROVN OF OTM ACCN FOR MDC AT GWALIOR

SCHEDULE 'A' PART - VII

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

and directed.(Note : Reinforcement shall be measured andpaid seperately)

3 M&L for TMT bars 10 mm dia and over cut tolength, bent to shape required including cranking,bending sprially for hoping for columns hookingends and binding with and including mild steelwire (annealed) not less than 0.9 mm dia orsecuring with clips complete all as specified anddirected.

Kg 650.00 ₹ 48.60 ₹ 31,590.00

#

4 All as per item No 03 above but 5 mm dia andover up to and including 10 mm dia as in stirrupscomplete all as specified and directed.

Kg 175.00 ₹ 49.70 ₹ 8,697.50

5 All as per item No 03 above but 6 to 8 mm diacomplete all as specified and directed.

Kg 22.00 ₹ 49.10 ₹ 1,080.20

6 Suppy only MS round bars 10 mm dia as in linewire for chain link fencing complete all asspecified and directed. Note - Fixing is includedin item no 8 here in after.

Kg 180.00 ₹ 40.50 ₹ 7,290.00

#

1,19,236.30Total c/o to collection of Schedule 'A' Part-VII

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.30

1 2 3 4 5 6 7 8 97 Supply only chain link MS galvanised medium

coated (as per IS 4826) fencing, any mesh, sizeand type complete all as specified and directed.

Kg 290.00 ₹ 67.00 ₹ 19,430.00

8 Fixing only chain link fencing including line wires,any mesh, size and type to any type of standards,rails, straining bolts, etc. including provission ofbinding wire complete all as specified anddirected.

Sqm 147.00 ₹ 4.20 ₹ 617.40

9 S&F galvanized, 2 strand steel barbed wire 2.24mm dia barbed with 2mm dia barbs at 75mmspacing’s and straining and fixing to any type ofstandard rails straining bolts, including, securingor tying at crossings with and provision ofgalvanized mild steel wire, staples or steel pinsetc, complete all as specified & directed (Note:-each line of wire to be measured).

Per 100 RM

5.00 ₹ 810.00 ₹ 4,050.00

10 S&F mild steel screw bolts (machine made) withhexagonal or square heads one end and screwedthe other or screw both ends each screw end tobe fitted with washers and one hexagonal orsquare nut n exc 5cm long, 5 to 10mm dia ofshank complete all as specified and directed.

Kg 80.00 ₹ 89.50 ₹ 7,160.00

SCHEDULE 'A' PART - VII (Contd….)

(COMPOUND WALL, SECURITY FENCING & GATE )

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

shank complete all as specified and directed.

11 S&F mild steel flat iron fillets (for securing wiremesh etc.) including all necessary drilling, boltingor riveting, etc., and similar work conforming tograde Fe290 (Gde-165) complete all as specifiedand directed.

Kg 84.00 ₹ 70.30 ₹ 5,905.20

12 S&F mild steel framed work as in door or gates ofangle or other section with gusset places, rails,braces etc complete drilled for fixing of steelsheeting or other covering doors etc to beprepared for hanging or sliding with and includinghooks, hinges conforming to grade Fe-290 (Gde-165) complete all as specified and directed.

Kg 800.00 ₹ 58.00 ₹ 46,400.00

13 M&L for PCC (1:3:6) Type C1 using 20mmgraded stone aggregate including all form, mouldetc as in coping/kerb complete all as specifiedand directed.

Cum 2.00 ₹ 3,656.70 ₹ 7,313.40

14 M&L for brick work with kiln burnt bricks (old size)built in CM (1:4) using sub class 'B' bricks straightor curved on plan n. exc 6m mean radiuscomplete all as specified and directed.

Cum 198.00 ₹ 2,351.90 ₹ 4,65,676.20

15 M&L for 15mm rendering in CM (1:4) on brick orconcrete surface finished fair & even complete allas specified and directed.

Sqm 990.00 ₹ 114.90 ₹ 1,13,751.00

6,70,303.20Total c/o to collection of Schedule 'A' Part-VII

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.31

1 2 3 4 5 6 7 8 916 M&L for preparation of new plastered surfaces of

wall and applying three coats of white washcomplete all as specified & directed.

Sqm 990.00 ₹ 11.10 ₹ 10,989.00

17 M&L for preparation of new steel surfaces over10 cm width or girth and applying two coats ofsynthetic enamel paint over a coat of red oxideprimer complete all as specified and directed.

Sqm 110.00 ₹ 58.20 ₹ 6,402.00

18 M&L for preparation of new steel surfaces of anydescription n. exc 10 cm in width or girth andapplying two coats of synthetic enamel paint overa coat of red oxide primer complete all asspecified and directed.

10 RM 2.00 ₹ 60.60 ₹ 121.20

19 M&L for RCC M-25 design mix (using 20mmgraded stone aggregate) as in foundation, raft,footing, plinth beam, base for column etccomplete all as specified and directed. (Note :Reinforcement shall be measured and paidseperately)

Cum 20.00 ₹ 3,482.20 ₹ 69,644.00

20 M&L for RCC M-25 design mix (using 20mmgraded stone aggregate) as in column completeall as specified and directed.

Cum 5.00 ₹ 4,159.00 ₹ 20,795.00

(COMPOUND WALL, SECURITY FENCING & GATE )

SCHEDULE 'A' PART - VII (Contd….)

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

all as specified and directed.(Note : Reinforcement shall be measured andpaid seperately)

21 Use and waste of formwork to side of concretefoundation footing base of column raft beam andplinth beam etc rough finished surface ofconcrete flat complete all as specified anddirected.

Sqm 290.00 ₹ 134.20 ₹ 38,918.00

22 Use and waste of form work to side of pillars,post, column square, rectangular or polygonal etcrough finished surface of concrete flat completeall as specified and directed.

Sqm 48.00 ₹ 241.10 ₹ 11,572.80

23 M&L for renedering 10 mm thick on fair faces ofbrick work or concrete surfaces in cement mortar(1:4) finished even and smooth without usingextra cement.

Sqm 60.00 ₹ 103.60 ₹ 6,216.00

29 1,19,236.30

30 6,70,303.20

31 1,64,658.00

: 9,54,197.50

Total c/o to collection of Schedule 'A' Part-VII ₹ 1,64,658.00

1. Total B/F from Serial Page No.

2. Total B/F from Serial Page No.

2. Total B/F from Serial Page No.

Total of Sch 'A' Part-VII c/o to BOQ

COLLECTION OF SCH 'A' PART- VII

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.32

SlNo

Description of item of work

Re

f to

D

raw

ing

s

Un

it No of Units

required

Rate Per Unit Amount

Pe

rio

do

fco

mp

letio

n

Re

ma

rks

1 2 3 4 5 6 7 8 91 M&L for PCC (1:3:6) type C-1 using 20mm graded

stone aggregate as in surface channels and drainscomplete all as specified and directed.

Cum 8.00 ₹ 2,699.80 ₹ 21,598.40

2 M&L for precast cement concrete 1:2:4, type B1(Using 20 mm graded stone aggregate) in landings,cover slabs for drain etc. and similar articles with plainfaces, set in cement mortar 1:4 complete all asspecified and directed. Note:- Reinforcement shall bemeasured and paid separately.

Cum 4.00 ₹ 4,817.60 ₹ 19,270.40

3 M&L for brick work with kiln burnt bricks (old size)built in CM (1:4) using sub class 'B' bricks straight orcurved on plan exceeding 6 meter mean radiuscomplete all as specified and directed.

Cum 55.00 ₹ 2,351.90 ₹ 1,29,354.50

#

4 M&L for PCC (1:2:4) type B-1 using 20mm graded Cum 15.00 ₹ 4,144.40 ₹ 62,166.00

NOTE: (i) Excavation & earthwork required for the work shall be measured & paid under Sch 'A' Part-XII (EXCAVATION, EARTHWORK & SITE DEVELOPMENT). (ii) All quantities are provisional.

PROVN OF OTM ACCN FOR MDC AT GWALIOR

SCHEDULE 'A' PART - VIII (AREA DRAINAGE)

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

4 M&L for PCC (1:2:4) type B-1 using 20mm gradedstone aggregate as in coping including necessaryform work complete all as specified and directed.

Cum 15.00 ₹ 4,144.40 ₹ 62,166.00

5 M&L for rendering 15 mm thick on fair faces of brickwork or concrete surfaces in cement mortar 1:4,finished even and smooth without using extra cementcomplete all as specified and directed.

Sqm 415.00 ₹ 127.40 ₹ 52,871.00

6 Extra for forming fair finish to drain or channel, 30 cminner girth in cement concrete using extra cement,including forms, moulds, mitred/ stoped ends etc.complete all as specified and directed.(Note :- Inner girth shall only be measured)

RM 140.00 ₹ 14.90 ₹ 2,086.00

7 Add or deduct for each 25mm girth or part there ofover or under 30cm complete all as specified anddirected.Note: This item is catered only for rate adjustment.

RM ₹ 1.90 ₹ 0.00

8 M&L for mild steel TMT bar 6 to 8 mm dia, cut tolength, bent to shape required, including cranking,bending spirally for hooping for columns, hookingends and binding with mild steel wire (annealed) notless than 0.9 mm dia, or securing with clips completeall as specified and directed.

Kg 700.00 ₹ 49.10 ₹ 34,370.00

9 M&L for reinforced concrete pipes, class NP2, 200mm dia, laid and jointed with collars complete all asspecified and directed.

RM 29.00 ₹ 345.90 ₹ 10,031.10

10 M&L for PCC (1:3:6) type C2 using 40 mm gradedstone aggregate as in concrete bed to drain pipesincluding packing under and completely surroundingpipes with concrete after they are laid and tested for200 mm bore complete all as specified and directed.

RM 29.00 ₹ 362.40 ₹ 10,509.60

3,42,257.00 Total of Sch 'A' Part-VIII c/o to BOQ

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.33

SlNo

Description of item of work

Re

f to

D

raw

ing

s

Un

it No of Units

required

Rate Per Unit Amount

Pe

rio

do

fco

mp

letio

n

Re

ma

rks

1 2 3 4 5 6 7 8 91 1. M & L for Detectors complying with and type

certified to EN-45 addressable type multisensordetector with heat and smoke combination withself built intelligence as per IS:11360 all asspecified and directed.

Each 144.00 ₹ 4,456.00 ₹ 6,41,664.00

2 2. M & L for Addressable manual call pointresettable type all as specifie and directed

Each 6.00 ₹ 4,969.00 ₹ 29,814.00

3 3. M & L for Addressable electronic soundercum strobe all as specified and directed

Each 6.00 ₹ 6,762.00 ₹ 40,572.00

#

4 4. M & L for Remote response indicators all asspcified and directed

Each 6.00 ₹ 144.00 ₹ 864.00

7,12,914.00

PROVN OF OTM ACCN FOR MDC AT GWALIOR

NOTE: (i) All quantities are provisional.

Total of Sch 'A' Part-IX c/o to BOQ

SCHEDULE 'A' PART - IX (Fire Alarm & Fire Detection System)

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

7,12,914.00 Total of Sch 'A' Part-IX c/o to BOQ

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.34

SlNo

Description of item of work

Re

f to

D

raw

ing

s Un

it No of Units

required

Rate Per Unit Amount

Pe

rio

do

fco

mp

letio

n

Re

ma

rks

1 2 3 4 5 6 7 8 91 S&F stop valve cast copper alloy, fancy type,

chromium plated 15 mm bore, screwed down,high pressure,with crutch or butterfiy handlescrewed both end for iron pipe or for union all asspecified and directed.

Each 2 169.00 338.00

2 S&F Steel water tubing,20mm dia, mediumgrade (ISI Marked),galvanised with and includingall medium grade galvanised iron fitting (ISIMarked) and concealed or fixed complete to wall,ceiling or laid in floors complete all as specifiedand directed.

RM 50.00 ₹ 153.80 ₹ 7,690.00

3 M&L Gun metal gate or globe valves, ISI marked (IS-778/84) pressure tested 1.5 mpa with iron

Each 1 252.20 252.20

NOTE: (i) Excavation & earthwork required for the work shall be measured & paid under Sch 'A' Part-XII (EXCAVATION, EARTHWORK & SITE DEVELOPMENT). (ii) All quantities are provisional.

PROVN OF OTM ACCN FOR MDC AT GWALIOR

SCHEDULE 'A' PART - X (HOT WATER SUPPLY)

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

(IS-778/84) pressure tested 1.5 mpa with iron wheel head, screwed both ends for iron pipe and fixed complete suitable for 20 mm bore of pipe all as specified and directed.

#

8,280.20 Total of Sch 'A' Part-X c/o to BOQ

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.35

SlNo

Description of item of work

Re

f to

D

raw

ing

s

Un

it No of Units

required

Rate Per Unit Amount

Pe

rio

do

fco

mp

letio

n

Re

ma

rks

1 2 3 4 5 6 7 8 91 M&L for glazed stone ware (SWG) drain pipes

150 mm bore grade 'A' (ISI marked) laid intrenches and jointed in cement mortar (1:1)complete all as specified and directed.

RM 252.00 ₹ 209.00 ₹ 52,668.00

2 M&L for reinforced concrete pipes, class NP2,200 mm dia, laid and jointed with collars complete all as specified and directed.

RM 24.00 ₹ 345.90 ₹ 8,301.60

3 M&L for PCC (1:4:8) type D2 using 40 mmgraded stone aggregate as in concrete bed todrain pipes including packing under and hunchingagainst the sides of pipes after they are laid and

RM 236.00 ₹ 177.20 ₹ 41,819.20

#

SCHEDULE 'A' PART - XI ( SEWAGE DISPOSALE )

NOTE: (i) Excavation & earthwork required for the work shall be measured & paid under Sch 'A' Part- XII (EXCAVATION, EARTHWORK & SITE DEVELOPMENT (ii) All quantities are provisional.

PROVN OF OTM ACCN FOR MDC AT GWALIOR

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

against the sides of pipes after they are laid andtested for 150 mm bore complete all as specifiedand directed.

#

4 M&L for PCC (1:4:8) type D2 using 40 mmgraded stone aggregate as in concrete bed todrain pipes including forming cradles after theyare laid and tested for 200 mm bore complete allas specified and directed.

RM 22.00 ₹ 181.00 ₹ 3,982.00

#

5 M&L for PCC (1:3:6) type C-2 using 40mmgraded stone aggregate as in foundation fillingand mass concrete complete all as specified anddirected.

Cum 8.00 ₹ 2,579.00 ₹ 20,632.00

6 M&L for brick work with kiln burnt bricks (old size)built in CM (1:4) using sub class 'B' bricks straightor curved on plan exceeding 6 meter mean radiuscomplete all as specified and directed.

Cum 46.00 ₹ 2,351.90 ₹ 1,08,187.40

7 M&L for rendering 15 mm thick on fair faces ofbrick work or concrete surfaces in cement mortar(1:3) mixed with WPC @3% by weight of cementor as per manufacturer's instructions finishedeven and smooth without using extra cementcomplete all as specified and directed. (Note:WPC shall be measured and paid separately)

Sqm 150.00 ₹ 142.40 ₹ 21,360.00

2,56,950.20 Total c/o to collection of Schedule 'A' Part-XI

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.36

1 2 3 4 5 6 7 8 98 M&L for PCC (1:2:4) type B-1 using 20mm

graded stone aggregate as in kerbs, benching,hanching, PCC block for fixing rungs and copingincluding necessary form work complete all asspecified and directed .

Cum 2.00 ₹ 4,144.40 ₹ 8,288.80

9 Supply only integral water proofing compound. Kg 40.00 ₹ 35.30 ₹ 1,412.00

10 M&L for mild steel TMT bar 10 mm dia and over,cut to length, bent to shape required, includingcranking, bending spirally for hooping forcolumns, hooking ends and binding with mildsteel wire (annealed) not less than 0.9 mm dia, orsecuring with clips complete all as specified anddirected.

Kg 1200.00 ₹ 48.60 ₹ 58,320.00

#

11 M&L for precast cement concrete 1:2:4 type B-1,(using 20mm graded stone aggregate) as incovers slab for manholes and set in CM 1:4complete all as specified and directed. (Note :Reinforcement shall be measured and paidseperately)

Cum 1.00 ₹ 4,817.60 ₹ 4,817.60

#

12 Use & waste formwork to soffit of suspended slabsuch as roof slab, floor slab, landing and similar

Sqm 80.00 ₹ 211.50 ₹ 16,920.00

( SEWAGE DISPOSALE )

SCHEDULE 'A' PART - XI (Contd….)

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

such as roof slab, floor slab, landing and similarwork nexc 200mm thick for rough finishedsurface of concrete flat complete all as specifiedand directed.

13 Use and waste of formwork to edges of concreteflats, treads, break in floor, window cill, concreterailing, opening in concrete wall, floor and roofexc 5 cm but nexc 10cm wide complete all asspecified and directed.

RM 160.00 ₹ 19.50 ₹ 3,120.00

14 M & L for RCC M-25 design mix (using 20 mmgraded stone aggregate) as in Slab supported onwall beams and column in floor, roof, landing etccomplete all as specified and directed.

Cum 8.00 ₹ 3,770.00 ₹ 30,160.00

35

36

:

Total c/o to collection of Schedule 'A' Part-XI

₹ 1,23,038.40

₹ 1,23,038.40

COLLECTION OF SCHEDULE 'A' PART - XI

1. Total B/F from Serial Page No. 2,56,950.20

2. Total B/F from Serial Page No.

Total of Sch 'A' Part-IX c/o to BOQ ₹ 3,79,988.60

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.37

NOTE: (i) All quantities are provisional.

SlNo

Description of item of work

Re

f to

D

raw

ing

s Un

it No of Units

required

Rate Per Unit Amount

Pe

rio

do

fco

mp

letio

n

Re

ma

rks

1 2 3 4 5 6 7 8 91 Grubbing up tree trunk exc 30cm & n .exc 100cm

in girth incl cutting of trunk portion protruding overground, digging out roots, filling holes andlevelling ground, stacking serviceable materialand removing unserviceable material to adistance n. exc 50 m complete all as directed.

Each 5.00 ₹ 559.20 ₹ 2,796.00

2 Grubbing up tree trunk exc 150cm & n .exc200cm in girth incl cutting of trunk portionprotruding over ground, digging out roots, fillingholes and levelling ground, stacking serviceablematerial and removing unserviceable material toa distance n. exc 50 m complete all as directed.

Each 4.00 ₹ 1,005.90 ₹ 4,023.60

SCHEDULE 'A' PART - XII

EXCAVATION, EARTH WORK AND SITE DEVELOPMENT

PROVN OF OTM ACCN FOR MDC AT GWALIOR

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

3 Surface excavation n.exc. 30cm deep andaveraging 15 cm deep and getting out insoft/loose soil complete all as directed.

Sqm 1400.00 ₹ 15.90 ₹ 22,260.00

4 Surface excavation n.exc. 30cm deep andaveraging 6 cm deep and getting out in soft/loosesoil complete all as directed.

Sqm 200.00 ₹ 9.30 ₹ 1,860.00

5 Surface dressing n.exc. 15cm deep in soft/loosesoil complete all as directed.

Sqm 3200.00 ₹ 7.90 ₹ 25,280.00

6 Rough excavation not exceeding 1.5 m deep andgetting out soft and loose soil complete all asspecified and directed.

Cum 75.00 ₹ 53.60 ₹ 4,020.00

7 Forming embankments including raising (orlowering) earth, spreading in layers n exc. 30 cmthick; watering, ramming/rolling and finishing torequired size, shape, etc., n exc. 1.5 m high frombase complete all as specified and directed.

Cum 75.00 ₹ 50.70 ₹ 3,802.50

8 Spreading and levelling in layers n exc. 25 cmthick complete all as specified and directed.

Cum 75.00 ₹ 19.90 ₹ 1,492.50

9 Well ramming including watering complete all asspecified and directed.

Cum 75.00 ₹ 31.80 ₹ 2,385.00

10 Excavation over area not exceeding 1.5m deepand getting out in soft/ loose soil complete all asspecified and directed.

Cum 1450.00 ₹ 77.40 ₹ 1,12,230.00

11 Excavating in trenches not exceeding 1.50m wideand not exceeding 1.50m depth for foundation,laying of cables/pipes/poles etc., and getting outin soft/loose soil complete all as specified anddirected.

Cum 641.00 ₹ 115.20 ₹ 73,843.20

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.38

₹ 2,53,992.80Total c/o to collection of Schedule 'A' Part-XII

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.39

1 2 3 4 5 6 7 8 912 All as per item no 11 above but exc 1.50m but

n.exc 3.0m deep complete all as specified anddirected.

Cum 50.00 ₹ 162.90 ₹ 8,145.00

13 Excavating in trenches not exceeding 1.50m wideand exceeding 1.50m depth for foundation,laying of cables/pipes/poles etc., and getting outin hard/dense soil complete all as specified anddirected.

Cum 150.00 ₹ 202.50 ₹ 30,375.00

14 Excavation in post holes (or similar holes) eachn.exc 0.5 Cum, getting out, in any type of soilincluding returning, filling in and ramming earth orbroken rubble mixed with earth around, in layersnot exceeding 25 Cm thick, watering andremoving surplus soil to a distance n.exc 50mand making good surface complete all asspecified and directed.

Each 40.00 ₹ 96.20 ₹ 3,848.00

15 Returning, filling in, including spreading, levelling,watering and well ramming in layers notexceeding 25cm thick each layer as in soilcomplete all as specified and as directed.

Cum 249.00 ₹ 41.70 ₹ 10,383.30

16 Removing excavated material (soil) to a distance Cum 292.00 ₹ 96.10 ₹ 28,061.20

EXCAVATION, EARTH WORK AND SITE DEVELOPMENT

SCHEDULE 'A' PART - XII (Contd….)

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

16 Removing excavated material (soil) to a distancen.exc. 50m and depositing where directed at alevel not exceeding 1.5m above the starting pointcomplete all as specified and as directed.

Cum 292.00 ₹ 96.10 ₹ 28,061.20

17 Removing excavated material (soil) to a distanceexc 250 m but n.exc. 500m and depositing wheredirected at a level not exceeding 1.5m above thestarting point complete all as specified and asdirected.

Cum 200.00 ₹ 149.40 ₹ 29,880.00

18 Removing excavated material (soil) to a distanceexc 500 m but n.exc. 1.5km and depositing wheredirected at a level not exceeding 1.5m above thestarting point complete all as specified and asdirected.

Cum 100.00 ₹ 173.40 ₹ 17,340.00

19 M &L for moorum/red bajri filling in floor,foundation, berms of road, laid in layers n. exc 15cm thick, spread, levelled and rammed includingwatering complete all as specified & directed.

Cum 550.00 ₹ 542.60 ₹ 2,98,430.00

20 M&L for hard core of broken stone of gauge notexceeding 63mm, deposited, spread and levelledin layers not exceeding 15cm thick watered androlled with power roller 8 to 12 Tonne/rammed toa true surface complete all as specified &directed.

Cum 35.00 ₹ 895.10 ₹ 31,328.50

37

38

:

1. Total B/F from Serial Page No.

COLLECTION OF SCHEDULE 'A' PART - XII

₹ 2,53,992.80

2. Total B/F from Serial Page No. ₹ 4,57,791.00

Total of Sch 'A' Part-XII c/o to BOQ ₹ 7,11,783.80

Total c/o to collection of Schedule 'A' Part-XII ₹ 4,57,791.00

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.40

SlNo

Description of item of work

Re

f to

D

raw

ing

s Un

it No of Units

required

Rate Per Unit Amount

Pe

rio

do

fco

mp

letio

n

Re

ma

rks

1 2 3 4 5 6 7 8 9

1 Demolition of cement concrete (unreinforced inground floor and paving n.exc 15cm thick complete allas specified and as directed.

Cum 22.00 ₹ 417.80 ₹ 9,191.60

2 Demolition of cement concrete (unreinforced) of anydescription and in any position not otherwisespecifically provided for complete all as specified andas directed.

Cum 27.00 ₹ 494.00 ₹ 13,338.00

3 Demolition of reinforced cement concrete of anydescription and in any position (reinforcement cut asrequired to facilitate demolition) complete all asspecified and as directed.

Cum 30.00 ₹ 570.40 ₹ 17,112.00

4 Demolition of brick work or stone/boulder masonry,built in cement mortar including all quoins, arches,pillars, etc, but excluding ashlar facings, dressedstonework and precast concrete articles complete allas specified and as directed.

Cum 92.00 ₹ 417.80 ₹ 38,437.60

5 Dismantling wrought iron or mild steel work of anydescription not otherwise provided for complete all asspecified and as directed.

Qtl 20.00 ₹ 155.40 ₹ 3,108.00

6 Taking down bib tap 15mm bore any type complete all Each 10.00 ₹ 7.40 ₹ 74.00

PROVN OF OTM ACCN FOR MDC AT GWALIOR

SCHEDULE 'A' PART - XIII (DEMOLITION/DISMANTLING )

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

6 Taking down bib tap 15mm bore any type complete allas specified and as directed.

Each 10.00 ₹ 7.40 ₹ 74.00

7 Taking down pillar tap 15mm bore any type completeall as specified and as directed.

Each 6.00 ₹ 13.90 ₹ 83.40

8 Taking down stop valve 15/20mm bore any typecomplete all as directed.

Each 8.00 ₹ 13.40 ₹ 107.20

9 Taking down steel tubing and connection 15mm borecomplete all as directed.

RM 70.00 ₹ 8.80 ₹ 616.00

10 Taking down steel tubing and connection 20mm borecomplete all as directed.

RM 80.00 ₹ 10.60 ₹ 848.00

11 Taking down chowkhat with shutters (without takingoff shutters from the frames) n.exc 1.5 Sqm eachcomplete all as directed.

Each 14.00 ₹ 93.10 ₹ 1,303.40

12 Taking down chowkhat with shutters (without takingoff shutters from the frames) exc 1.5 but n. exc 4 Sqmeach complete all as directed.

Each 12.00 ₹ 117.60 ₹ 1,411.20

13 Dismantling of concrete poles/struts, any size. Each 8.00 ₹ 310.00 ₹ 2,480.00

14 Dismantling of cross arms of MS channel or anglesections etc complete and setting aside for re-usewithin 50m.

Qtl 5.00 ₹ 31.00 ₹ 155.00

15 Dismantling of insulators any type, any size complete. Each 16.00 ₹ 16.00 ₹ 256.00

16 Dismantling of ACSR conductors service feeder ordistributor span.

Qtl 0.70 ₹ 82.00 ₹ 57.40

17 Dismantling of stay assembly complete, (demolition ofconcrete etc and excavation measured separately).

Each Set

6.00 ₹ 65.00 ₹ 390.00

18 Dismantling air break gang operated switchesverticle/horizontal mounted including insulators andoperating mechanism for insulators and operatingmechanism for repair/replacement of broen/worn outcomponents and insulators etc.

Each 2.00 ₹ 185.00 ₹ 370.00

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.41

₹ 89,338.80Total of Sch 'A' Part-XIII c/o to BOQ

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CEBZ/GWL/TOKEN/11 OF 2018-19 SER PAGE NO.42

NOTES:

SlNo

Description of item of work

Re

f to

D

raw

ing

s Un

it No of Units required

Rate Per Unit Amount

Pe

rio

do

fco

mp

letio

n

Re

ma

rks

1 2 3 4 5 6 7 8 9

SCHEDULE OF CREDIT

PROVN OF OTM ACCN FOR MDC AT GWALIOR

(i) The following materials retrieved from work shall become the property of the contractor. Recovery at the rates given belowshall be made from the contractor’s dues ie. from RAR payments. Recovery shall be affected soon after thedemolition/dismantling is done by the Contractor. The quantities given under Col- 5 are tentative and may vary at site. Therate of recovery given under Col-6 is firm. Credit shall be taken for the entire quantity of dismantled items irrespective of thestate of the items. Contractor shall have no Claim in case the actual value of retrieved material is more/less than the ratespecified here in. The old materials retrieved shall not be reused in the work.

(ii) Any other material having salvage value retrieved from demolition/dismantling not covered here-in-after shall become theproperty of Govt and contractor shall remove the same to the MES store yard of GE without any extra cost.

(iii) The materials for which credit has been given shall be removed from work site by the contractor under his ownarrangements without any extra cost to Govt. The materials shall be removed only after the recovery is made.

(iv) All E/M items retrieved from demolition/dismantling not covered under credit shall be deposited in E/M store yard of GEsuch as tube light fittings, MCBs, DB, fans (Ceiing fan/ exhaust fan) and electric meter without any extra cost.

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

1 2 3 4 5 6 7 8 9

1 Old chowkhat or frame with shutter (withouttaking off shutter from the frame) are n exc 1.50sqm each including iron mongry complete all asspecified and as directed

Each 14.00 ₹ 500.00 ₹ 7,000.00

2 Old chowkhat or frame with shutter (withouttaking off shutter from the frame) are a exc 1.50sqm and n exc 4.0 Sqm each including ironmongry complete all as specified and as directed

Each 12.00 ₹ 600.00 ₹ 7,200.00

3 Old U/S CP brass stop cock bib tap piller tap gatevalve any dia

Each 24.00 ₹ 50.00 ₹ 1,200.00

4 Old U/S GI tube 15mm bore RM 70.00 ₹ 15.00 ₹ 1,050.00

5 Old U/S GI tube 20mm bore RM 80.00 ₹ 20.00 ₹ 1,600.00

6 OL brickbats cum 92.00 ₹ 500.00 ₹ 46,000.00

7 Water storage tank Each 2.00 ₹ 400.00 ₹ 800.00

8 Scap iron Kg 2000.00 ₹ 20.00 ₹ 40,000.00

₹ 1,04,850.00Total Schedule of Credit C/O to BOQ =

(To be deducted off line)

SIGNATURE OF CONTRACTOR DY DIR (CONTRACTS)

CA NO CEBZ/GWL/TOKEN/11 OF 2018-19 SERIAL PAGE NO. 66

Signature of Contractor Dy Dir (Contracts)

SCHEDULE ‘B’ ISSUE OF MATERIALS TO THE CONTRACTOR

(SEE CONDITION 10 OF IAFW-2249)

Sl No

Particular Rate at which materials will be issued to the contractor

Place of issue by name

Remarks

UNIT RATE 1 2 3 4 5 6

NIL

SCHEDULE ‘C’

LIST OF TOOLS AND PLANTS OTHER THAN TRANSPORT WHICH WILL BE HIRED TO THE CONTRACTOR

(See Condition 15, 34 and 35 of IAFW-2249)

Sl. No

Qty Particulars of T&P

Details of MES crew supplied

Hire charges per unit working day.

Stand by charges per unit per off day

Place of issue by name.

Remarks

1 2 3 4 5 6 7 8

NIL

SCHEDULE ‘D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR (See condition 16 and 35 of IAFW-2249)

Sl No.

Qty Particulars Rate per unit per working day

Place of issue by name

Remarks

1 2 3 4 5 6

NIL

CA NO CEBZ/GWL/TOKEN/11 OF 2018-19 SERIAL PAGE NO. 67

Signature of Contractor Dy Dir (Contracts)

In lieu of IAFW 2159 TENDER

To,

The President of India

Having examined and perused the following documents: -

1. Specifications signed by Director/ Dy. Director/Asst Director/ AAD (CONTRACTS).

2. Drawings detailed in the specifications.

3. BOQ (Schedule ‘A’), ‘B’, ‘C’ and ‘D’ attached hereto.

4. MES Standard Schedule of Rates Part-I ‘Specifications’ (2009) including amendment No. 1 to 3 and Part-II ‘Rates’ (2010) including amendment No. 1 to 59 to Part II (hereinafter and in IAFW-2249 referred to as MES Schedule).

5. General Conditions of Contracts IAFW-2249 (1989 print) together with Errata 1 to 20

and amendments No. 1 to 40. 6. WATER : CONDITION 31 OF IAFW 2249 - GENERAL CONDITIONS OF CONTRACTS.

WATER WILL NOT BE SUPPLIED BY MES

7. Should this tender be accepted, I/We AGREE.

* (a) That the sum of Rs.435000/- forwarded as earnest money shall either be retained as part of the Security Deposit or be refunded by the Government on receipt of the appropriate amount of Security Deposit all as per Condition 22 of IAFW-2249. (b) To execute all the works referred to in the said documents upon the terms and conditions contained/referred to therein and as detailed in the General Summary hereinafter and to carry out such deviations as may be ordered vide Condition 7 of IAFW-2249 up-to a maximum of 10% and further agree to refer all disputes as required by Condition 70 of IAFW-2249 to the sole arbitration of a serving officer to be appointed by Engineer-in-Chief, Army HQ NEW DELHI-110011 or in the absence the officer officiating as Engineer-in-Chief or Director General of Works, if specifically delegated in writing by Engineer-in-Chief, Army HQ, New Delhi-110011 whose decision shall be final, conclusive and binding.

*Retain where applicable.

CA NO CEBZ/GWL/TOKEN/11 OF 2018-19 SERIAL PAGE NO. 68

Signature of Contractor Dy Dir (Contracts)

TENDER (CONTD…)

Brought forward for the lump sum of Rs. ___________________ (Rupees _______________ _____________________________________________________________________ Only). Signature ________________________ in the capacity of ____________________________ For and on behalf of _________________________________________________________

(IN BLOCK LETTERS) Dated :_______________________ ADDRESS:_________________________________

TELEPHONE NO:____________________________

TELEGRAPHIC ADDRESS:___________________ WITNESS:-____________________

Address:_______________________

ACCEPTANCE

______ alterations have been made in these documents and as evidence that these

alterations were made before the execution of the Contract Agreement., they have been

initialled by the Contractor and Shri.___________________________________________ Dy.

Dir (Contract).

The said officer is hereby authorised to sign and initial on my behalf, the documents

forming part of this Contract.

The above tender was accepted by me on behalf of the President of India, for the lump-sum

of Rs.______________________(Rupees ________________________________________

______________________________________________________________________ only)

on the _____________ day of ____________________________________

Signature _________________________

Dated:_______________________________

APPOINTMENT: - CHIEF ENGINEER BHOPAL ZONE, BHOPAL (FOR AND ON BEHALF OF THE PRESIDENT OF INDIA) ACCEPTING OFFICER

CA NO CEBZ/GWL/TOKEN/11 OF 2018-19 SERIAL PAGE NO. : 69 TO 127

GENERAL CONDITIONS OF CONTRACTS (IAFW-2249) FOR

(LUMP SUM CONTRACTS IAFW-2159) AND

MEASUREMENT CONTRACTS (IAFW-1779 & 1779-A) 1. It is hereby agreed by me/us that the following documents shall be form an

integral part of the tender documents. (a) General Conditions of Contracts including condition 70 pertaining to the

settlement of disputes by Arbitration, IAFW-2249 (1989 Print) containing 33 pages (Serial Page No 69 to 101)

(b) Errata 1 to 20 (IAFW-2249) (1989 Print) and amendment 1 to 40 (IAFW-

2249) (1989 Print) in 20 pages (Serial Page No 102 to 121). (C) Schedule of minimum rates of wages (Revised dated 10 Mar 1992 in 06

pages (Serial Page No 122 to 127).

2. This tender submitted by me/us is/are subject to the aforesaid documents and copy of which is in my/our possession and which I/We have read fully and understood before submission of this tender.

3. My/our signature hereunder is in token of my/our having accepted the aforesaid

documents as forming an integral part of this tender. NOTE:- (i) The documents mentioned above can be seen in the office of the Chief

Engineer, Bhopal Zone, Bhopal-01 or in any other MES (CWE/GE) office during working hours.

(ii) In case of difference in interpretation due to wordings of English and Hindi

versions, the English version will prevail as per Article 348 of constitution of India.

Signature of Contractor Dy Dir (Contracts)

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.128

SPECIAL CONDITIONS

Signature of Contractor Dy. Dir (Contracts)

1. GENERAL These special conditions shall be read in conjunction with the general conditions of

contracts (IAFW-2249) and IAFW-2159 including errata and amendments thereto. Any provisions in these special conditions if at variance with the provision in the above mentioned documents shall be deemed to take precedence there over.

2. INSPECTION OF SITE BY THE TENDERER (i) The tenderer is advised to contact the Garrison Engineer for the purpose of

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

(ii) The tenderer shall be deemed to have inspected the site (s) and made themselves familiar with the working conditions, whether they have actually inspected the site (s) or not.

3. CO-ORDINATION WITH OTHER AGENCIES : The contractor shall permit free access and

afford normal facilities and usual convenience to other agencies or departmental workmen to carry out connected works or services under separate arrangements. The contractor will not be allowed any extra payment on this account.

4. CONTRACTORS REPRESENTATIVE, AGENTS, SERVANTS AND WORKMEN:-

Contractor shall employ only Indian Nationals as his representatives, agents, servants and workmen after verifying their antecedents and loyalty. He shall ensure that no person of doubtful antecedents and nationality is in any way associated with the works. If for reasons of technical collaboration or other considerations the employment of foreign national(s) is unavoidable, the contractor shall furnish full particulars to this effect to the Accepting Officer at the time of submission of the tender. As a proof that the contractor has employed only Indian National, he shall render a certificate to GE within one month from the date of acceptance of tender to this effect. In case the GE desires contractor will have the police verification done of personal employed by him. The GE shall have full powers and without giving reasons; to order the contractor immediately cease to employ, in connection with this contract, any agent, servant, or employee whose continued employment is, in his opinion, is undesirable. The contractor shall not be allowed any compensation on this account.

5. SECURITY OF CLASSIFIED DOCUMENTS Contractor’s special attention is drawn to condition 2-A and 3 of General Conditions of

Contracts (IAFW-2249). The contractor shall not communicate any classified information regarding works either to sub contractors or others without prior approval of the Engineer-in-Charge. The contractor shall also not make copies of the design/drawings and other documents furnished to him in respect of works and he shall return all documents on completion of the works or on earlier determination of the contract. The contractor shall along with final bill attach a receipt from the Engineer-in-Charge in respect of his having returned the classified documents as per condition 3 of General Conditions of Contracts (IAFW-2249).

6. ACCEPTANCE OF TENDER The tender shall remain open for acceptance for a period of 90 days from the date of bid

submission end date.

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.129

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

7. CRITICAL PATH METHOD CPM NETWORK 7.1 The time and progress chart to be prepared as per condition 11 of General Conditions of

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

7.2 During currency of the work the contractor is expected to adhere to the time schedule and

this adherence will be a part of the contractor’s performance under the contract. During the execution of work contractor is expected to participate in the reviews and updating of the network undertaken 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 will be submitted by the contractor to the GE within a week who will approve it after due scrutiny. The contractor will adhere to the revised schedule thereafter. In case of contractor disagreeing with the revised schedule the same will be referred to the Accepting Officer whose decision will 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.

7.3 The Contractor shall mobilise and employ sufficient resources to achieve the detailed schedule within the broad frame work of the accepted methods of working and safety.

7.4 No additional payment will be made to the contractor for any multiple shift work or other

incentive methods contemplated by him in his work schedule even though the time schedule is approved by the Department.

8. SCHEDULE OF FINISHES:- In the event of a discrepancy between schedule of finishes and other drawings forming part of the tender, the provisions in the schedule of finishes shall take precedence over the provisions in the other drawings.

9. MATERIALS AND SAMPLES 9.1 Refer condition 10 of IAFW-2249. 9.2 The materials and articles, which have been specified from certain makes/ manufacturers,

shall be of makes / manufactures as specified. If the manufacturers specified in tender documents make both ISI marked and conforming to ISI, the materials / articles shall be ISI marked.

9.3 The materials and articles, which have not been specified in tender documents by makes /

manufacturers, shall be as under :- (a) If ISI marked materials are being manufactured the same shall be ISI marked. For

list of ISI marked manufacturers refer website of BIS i.e. www/bis.org.in. (b) If ISI marked materials are not being manufactured the same shall be conforming to

IS specifications.

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.130

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

9.4 Materials of local origin shall be as specified and conforming to samples kept in GE’s office. The tenderer is advised to inspect sample of materials which are displayed in the office of GE, before submitting his tender. The tenderer shall be deemed to have inspected the samples and satisfied himself as to the nature and quality of materials, he is required to incorporate in the work irrespective of whether he has actually inspected them or not.

9.5 The contractor shall not procure materials and articles unless the samples are first got

approved by the GE. 10. RECORD OF MATERIALS 10.1 (A) Original vouchers / invoice for the following items shall invariably be produced by the

contractor :- (i) Cement (ii) Steel (iii) Transformer (iv) DG Sets (v) APP modified polymeric membrane (vi) Proprietary materials like :- Water proofing compound, chemical for Anti termite Treatment, Paint, Oil bound distemper, Cement based paint, (vii) Bitumen for water proofing and Bitumen for road work. (viii) Flooring tiles

(B) In addition to above, original vouchers / invoice for the items for which payment is

claimed in RAR as “Material lying at site” shall also be produced. However, for the items of local origin except perishable items payment in RAR may be allowed based on market enquiry / verification.

10.2 The vouchers/invoice shall be from the manufacturers and /or from their approved agents

for full quantity of the respective materials required for the work under the contract.

10.3 The quantity of proprietary articles/materials brought to site shall be recorded in measurement books and signed by the contractor and the Engineer-in-Charge as a check to ensure that the required quantity has been brought to site for incorporation in the work.

10.4 Proprietor materials referred above brought at site shall be stored as directed by the

Engineer-in-Charge and those already recorded in measurement book shall be suitably marked for identification

10.5 The contractor shall ensure that the materials are brought to site in original sealed container in packing bearing manufacturers marking.

10.6 The vouchers shall be certified by the Engineer-in-Charge as soon as materials are brought

to site by the contractor and suitable endorsement made on the face of original paid vouchers indicating the contract No and other particulars of work for which used. Certified true copies of all such vouchers shall be carefully maintained by the Engineer-in-Charge.

11. QUARRIES :-Reference to condition 14 of IAFW-2249. Quarries are not available on Defence land for use by the contractor.

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.131

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

12 & 13 BLANK

14. RELEASE OF ADDITIONAL SECURITY DEPOSIT:(Refer condition 22 and 68 of IAFW-

2249); The contractor in case he has to deposit additional security for the contract, is advised to deposit the additional security in two equal parts so as to facilitate release of additional security in accordance with condition 68 of IAFW-2249

15. ADVANCE ON ACCOUNT AGAINST MATERIALS (APPLICABLE TO CONTRACTS OF

VALUE RS 50 LAKHS AND ABOVE): Add the following in continuation to 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 only brought on site on his furnishing guarantee bonds from schedule bank for the amount of the retention money which should otherwise be recoverable from him under the contract:

(a) Sanitary fittings (b) Water supply pipes and fittings (c) Electric fittings (d) CI manhole covers (e) Iron mongery/fittings (f) Factory made panelled/flush doors (g) Steel windows, rolling shutters (j) Electric cables, conductors, & other elect panel items (k) SGSW pipes, CI soil, waste, vent and RW pipes (l) Steel

The Bank Guarantee bonds shall be executed for a period and on a form as directed by the Accepting Officer. The contractor shall further arrange to extend the period of guarantee bond (s) if and when necessary as directed by the Accepting Officer or shall furnish fresh guarantee bond for similar value in lieu.

16. AVAILABILITY OF LAND FOR STORAGE OF MATERIALS/ TEMPORARY WORKSHOP/

OFFICE (Refer condition 24 of IAFW-2249):-Delete the following in Para 1 of condition 24 of IAFW-2249, ‘In the event of ---- of areas of land allotted to him’ and following shall be read in conjunction with condition 24 of IAFW-2249. “The contractor shall be permitted to store his materials including erection of temporary sheds thereof and also to erect his temporary workshop and the like at the area of land marked on the site plan free of rent if it is on class A1 land. For other types of land he shall be charged a nominal licence fee of Rs 1/- per year or part thereof in respect of each and every separate area of land allotted to him”.

17. AVAILABILITY OF LAND FOR ACCOMMODATION OF LABOUR AND CANTEEN :

(Refer condition 24 of IAFW-2249. No land will be allotted for labour camp and canteen

18. FAIR WAGES:

The contractor shall have no claim what so ever if, for any reason other than those mentioned in condition 63 of IAFW-2249 and condition 13 herein before, he is required to pay wages in excess of minimum wages as laid down by Govt of India (shown in the schedule of minimum rate of wages or the minimum wages as fixed by the State Govt whichever is higher).

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.132

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

19. OFFICIAL SECRET ACT The contractor shall be bound by the official secret act 1923. 20. OUTPUT OF ROAD ROLLERS 20.1 Refer condition 15 of IAFW-2249. Where road rollers are hired by the Department to the

contractors, a log book for each road roller shall be maintained by the Department for recording working hours of the road roller. In case, however, when the contractor procures road rollers from sources other than the Department, a logbook for each road roller shall be maintained by him for recording hours of work of road roller. Entries in the log book shall be signed by the contractor or his authorised representative and by the Engineer-in-Charge.

20.2 To ensure proper consolidation roller must work for at least number of days assessed on

the basis of out put given hereunder. If the roller has not worked for the number of days so assessed, recovery shall be effected from the contractor for the number of days falling short of the days assessed on the basis of output stipulated. The recovery shall be effected as under:-

(i) Where road roller is hired out only by the Department to the contractor at rates given in Schedule ‘C’.

(ii) Where road roller is hired by the contractor only from sources other than the Department at rate of Rs 1200/- per working day of 8 hours.

(iii) Where road roller is hired by the contractor from the Department and also from sources other than the Department, at higher of the two rates given in Schedule ‘C’ of the contract and para (ii) above.

20.3 The above provisions shall not, however, absolve the contractor of his responsibility of

properly consolidating surface as required under the provisions of contract. OUTPUT PER DAY OF 8 HOURS WORK

(i) Consolidation of formation surface/sub grade 1850 Sqm

(ii) Consolidation of stone soling/hard core

(a) 10 cm thick (spread thickness) 1000 Sqm

(b) 15 cm thick (spread thickness) 800 Sqm

(c) 23/20 cm thick (spread thickness) 518 Sqm

(iii) Consolidation of water bound macadam (stone metal) including spreading and consolidation with binding material

(a) 7.5 cm (compacted thickness) 248 Sqm (b) 10 cm (compacted thickness) 175 Sqm

(c) 11.5 cm (compacted thickness) 160 Sqm

(iv) Consolidation of premixed carpet including seal coat

(a) 2 cm thick (compacted thickness) 744 Sqm

(b) 2.5 cm thick (compacted thickness) 600 Sqm

(v) 25 mm thick semi dense asphaltic concrete 600 Sqm

(vi) Consolidation of bituminous mixture 2 parts of broken stone metal and one part of sand and bitumen, consolidated thickness 4 CM

372 Sqm

(vii) 40 mm thick semi dense asphaltic concrete 375 Sqm

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.133

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

21. ELECTRIC SUPPLY (a) In the case the contractor desires to buy electricity from MES, he shall be charged

for the electric energy consumed at Rs 8.57 per kilowatt hours for KWH lighting and power each.

(b) The above rates are exclusive of duty/tax, if any levied by the local state Govt on the electric energy. Duty and taxes, if any levied by the State Govt and/or electricity under taking and the like on the electricity charges, will be borne by the department.

(c) Electric supply required for works shall be made available by MES. However exact location shall be shown by the GE. The main switch and KWH meter to register the electric energy supplied shall be provided and installed by MES. Contractor shall provide all necessary connections, cables, fittings etc from the main switch in order to ensure a proper and suitable supply of electricity for the execution of work.

(d) MES do not guarantee continuity of supply and no compensation whatsoever shall be allowed for supply becoming intermittent or for breakdown in the system.

(e) The supply shall be AC 3 phase, 3 wire, 400 to 440 volts (within permissible limits) 50 cycles up to 10 KW at point of supply.

22. WATER :- (REFER CONDITION 31 OF IAFW-2249) 22.1 Water shall not be supplied by the MES. Contractor shall make his own

arrangement for the water at his own cost from the sources outside the defence land, alternatively contractor shall be permitted to bore the tube wells on defence land and no recovery on this account shall be made from the contractor. The contractor’s quoted lump sum shall be deemed to include the cost of installation of tube wells. The tube well bore (Except pump) shall be property of Government and the same shall be handed over to the department after completion of work without any extra cost to Govt.

22.2 It will be the responsibility of the contractor to ensure that the water brought to

site meets the requirement of clause 5.4 of IS 456. Each source of water shall be got approved from the GE, well in advance of the requirement of water for construction purpose. GE will first approve each source of water before commencement of any concreting/masonry/plaster work. Thereafter, the water from each source will be tested at least at an interval of every three months. The sample of water from the sites will be got collected by the GE and sealed by him. All the testing charges including the arrangement for forwarding the sample to the Recognised/Approved Laboratory will be borne by the contractor.

22.3 Work done with water arranged by the contractor and not meeting the

requirement of IS 456 is liable for rejection.

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.134

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

23. QUALIFIED TRADESMEN (APPLICABLE FOR WORKS COSTING RUPEES ONE CRORE OR MORE):- 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)/National Institute of Construction Management and research (NICMAR)/ National Academy of Construction (NAC) Hyderabad/ Construction Industry Development Council (CIDC)/ Similar reputed and recognized Institutes by State/Central Government, to execute the works of their respective trade. The number of such qualified tradesmen shall not be less then 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 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 a 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.

24. WORKING CONDITIONS IN RESTRICTED AREA

Condition for working in Restricted Area : All works lie 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 authorised representative is required to be present at the places of entry and exit for purpose of identifying his carts, trucks, etc to the person in charge of the security of the restricted area. (b) Identity of workmen :

(i) 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.

(ii) Identity Card or Passes : The contractor, his agents 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.

(c) Search : Through search of all persons and transport shall be carried out at each gate and for as many times the gate is used for entry or exit and may also be carried out any number of times at the site within the restricted area. (d) Working Hours : The units controlling restricted area, usually work during six days in a week and remain closed on the 7th day. The working hours available to the Contractor’s labour and staff are however appreciately reduced because of the time of entry and exit during working hours. The exact working hours, working days and number of working days observed for these restricted area (s) where works are to be carried out shall be deemed to have been ascertained by contractor before submitting his tender. The tenderer’s attention is invited to the fact that number of working hours for a unit are prescribed in regulations and that they cannot be increased by the Garrison Engineer or authorities controlling the restricted area. The definition of “working days” as given under

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.135

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

condition 1 (t) of IAFW-2249 does not apply in case where the works are carried out in restricted area. However, presently the working hours allowed are as under . Monday to Friday – 8.00 AM to 4.00 PM . Saturday – 8.00AM to 01.00 PM . (e) Working on Holidays : The contractor shall not carry out any work on gazetted holiday, weekly holidays and other non working days except when he is specially authorised in writing to do so by the Garrison Engineer. The GE may at his sole discretion declare any day as holiday or non working day without assigning any reasons for such declaration. (f) Fire Precautions :-

(i) The contractor, his agents, representatives, workmen etc shall strictly observe the order pertaining to fire precautions prevailing within the restricted area. (i) Motor transport vehicle, if allowed by the authorities to enter the restricted area must be fitted with the serviceable fire extinguisher.

(g) 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 labour is employed by him inside that area. If more than one contractor employs female labour during any month and female 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 searcher (s) shall be distributed on equitable basis between the contractors employing female labour taking into consideration the values and periods 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.

25. TESTING :- The cost of all tests shall be borne by the contractor. In case any implement

and equipments for the testing at site of work are required, the same shall also be provided by the contractor without any extra cost to the Govt.

26. RETENTION MONEY/COMPENSATION FOR DELAY:- (a) Refer condition 64 and 50 of IAFW-2249. (b) For the purpose of calculating retention money under condition 64 of IAFW-2249,

and compensation for delay under condition 50 of IAFW-2249, the value of contract as revised by price variation in terms of condition 12, 13 & 29 under modified condition 63 of IAFW-2249 shall be taken into account.

27. CONCILIATION 27.1 CONCILIATION BY DRB OR CONCILIATORS

In this connection please refer condition 71 of IAFW 2249 amended as per amendment No. 40 vide G of I MOD New Delhi letter No. PC-1 to 33487/ IAFW-2249/R/01/2011/D (works-II) dt 24 Mar 2015.

27.2 APPOINTMENT OF DRB/ CONCILIATOR All disputes brought above shall be referred to the DRB (for works costing more than Rs 10

crore) and to sole conciliator (for the works costing less than Rs 10 crore) viz Serving Officer having degree in Engineering or equivalent or having passed final/direct final examination of sub division-II of Institution of Surveyors (India) to be appointed by the Engineer-in-Chief, Army HQ, New Delhi or in his absence the officer officiating as

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.136

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

Engineer-in-Chief or Director General of Works specifically delegated by the Engineer-in-Chief in writing. The constitution of DRB shall be as decided by E-in-C.

27.3 STATUS OF EFFECT OF SETTLEMENT AGREEMENT The settlement agreement signed by the parties as a result of conciliation proceedings shall

have the same status and effect as it is an arbitral award on agreed terms. 28. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION:- 28.1 CONTRACTOR’S PLANT/EQUIPMENT AT SITE:-

(a) The contractor shall furnish to the Engineer-in-Charge every morning a distribution return of his plant/ equipment on the site of work, stating the following particulars:-

(i) Particulars of plant/equipment, its make, manufacture No, model No if any,

registration No, if any, capacity, year of manufacture, year of purchase etc. (ii) Total No (Quantity) on site of work.

(iii) Location, indicating No (quantity) at each location of site of works. (iv) Purchase value on the date of purchase. For the purpose of this condition,

plant/equipment shall include vehicles i.e. trucks and lorries but neither the workmen’s tools nor any manually operated tools/equipments. The 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.

(b) The Engineer-in-Charge shall record the particulars, supplied by the contractor in the

work diary and send the return to the GE for record in his office. 28.2 REIMBURSEMENT IN CASE OF ENEMY ACTION:-

If as a result of enemy action, the contractor suffers any loss or damage, the Government shall reimburse to the contractor such loss or damage to the extent and in the manner hereinafter provided :-

(i) The loss suffered by him on account of any damage or destruction of his plan/equipment (as defined in special condition) here in before or materials or any part or parts thereof. (The amount of loss assessed by the Accepting Officer of the contract or the CWE in case of contracts by GE, on this account shall be final and binding). (ii) The compensation paid by him under any law for the time being in force, to any workmen employed by him for any injury caused to him or to the workmen’s legal successors for loss of the workman’s life. (iii) 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). (iv) No reimbursement shall be made nor shall any compensation be payable under the above provision unless the contractor had taken Air Defence precautions ordered in writing by the GE/OC concerned or in the absence of such orders, reasonable precautions. No reimbursement shall be payable nor any compensation

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.137

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

be payable for any plant/equipment or materials not lying on site of work at the time of happening of enemy action.

29. 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 /cesses viz GST, duties, Royalties, Octroi & other levies payable under the respective Statutes. No reimbursement/refund for variation in rates of taxes, duties, Royalties, Octroi & other lavies, and/or imposition/abolition of any new/existing taxes/cesses, duties, Royalties, Octroi & other levies shall be made except as provided in sub para (b) here-in-below.

(b) (i) The taxes/cesses which are levied by Govt at certain percentage rates of Contract Sum/Amount shall be termed as “taxes directly related to Contract value” such as GST, Labour Welfare Cess/tax and like but excluding Income Tax. The tendered rates shall be deemed to be inclusive of all “taxes directly related to Contract value” with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes directly related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the Contractor and any decrease in percentage rates of “taxes directly related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be refunded by the Contractor to the Govt/deducted by the Govt from any payments due to the Contractor. Similarly imposition of any new “taxes directly related to Contract value” after the last due date for receipt of tenders shall be reimbursed to the Contractor and abolition of any “taxes directly related to Contract value” prevailing on last due date for receipt of tenders shall be refunded by the Contractor to the Govt/deducted by the Govt from the payments due to the Contractor. (ii) The contractor shall, within a reasonable time of his becoming aware of variation in percentage rates and/or imposition of any further “taxes directly related to Contract value”, give written notice thereof to the GE stating that the same is given pursuant to this Special Condition, together with all information relating there to which he may be in a position to supply. The Contractors shall 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 Govt, and shall further, at the request of the GE furnish, verified in such a manner as the GE may require, any documents so kept and such other information as the GE may require. (iv) Reimbursement for increase in percentage rates/imposition of “taxes directly related to Contract value” shall be made only if the Contractor necessarily & properly pays additional “taxes directly related to Contract value” to the Govt, without getting the same adjusted against any other tax liability or without getting the same refunded from the concerned Govt Authority and submits documentary proof for the same as the GE may require.”

30. ---BLANK---- 31. TESTING OF MATERIALS:- (aa) (i) A LEVEL TESTS FOR WORKS COSTING 100 LAKHS AND ABOVE :- The

contractor shall set up site laboratory for testing of materials (except Sch ‘B’ materials) for ‘A’ level tests as listed in Annexure-I hereto. The contractor shall arrange all equipment / machines for the tests specified in Annexure-I as A level tests at his own cost with prior

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.138

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

approval of GE. This cost shall be included in the lump sum costs quoted by the contractor. The contractor shall employ a competent technical representative as approved by the GE for the purpose of testing and all such tests shall be carried out in the presence of Engineer-in-Charge. The successful tests result thereof shall be recorded and signed jointly by the contractor and the Engineer-in-Charge. The charges for these test i.e. A level tests carried out in site laboratory of the contractor shall not be recovered. In case, the contractor has not set up the site laboratory and the tests are carried out in Zonal or any other laboratory setup / approved by GE, the recovery shall be made at rates applicable i.e. as given in Annexure-I.

(ii) A LEVEL TESTS FOR WORKS COSTING UPTO 100 LAKHS : The contractor may set up site laboratory at his option for works costing up to 100 lakh. The other stipulations will be same as specified in preceding para (aa) (i). However in case the contractor has not set up the site laboratory and tests are carried out in Zonal or any other laboratory approved / setup by GE, the recovery shall be made at rates applicable i.e. as given in Annexure - I.

(bb) B & C LEVEL TESTS : For tests of ‘B’ and ‘C’ level as indicated in Annexure-I, the contractor shall provide all facilities for testing of materials at Zonal laboratory / Govt approved laboratories or test house / Engg colleges at his own cost. The lump sum / rates quoted by the contractor shall deemed to be inclusive of these tests. The rates of various tests conducted in Laboratory of MES are indicated in Annexure-I. The contractor shall bear the actual charges of ‘C’ level tests (to be done in labs other than MES labs) irrespective of rates indicated in Annexure-I. Wherever it is convenient to get ‘B’ level test done at approved test house / Engg college, the same can be done at the cost of the contractor and no separate recoveries will be made by the department for the same.

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

32. DAMAGE TO EXISTING STRUCTURES: Any damage to the existing structures, any existing road etc, during the execution of work shall be made good by the contractor at his own expense. Rectification, replacement, making good and touching up etc. shall be carried out, conforming to the materials and workmanship originally provided and to the satisfaction of the Engineer-in-Charge. In case of any dispute on this account, the decision of the GE shall be final, binding any conclusive.

33. APPROACHES : The Contractor shall make arrangements for and provide at his own cost

all temporary approaches, if required to the site (s), after obtaining approval in writing of the GE to the layout of such approaches.

34. LOCATION OF BUILDING AND WORKS : There may be some changes in locating / siting

of building shown in site (layout) plan(s) to suit local conditions and / or departmental requirements. The contractor shall have no claim what-so-ever consequent to such changes in the location / siting of works.

35. WATCH / LIGHTING : The contractor shall at his own cost take all possible precautions to

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

36. CLEANING DOWN : Refer condition 49 of IAFW-2249. The contractor shall clean all floors, remove cement, lime or paint drops, clean joinery, glass panels etc., touch up all paint work and carry out all necessary items of work in connection therewith and have the whole premises clean and tidy to the entire satisfaction of Engineer-in-Charge before handing over the items/works. No extra payment shall be admissible to the contractor for this operation.

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.139

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

37 MINIMUM WAGES PAYABLE : - (a) Refer condition 58 of IAFW-2249. The Contractor shall not pay wages lower than

minimum wages for labour as fixed by the Government of India / State Govt / Union territory, whichever is higher.

(b) Contractor’s attention is also drawn, amongst other things to the ‘explanations’ to the

schedule of minimum wages referred to above. (c) The fair wages referred to in condition 58 of IAFW-2249 will be deemed to be the

same as the minimum wages, referred to above as upto date from time to time. (d) 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.

(e) The Contractor shall have no claim whatsoever, if on account of local factor and or

regulations, he is required to pay the wages in excess of minimum wages as described above during the execution of work.

38. HANDING OVER OF SITE : Site for execution of work will be available as soon as the

work is awarded. In case it is not possible to make the entire site available on the award of work, the contractor will have to arrange his working programme accordingly. No claim whatsoever, for not giving entire site on award of work and for giving site gradually, will be tenable.

39. --- BLANK ----- 40. PERFORMANCE EVALUATION AND MONITORING OF WORKS

(a) The works shall be inspected by Accepting officer and performance evaluation and monitoring of works shall be done as under:-

(i) First Evaluation : Within two months from the date of Commencement of work as per Work Order No. 1 (ii) Second/Intermediate : Every six months from the date of Evaluation Commencement of work as per Work Order No. 1 (iii) Evaluation one month prior to original / extended date of completion. (iv) Final evaluation : One month after actual date of completion

(b) The details of performance evaluation and monitoring of works to be exercised have been issued vide IHQ of MOD E-in-C’s Branch letter No. A/37696/OSDPL/pol/E2W (PPC) dt 13 Aug 2014, A/37696/OSDPL/pol/E2W (PPC) dt 25 Aug 2014 and A/37696/OSDPL/pol/ E2W (PPC) dt 29 Dec 2014. These letters can be seen in any of the MES formations and are also available on MES web site www.mes,gov.in. (c) Contractor is advised to be fully aware with these instructions and the requirements.

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.140

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

ANNEXURE-I

SN Material Test Method of testing

Frequency of tests Level of

test

Rate (in Rs)

Remarks

1 2 3 4 5 6 7 8 1 Bricks (i)

Compressive strength

IS-3495 (Part-II)

As per IS 5454 as given under

‘A’ 180 Checks for visual and dimensional characteristics Shall also be carried out as per IS-5454

(ii) Water absorption

IS-3495 (Part-II)

Lot size

Sample size

Permissible Nos of Defective Bricks

150

(iii) Efflore- scence

IS-3495 (Part-I)

1001 to 10000

5 0 ‘A’ 180

10001 to 35000

10 0 ‘A’

35001 to 50000

15 1

2 Coarse aggregate

(i) Sieve analysis

IS-2386 (Part-I)

One test for every 15 Cum of aggregate or part thereof brought to site

‘A’ 120

(ii) Flakiness Index

--DO-- --DO-- ‘A’ 90

(iii) Estimation of deleterious materials

--DO-- One test for every 100 Cum of aggregate or part thereof.

‘A’ 120

(iv) Organic impurities

--DO-- One test per source of supply.

‘C’ 120

(v) Moisture content

--DO-- Regularly as required. ‘A’ 120

(vi) Specific Gravity.

--DO— (Part-II)

One test for each source of supply

‘B’ 120

3 Fine aggregate

(i) Sieve analysis

IS-2386 (Part-I)

One test for every 15 Cum of FA or part when brought to site

‘A’ 180

(ii) Test for clay, silt and impurities

IS-2386 (Part-II)

--DO-- ‘A’ 90

(iii) Specific gravity.

--DO-- One for each source of supply

‘B’ 180

(iv) Moisture content.

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

‘A’ 180

(v) Test for organic impurities

--DO-- One test for each source of supply.

‘C’ 180

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.141

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

1 2 3 4 5 6 7 8 4. Cement (i) Setting time IS-4031-

63 affirmed

1980

One for each consignment or as and when required

‘B’ 180

(ii) Soundness --DO-- --DO-- ‘B’ 120 (iii) Compressive

Strength --DO-- --DO-- ‘B’ 360

(iv) Fineness --DO-- --DO-- ‘B’ 120

5 Structural concrete (M-15 Grade and above)

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

IS-1199 IS-516

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

‘A’

‘A’

180

120

(i) Random sampling shall be carried out to cover all mix units. (ii) Refer IS 456- 2000 clause 14 for frequency of sampling.

Qty of concrete in the work (Cum)

No of sample

1-5 1 6-15 2 16-30 3 31-50 4 51 and above 4+1 for each additional 50 Cum or part thereof

6. (a) PCC

blocks for walling (Hollow block)

(i) Compressive strength

IS 2156-1984 (Appx B)

8 Blocks out of 14 ‘A’ 60 Samples : 14 blocks from consignment of every 5000 block or part thereof.

(ii) Water absorption

-DO- (Appx-

’E’)

3 Blocks out of 14 ‘B’ 120

(iii) Density -DO-

(Appx-’A’)

-DO- ‘B’ 90

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.142

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

1 2 3 4 5 6 7 8

(b) PCC solid block for walling

(i) Compressive strength

IS-2185 12 Block out of 18 ‘A’ 60 Samples : 18 blocks from consignment of every 1000 blocks or part thereof. These blocks to be checked for dimension and weight.

(ii) Water absorption

-DO- 03 Block out of 18 ‘B’ 120

(iii) Density

-DO-

03 Block out of 18 ‘B’ 120

7. Cement flooring tiles / Tarrazzo tiles

(i) Water absorption IS-1237

(Appx-‘D’)

06 tiles out of 18 ‘B’ 180 Samples : 18 tiles from each source of supply selected at random.

(ii) Wet transverse strength

IS-1237 (Appx-

‘E’)

06 tiles out of 18 ‘B’ 144

(iii) Resistance to wear

IS-1237 (Appx-

‘F’)

06 tiles out of 18 ‘C’ 540

8. Burnt clay roofing tiles (handmade) as per IS-2690 (Part-II)

(i) Water absorption

IS-3495 (Part-II)

06 tiles out of 12 ‘B’ 216 Sample : 12 tiles from each source of supply selected at random.

Length 150 mm to 250 mm Width 100 mm to 200 mm Thickness 25 mm to 50 mm.

(ii) Compressive Strength

-do- (Part-I)

-DO- ‘A’ 180

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.143

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

1 2 3 4 5 6 7 8

9. Mangalore pattern roofing tiles

(i) Water absorption

IS-654 (Appx-

‘A’)

06 tiles out of 32 ‘B’ 180 Sample : 32 tiles from each consignment of 3000 tiles or part thereof. These tiles shall be checked for dimension.

(ii) Breaking load

IS-654 (Appx-‘C’)

06 tiles out of 32 ‘B’ 120

10.

Timber (i) Specific gravity and weight

IS-1708 Minimum 03 sample from a lot of 04 CUM or 250 pieces of seasoned timber.

‘B’ 120

(ii) Moisture content

-DO- -DO- ‘A’ 120

11.

Water for construction purpose

(a) Test for acidity

IS-456 & 3015

Once at the stage of approval of source of water

‘B’ 240 Aslo refer clause 4.3 of IS :456 & its subsequent sub clauses regarding suitability of water.

(b) Test for alkalinity

-DO- -DO- ‘B’ 240

(iii) Test for solid content

-DO- -DO-

‘C’ 300

12 Welding of steel work

Visual Ins-pection test

IS-822 Clause

7.1

100% by visual inspection. Work site

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

CA NO. CEBZ/GWL/TOKEN/11 OF 2018-2019 SERIAL PAGE NO.144

SPECIAL CONDITIONS (CONTD)

Signature of Contractor Dy. Dir (Contracts)

1 2 3 4 5 6 7 8

13.

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

(a)Dimensions sizes, workmanship and finish

IS 1003 (Part-I)

Frequency of sampling from each lot shall be as under

‘A’ 180

Lot size Sample size

26-50 5 51-100 8 101-150 13 151-300 20 301-500 32 501-1000 50 1001 and above

80

(b) Strength test

From each lot 5% of the factory made shutters shall be manufacture tested for strength tests.

(i) Slamming IS-1303 (ii) Impact Indentation

-DO-

(iii) Shock Resistance

-DO-

(iv)Edge Loading

-DO-

14 Ply wood (IS:303)

Moisture content

IS : 1734

(Part-I)

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

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

15 Wood particle board (Medium density IS-3097)

(a) Density IS 2360 (Part-III)

Three test specimens from each sample (size 150x75 mm)

‘A’ 60 Sampling shall be as per IS 3487- with moisture meter

(b) Moisture content

-DO- -DO- ‘A’ & ‘B’

60

(c) Water absorption

-DO- Part-16

-DO- (Size 300x300 mm) ‘A’ 60

(d) Swelling due to surface absorption

-DO- Part-17

-DO- (Size 125x100 mm) ‘A’ 60

(e) Swelling in water

-DO- -DO- (Size 200x100 mm) ‘A’ 60

(f) Modulus of rupture

-DO- Part-04

Three test specimen as per IS:2380

‘B’ 90

(g) Screw withdrawal strength

-DO- Part-04

-DO- as per IS : 2385 ‘C’ 120

Legend A : Site Lab B : Zonal Lab C : Approved Test House / Engineering Collage.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 145 PARTICULAR SPECIFICATIONS

1. GENERAL 1.1 The following specifications shall be read in conjunction with the General Conditions

of Contract (IAFW-2249) and IAFW-2159 including Errata/Amendments thereto. If any provision in the Specifications is at variance with that of the aforesaid documents, the former shall be deemed to take precedence there over.

1.2 The work under this contract shall be carried out in accordance with Schedule ‘A’, the

Particular Specifications, drawings, General specifications & other provisions in MES SSR Part-I of 2009 & Part-II of 2010 (herein after called MES Schedule) read in conjunction with each other.

1.3 The term ‘General Specifications’ referred to herein before as well as referred to in

IAFW-2249 (General conditions of contracts) shall mean the specifications contained in the MES Schedule.

1.4 General Rules, specifications, special conditions and all preambles in the MES

Schedule shall be deemed to apply to the work under this contract, unless mentioned otherwise in these documents, in which case, the provision in these documents shall take precedence over the aforesaid provisions in the MES Schedule. 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 or code of practice shall be followed.

1.5 (a) Rate 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 and /or construction 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. (b) 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. However, some minor details, items which shall be deemed to be essential for execution and entire completion of work are detailed as under:-

(i) Reinforcement for any RCC member not indicated in the drawings but required as per structural or code requirement.

(ii) Dwarf wall in situations like verandah, passage, ramp, platform etc not indicated in drawings. (iii) Lintels over doors, windows ward robes/cup board and opening not indicated in drawings. (iv) Fittings to doors, windows, ward robe/cup board and such other built-in furniture items not shown. (v) PCC benching at the junction of chajjas and walls not shown in drawings.

(vi) Coving at junctions of wall plaster with dado/skirting.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 146 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(c) In all the above and similar cases, the details indicated else where in the drawings which are similar or near to the missed out item 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. In the event of any dispute, decision of the Accepting Officer thereon shall be final, conclusive and binding.

2. SCOPE OF WORK

(a) The contract includes for the full, final and entire completion of all works described in BOQ (Schedule ‘A’) included in the General Summary specified in these particular specifications and shown in the drawings forming part of this tender. (b) Probable sources of local materials are given in Appendix ‘A’ to the particular specifications. However, the samples shall be got approved by the contractor from the GE before bulk procurement of the material. The contractor may bring material conforming to the specifications from other sources without price adjustment. If the contractor proposes to use materials from such other sources sample thereof shall be submitted to the GE and the same shall be got approved in writing from the GE before procurement in bulk and incorporation in the work. (c) In appendices/Annexure to particular specifications, list of manufacturers of items have been given. Contractor shall obtain these items from one of the approved manufacturer only. However, it will not absolve the contractor from ensuring that the products supplied are conforming to the relevant IS in all respects before procuring the same for approval by the GE and before procuring bulk product for incorporation in work.

3. EXCAVATION AND EARTH WORK 3.1 EXCAVATION IN GENERAL

3.1.1 PREPARATORY WORKS: Before setting out layout of buildings and commencing the excavation and other works the contractor shall carryout preparatory works such as removal of grass, vegetation etc, trimming surface dressing of the area as per clause 3.6 and 3.10 of MES Schedule Part-I to the entire satisfaction of Engineers-in-Charge. The ‘Area’ referred to implies the entire building plot extending upto 3m all around the outer edge of plinth protection/ramps/aprons of the building. The lump sum bldgs under Schedule ’A’ Part-I shall be deemed to include cost of surface excavation.

3.1.2 Before starting excavation work, the contractor shall carry out surface excavation in soft/loose soil averaging 15 cm and not exceeding 30 cm deep for the entire area covered by building. If the construction is to be carried out on the land where land development work has already been done, this provision is not required.

3.1.3 All rubbish obtained from site clearance and all spoil obtained from surface excavation/surface dressing shall be removed to a distance exceeding 250M and not exceeding 500 M and deposited as directed by Engineer-in-Charge. The cost of works described in 3.1.1 to 3.1.3 shall be deemed included in the lump sum cost of items under Sch ’A’ Part I.

3.1.4 Excavation and earth work involved in Schedule ’A’ Part I has been priced at the rate for excavation in soft/loose soil. If during excavation of work any other type of strata is met with the same shall be brought to the notices of GE in writing, who shall after verification, order the same through deviation.

3.1.5 The ground level indicated in all drawings shall be the formation level after surface excavation.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 147 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

3.1.6 In case hard rock is met with, the contractor shall immediately notify the same to GE under intimation to Accepting Officer and prior approval of Accepting Officer shall be obtained by the GE before ordering work of excavation in hard rock on the contractor. Where hard rock is met with during the excavation, foundation design is likely to be changed which may entail delay in finalisation of drawings. The contractor shall mobilise his resources accordingly in consultation with GE and no claims of what so ever nature for delay in finalisation of revised drawings shall be entertained. Decision of the Accepting Officer in this regard shall be final and binding.

3.1.7 Hard rock met with during excavation shall be entered in the measurement book duly

signed by the GE and the contractor and the same shall become the property of contractor for which recovery at the rate of Rs 646.24 per cubic metre (Solid contents) shall be made from contractor’s advance on account payment.

3.1.8 The hard rock so obtained may be allowed to be used in the work (even if source is

not mentioned in Appendix ‘A’) by the GE provided it meets the specified requirements. Location (s) etc where it is to be used (if allowed to be used) shall also be as decided by the GE whose decision shall be final and binding. If hard rock obtained from excavation is not fit to be used in the work the contractor shall remove the same outside the MD land without any extra cost to the Government.

3.1.9 Surplus excavated soil if any (i.e. Unused soil left over after filing in trenches, plinth, under floors and formation of earthen traverse shall be removed to a distance exceeding 250 metres but not exceeding 500 metres deposited, spread and levelled as directed. Lump sum tendered by the contractor shall include for above lead for removal of surplus soil.

3.1.10 Necessary removal of hard rock and stacking exceeding 250 meters but not

exceeding 500 meters distance as directed by Engr-in-Charge shall be deemed to be included in the lump sum cost.

3.2 SITE CLEARANCE AND SURFACE DRESSING After completion of the work and before handing over any building, the area around

as defined in clause 3.1.1 to 3.1.3 hereinbefore shall be dressed and cleared as directed to the entire satisfaction of the Engineer-in-Charge.

3.3 EXCAVATION IN TRENCHES AND OVER AREAS 3.3.1 Excavation in trenches and over areas shall be carried out as described in Para 3.13

of MES SSR Part-I. Bailing and pumping of water, if required will be done as described in Para 3.17 of MES SSR Part-I. No extra payment shall be admissible for the above-mentioned operation. If however, an inflow of water in to excavation is caused by powerful springs or river seepage, broken water mains or drains and the like (other than those broken through the contractor’s negligence) the contractor shall inform the GE. If in the opinion of the GE the inflow is due to any of these causes, he shall issue instructions in writing as to the method to be employed in clearing the excavation of water and additional payment shall be allowed as deviation order.

3.3.2 Depth of foundation shown on drawing is after surface dressing/ made up ground

level achieved through site development. 3.4 FILLING IN TRENCHES, PLINTH AND UNDER FLOORS 3.4.1 Filling in foundation trenches, plinth, under floors, and in other situations shall be

done with approved earth. It shall be ensured that turf, peat vegetable and other organic and deleterious matter is removed from the soil used for filing. Black cotton

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 148 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

soil shall not be used for filling . Filling in general shall be done as specified in clause 3.19 & 3.21 of SSR Part-I, and filling in trenches for pipes, drains, cables etc shall be done as per clause 3.20 of MES SSR Part-I and shall be all as specified in drawings.

3.4.2 Earth obtained from excavation (Except soil obtained from surface dressing) shall be used for filling only after approval of engineer in charge. Soil not approved for filling surplus to the requirement shall be removed to a distance exceeding 250 metres and not exceeding 500 metres spread & levelled.

3.4.3 No charge shall be levied against contractor for use of approved soil obtained from excavation.

3.4.4 If the soil obtained is not adequate for filling in trenches, plinth and under floor etc,

additional approved earth required for filling shall be obtained by the contractor from outside the MOD land at his own cost and no extra payment on this account shall be admissible. However for the lump sum quoted the entire soil obtained from excavation shall be considered suitable for filling. In case black cotton soil is met with the same shall be ordered as deviation and black cotton soil shall be removed as specified hereinbefore and approved earth for filling shall be obtained from outside MD land.

3.4.5 In case of deviation, approved earth shall be brought by Contractor from outside MD

land and shall be priced at the rate for rough excavation in soft/loose soil not exceeding 1.5 metres in depth and getting out and removal to a distance exceeding 1.5 Km but not exceeding 5 Km adjusted by the contractor’s percentage irrespective of actual lead/cost involved.

3.5 HARD CORE: - Refer Para 3.27 of MES SSR Part-I. 3.5.1 The material for hard core shall be from source specified in Appendix ‘A’. 3.5.2 The hard core shall be watered and rammed. The thickness of hard core shown in

drawings or specified in particular specifications is the consolidated thickness. 4 PRECONSTRUCTION ANTITERMITE CHEMICAL TREATMENT:- Antitermite

treatment shall be provided all as specified in clause 3.26 of MES SSR Part-I except that termite mound treatment if required to be provided shall be ordered as deviation.

4.1 The work of A.T.T. shall be carried out through a specialist firm. The firm shall meet

the following requirements to be approved by the GE before anti termite treatment work is taken in hand:-

(a) The firm executing the work should have valid licence for carrying anti termite treatment as per clause 13 of insecticide Act 1968 (as amended from time to time) (b) The firm shall be a member of IPCA or should have a satisfactory record of performance (c) The person carrying out antitermite treatment should be qualified as per rule 10 promulgated under Insecticide Rule 1971.

4.2 Daily record shall be maintained duly signed by the contractor and Engineer-in-

Charge giving the following details:- (i) Location of work done. (ii) Name of chemical and its concentration used.

(iii) Items of the treatment work done (bottom and sides of excavation of masonry wall, back fill, under plinth protection, top of filling and along external perimeter of building/plinth protection) and area covered under each item.

(iv) Quantity of chemical required for work done during the day and quantity of chemical actually used.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 149 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

4.3 The contractor shall give a service guarantee of 10 (TEN) years for the antitermite treatment. The aforesaid guarantee period of 10 year shall reckon from the certified date of completion of work.

4.4 The amount calculated as per table given below shall be retained out of the

contractor’s bill as security deposit for the guarantee period of 10 years which shall be refunded to him after expiry of the guarantee period satisfactorily. Alternatively, contractor may give a separate interest bearing security deposit or bank guarantee bond to GE valid for 10 years for the sum mentioned above. Security deposit/bank guarantee shall be released after expiry of defect liability period of 10 years as specified. The contractor may at his discretion furnish fixed deposit receipt for the above amount in lieu of the security for guarantee period mentioned:-

Amount of anti-termite

treatment at contract rate

Amount to be retained from contractor’s dues rounded to nearest thousand Rupees

(i) Up to Rs 50.00 lakh 2% of amount subject to minimum of Rs 5000/- and enhanced by 25%

(ii) Over Rs 50.00 lakh and up to Rs 100.00 lakh

Rs 1.00 lakh + 1.50% of amount exceeding Rs 50.00 lakh and enhanced by 25%

(iii) Over Rs 100.00 lakh and up to Rs 500 lakh

Rs 1.75 lakh + 1% of amount exceeding Rs 100.00 lakh and enhanced by 25%

4.5 Should the GE at any time during construction or prior to the expiration of the

guarantee period of 10 years find that the buildings have been infected with termites, the contractor shall on demand in writing from GE, specifying the building(s) complained of, notwithstanding that same may have been inadvertently passed, certified and paid for, forthwith undertake to carryout such treatment as may be necessary to render the said building(s) free from termite infection at his own expenses for the guarantee period of 10 years from the certified date of completion, and in event of his failing to do so within a period to be specified by the GE in his demand aforesaid, the GE may undertake such treatment at the risk and expense, in all respect, of the contractor. The liability of the contractor under this condition shall not extend beyond the guarantee period of 10 years unless the GE had previously given notice to the contractor. The security deposit referred to in condition 4.4 herein before may be refunded to the contractor after the expiry of the period of ten years from the certified date of completion by the GE provided always that the contractor shall first have been paid the final bill and have rendered a no demand certificate (IAFW-451). Condition 10.46 and 68 of the General Conditions of Contracts (IAFW-2249) shall be deemed to be amended to the extent mentioned above.

4.6 Chemicals for antitermite treatment shall be purchased by the contractor from the

manufacturers or their authorised agents only and brought to site in manufacturers sealed containers. Name of the authorised agent shall be verified from the manufacturer by the GE before approval. Only ISI marked chemicals shall be approved for use.

4.7 Regarding chemical for antitermite treatment, provisions of special condition No. 10

(Record of materials) shall be strictly complied with. 4.8 The antitermite treatment chemical when brought to site shall be inspected by the

Engineer-in-Charge and the quantity brought to site shall be recorded in the measurement book and signed by the contractor and the Engineer-in-Charge as a

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 150 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

check to ensure that the required quantity has been brought to site for incorporation in the work.

4.9 The chemical brought to site shall be stored as directed by the Engineer-in-Charge

and those already recorded in the MBs shall be marked for identification. 4.10 Reference clause 3.26.1 of MES SSR Part-I. Chemical for antitermite treatment shall

be chloropyriphos (20% EC). 4.11 Chemicals shall be stored carefully at site, seals of containers should be broken only

in the presence of the Engineer-in-Charge (EIC). Empty containers should be got removed off the site promptly. If on any particular day the contents of one full container could not be used in the work, the container should be got sealed at the end of the day in the presence of the EIC and opened when required, also in the presence of the EIC.

4.12 The Engineer-in-Charge (EIC) should ensure that paid vouchers are produced by the

agency executing the work, for the full quantity of the chemical required and brought to site and a record of such vouchers should be kept by the EIC.

4.13 Tests may be carried out in a recognised laboratory or test house at the discretion of

the GE, of the chemical brought by the agency executing the work, to satisfy that spurious materials are not being used.

4.14 The EIC should work out on his own cost, the total requirements of chemicals

required for the work as per specifications and ensure that full quantity is brought to site and used in the work, for this purpose, entries should be made in the Measurement Book (not for payment-not to be abstracted) indicating the brand name, quantity brought etc and signed by the EIC as well as representative of the agency executing the work.

4.15 A copy of IS-6313 (Part-II) should be available at site with every Engineer-in-Charge who gets anti termite treatment works executed. 5 CEMENT 5.1 TYPE OF CEMENT:- Cement shall be Ordinary Port land Cement (OPC)

Grade 43 conforming to IS 8112-1989 (Latest revision) or Port land Pozzolana Cement (PPC) conf irming to IS-1489-1991 Part-I .

5.2 The following checks and procedures shall be followed before the cement supplied by

the contractor is accepted and is approved for incorporation in the works. 5.2.1 (a) PROCUREMENT : The cement supplied by the contractor will be procured from

main producers of cement. However where estimated requirements of cement is less than 1200 Bags and in all term contracts, contractor can procure cement from authorised distributors / dealers of the approved firms but the contractor will have to submit test certificates of the batch issued by the main producers. The particulars of the manufactures of cement along with the date of manufacture shall be obtained from the contractor for every lot of cement separately. The documents in support of the purchases of cement shall be verified by the site staff and GE. The following are the main producers of OPC & PPC:-

Sl. No

Company Name Grade Address

1. M/s Cement Manufacturing Company Ltd

OPC 43, 53 & PPC

Mayur Garden, 2nd Floor, Opp-Rajuv Bhawan, GS Road, Guwhati – 781005

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 151 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

Ph : 0361-2462215/216/513, Fax : 0361-2462217 Email : [email protected]

2. M/s Ultra Tech Cement Ltd

PSC, OPC & PPC

‘B’ Wing, 2nd Floor, Mahakali Caves Road, Andheri (East) Mumbai – 400093, Ph : 022-66917800

3. M/s OCL India Ltd OPC 43 & PPC

Rajgangpur, Dist – Sundargarh Orissa, Pin – 770017 Ph : 0361-2668504, Fax : 2662131 Website : www.calcom.co.in

4. M/s Dalmia Cement (Bharat) Ltd

OPC 43 & PPC

Dalmiapuram Dist-Tiruchirappalli, Tamil Nadu – 621651

5. M/s Chettinad Cement Corporation Ltd

OPC 43, PPC & PSC

4th Floor, Rani Seethal Hall Building, 603, Anna Salai Hall, Chennai – 600006 Tel No.044-42951800 Fax No.044-28291558 Email : [email protected] Website : www.chettinadcement.com

6. M/s Heidelberg Cement India Ltd

PPC 9th Floor, Infinity Tower ‘C”, DLF Cyber City, Gurgaon, Haryana – 122002 Ph : 0124-4503700, Fax : 0124-4147698

7. M/s My Home Industries Ltd

PSC 9th Floor, Block-3, My Home Hub, Madhapur, Hyderabad – 500081 Ph : 040-66929696 Fax : 040-66929797/98

8. M/s Parasakti Cements Ltd

OPC 43 & PPC

123/3RT, Plot # 8-3-214/21, Srinivasa Nagar Colony (West) Hyderabad – 500038 Tel : 040-44119100/200 Fax : 040-23747562

9. M/s Zuari Cement Ltd OPC 43 & PPC

No.6, MC Nichols Road, Chetpet Chennai – 600031 Ph : 044-28363958, 28365047

10 M/s Toshali Cements Pvt Ltd

OPC 43, PPC, PSC

123/3RT, 2nd Floor, Sanjeeva Reddy Nagar, Hyderabad – 500038 Ph : 040-2300675 CORPORATE OFFICE 9-14-13, C.B.M. Compound, Near Mehar Apartments, Visakhapatnam – 530003

11 M/s Saifco Cement Pvt Ltd

OPC 43 Opposite Post Office, Batwara Srinagar – 190004 (J&K) Ph : 0194-2466061

12 M/s Prism Cement Ltd OPC 43 & PPC

3/113, Vivek Khand, Gomto Nagar Lucknow – 226010 Ph : 0522-2396847, 2397589

13 M/s Shree Guru Kripa Cement (P) Ltd

OPC 43 & PPC

4/4 Trikuta Nagar Jammu Ph : 0191-2472043

14 M/s Barak Valley Cements Ltd

OPC 43 Debendra Nagar Badarpur Ghat, Distt – Karimganj Assam – 788803 Ph : 03845-269258

15 M/s Dhruv Industrial Company Ltd

OPC 43 49/27 Sinha Market General Ganj Kanpur – 208001

16 Madras Cement OPC & PPC Auras Corporate Centre, 98-A, Dr. Radhakrishnan Salai Mylapore, Chennai – 600004, Ph : 044-28478666

17 Saurashtra Cement OPC & PPC Gala No.A-1, Ground Floor, Udhyog Sadan No.3 MIDC, Central Road, Andheri (East),

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 152 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

Mumbai – 400093, Ph : 022-32955557/67 Mob : 9320290081

18 Lafarge Cement OPC & PPC Crescenzo, 1004, B-wing, 10th Floor, C-38/39, G Block, Bandra Kurla Complex, Bandra (East) Mumbai – 400051

19 The Associated Cement Companes Ltd

OPC & PPC 414-421, Splendor Forum (4th Floor), 3, District Centre, Jasloa, New Delhi-110044. Ph -011 46583600

20 Grasim Industries Ltd OPC & PPC Birlagram, Nagda, Madhya Pradesh. Ph No.07366-246760/246766

21 The India Cement OPC & PPC Dhun Building, 827, Anna Salai, Chennai-600002

22 Andhra Cement Ltd OPC & PPC Durga Cement Works, Durgapuram, Dechepalli Guntur, Andhra Pradesh Pin-522414 Ph No.022 220239636

23 Century Cements OPC & PPC Industry House, 159 Church Gate Reclamation, Mumbai – 400020 Ph No.022 22023936

24 Binani Cements Ltd OPC & PPC Mercantile Chambers, 12 JN Heredia Marg, Ballard Estate, Mumbai- 400001 Ph No. 022 22690506/10

25 Mangalam Cement Ltd

OPC & PPC PO Adiyanagar, Morak, Dist-Kota, Rajasthan – 326520 Ph No.9351468076

26 Birla Corporation Ltd OPC & PPC Birla Building (3rd & 4th floor) 9/1, RN Mukherjee Road, Kolkata- 700001, Ph No. 033 30573700

27 Orient Cement OPC & PPC 5-9-22/57/D, 2nd & 3rd floor, GP Birla Centre, Adarsh Nagar, Hyderabad- 500063 Ph No.-044 23688600

28 Shree Cement OPC & PPC Bangur Nagar, Beawar, Dist-Ajmr, Rajasthan-305901, Ph No. 01462 228101-06

29 JK Cement OPC & PPC

30 JK Laksmi Cement Ltd

OPC & PPC Jaykaypuram, Dist-Sirohi, Rajasthan Ph No.02971 244409/10

31 Jaypee Rewa Cement OPC & PPC

32 Ambuja Cement Ltd OPC & PPC Kodinar, PO-Ambujanagar, Taluka-Kodinar, Dist- Junagarh, Gujrat-362715, P No.02795 237000

33 Sanghi Industries Ltd OPC 53 &PPC

10 th floor, Kataria Arcade, Off SG highway, PO- Makarba. Dist Ahmedabad – 380051 Ph No 09825803690, 079-26838000

Note: In addition to above manufacturers cement can also be procured from manufacturer as approved by E-in-C’s branch even after the date of submission of ‘Q’ bid. (b) The contractor shall furnish the particulars of the manufacturers of cement alongwith the date of manufacture to the GE for every lot of cement separately. The documents in support of the purchases of cement shall be verified by the site staff and GE. The cement so brought shall be fresh and in no case older than 60 days from the date of manufacture. Before placing the order for cement by the contractor, he shall obtain written approval from the GE regarding name of manufacture, quantity of

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 153 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

cement etc. Cement shall be procured for requirement of not more than two months at a time. The cement shall be consumed in the work within three months after receipt. Cement shall confirm to the requirements of IS specification and each bag of cement shall bear relevant ISI Mark. The weight of each consignment shall be verified by the GE and recorded. The content of cement shall be checked at random to verify the actual weight of cement per bag.

5.2.2 USE OF PPC For using PPC, the following requirements should be met:-

(a) PPC should meet the strength criteria of 43 Grade OPC as laid down in IS-8112-1989 (b) The minimum period for curing and striking off form work shall be as under in lieu of that specified in clause 4.11.6.3 of MES Schedule Pt-I :-

(i) Curing :- Structural RCC work, PCC work, Plastering etc. : 14 days (ii) Striking off Formwork from Walls, columns and vertical sides of beams. : 3 to 4 days (iii) Slabs (Props left under) : 8 days (iv) Beams soffits (Props left under) : 9 days (v) Removal of props to slab/beam (aa) Spanning upto 6 M span : 16 days (ab) Spanning beyond 6 M span : 22 days

(vi) For cantilever portion of slab form work with support shall be retained until the completion of the casting of the entire frame work of the building.

(c) Mixing of OPC & PPC shall not be allowed in the same building except for plaster and mortar. However with strict control of the ground executives, different buildings can have different types of cement. (d) While procuring PPC, the following requirements are to be ensured and certificate to the effect is to be obtained by the contractor for each batch from the manufacturer and the same shall be submitted to the GE for approval to procure PPC. (i) The quality of fly ash is strictly as per IS-1489 (Part-I) - 2002. (ii) Fly ash is inter-ground with clinker not mixed with clinker.

(iii) Dry fly ash is transported in closed containers and stored in silos. Only pneumatic pumping should be used.

(iv) The fly ash received from thermal power plants using high temperature

combustion above 1000oC should be used. (v) The quality of fly ash is strictly as per IS-14989 (Part-I)-2002

(e) For using PPC non availability of OPC shall not be insisted upon. Also no price adjustment shall be made for use of PPC.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 154 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(f) In cold climate reasons, where temperature is lower than 150C, only OPC shall be used. (However, during working seasons in cold climate regions, where OPC is not available use of PCC may be permitted provided it shall be ensured that while using PPC atmospheric temperature should be more than 150C.

5.2.3. TESTING OF CEMENT: The manufacturer/ main producer shall carry out inspections and testing of cement in accordance with the relevant BIS provisions. The Contractor shall submit the Manufacturers Test Certificate in original alongwith the Test Sheet giving the result of each physical test as applicable and the chemical composition of the cement or authenticated copy thereof, duly signed by the manufacturer with each consignment. The Engineer-in-Charge shall record these details in the Cement Acceptance Register (Appx ‘A’) given here in after, after due verification. The GE shall also organize independent physical testing of random samples of cement drawn from each lot from the NATIONAL TEST HOUSE, SEMT WING CME, REGIONAL RESEARCH LABORATORIES, GOVERNMENT APPROVED LABORATORIES, ZONAL LABORATORIES as per IS 3535-1986 (Method of sampling hydraulic cement), IS-4031 (Method of physical test for hydraulic cements) and IS-4032-1985 (Method of chemical analysis of hydraulic cement) and record the results in the relevant portion of Cement Acceptance Register (Appx `A`) . In order to undertake departmental testing, requisite facilities alongwith materials, conveyance etc. shall be organized by the contractor without any extra cost to the Govt. The random samples of cement to be tested shall be drawn as per Quality Assurance Manual. The cost of materials for testing, samples, conveyance etc shall be borne by the contractor irrespective of the test result. However the cost of testing charges shall be governed in terms of condition 10(A) of IAFW 2249. In case as per the result of independent test, the cement is found to be not of requisite standard despite manufacturer’s test certificate, the contractor shall remove the total consignment from the site within 24 hrs at his own cost after written rejection order of consignment by the GE.

5.2.3.1 The record of random 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.

5.2.3.2 The contractor shall be required to set up adequate testing facilities at site to the

entire satisfaction of GE for conducting setting time test and compressive strength test as per IS codes referred to here-in-before for the samples collected from the lot brought at site. These tests shall be carried out within 7 days of receipt of cement at site. The test can alternatively be carried out at the Zonal laboratory, or any other recognized laboratory so designated by GE. The contractor shall be allowed to use the cement only after satisfactory compressive strength of 7 days. 7 days strength will be relied upon to accept the lot of cement; 28 days compressive strength test will be final criteria to accept/reject the lot.

5.3 STORAGE: Cement shall be stored over dry platform at least 20 cm high in such a

manner as to prevent deterioration due to moisture or intrusion of foreign matter. In case of store rooms, the stack shall be at least 20cm away from floors and walls. The stacking of cement shall not be more than 10 bags high. It shall be ensured that tested and untested cement are segregated and stored separately with distinct identification.

5.4 DOCUMENTATION: The Contractor shall submit original vouchers from the main

producer/manufacturers for the total quantity of cement supplied under each consignment to be incorporated in the work. All consignments received at the work

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 155 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

site shall be inspected by the GE alongwith 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 GE duly authenticated and with cross reference to the Control Number recorded in the Cement Acceptance Register. The Cement Acceptance Register will be signed by J.E (Civil), Engineer-in-Charge, GE and the Contractor. The Accepting Officer may order Board of Officers for random check of cement and verification of connected documents. The entire quantity of all cement shall also be suitably recorded in the Measurement Book for record purposes before incorporation in the work and shall be signed by the Engineer-in-Charge and the Contractor.

5.4.1 Identification of cement bags by the manufacturer shall be as per relevant BIS codes. 5.4.2 The entire lot of cement brought by contractor to the site shall be removed by

contractor under his own arrangements and at his own cost, whenever the test results are not found within the prescribed acceptable limits. Decision of GE in this respect shall be final and binding.

5.5 Proper accommodation for storage, preservation and maintenance of cement shall be

provided by the contractor at his own cost till consumption of cement in the work at the place(s) decided by GE. All arrangement for proper storage and safety of cement as indicated here-in-before shall be made by contractor at his own cost. The cement storage accommodation shall be provided with two locks at each door. The key of one lock at each door shall remain with the Engineer-in-Charge or his representative and that of other lock shall remain with the contractor’s authorized agent at site of works so that cement is removed from the godown/storage accommodation according to daily requirement with the knowledge of both the parties.

5.6 Schedule of supply of cement shall be worked out by contractor in consultation with

GE so as to match with the progress contemplated in CPM Chart prepared for this Project.

5.7 WEIGHING AND PAYMENT FOR CEMENT 5.7.1 Random samples of 5 bags per 100 bags shall be got weighed by Engineer-in-Charge

in presence of representative of contractor from each consignment to arrive at average weight per bag for calculating total quantity of cement brought at site for incorporation in the work. All arrangement for weighing of cement bags including labour etc shall be provided by the contractor at his own cost at work site.

5.7.2 The quantity of cement arrived at as aforesaid shall be considered for payment as

applicable in accordance with IAFW-2249, General Conditions of Contracts. 5.7.3 Payment for cement shall only be allowed after production of original purchase

vouchers, manufacturer’s test certificates for each consignment of cement brought by contractor and after the results of random testing carried out by GE are found satisfactory as specified herein-in-before.

CA

No. C

EB

Z/G

WL/ T

OK

EN

/ 1

1 O

F 2

018-1

9

SE

RIA

L P

AG

E N

O. 1

56

PA

RT

ICU

LA

R S

PE

CIF

ICA

TIO

NS

(Co

ntd

…)

CE

ME

NT

SU

PP

LY

& A

CC

EP

TA

NC

E R

EG

IST

ER

1.

CA

No. &

Nam

e o

f Work

2.

Contro

l No

.* 3.

Nam

e o

f Manufa

ctu

rer/B

rand N

am

e/G

de o

f Cem

ent (a

) Manufa

cture

……

……

.. (b) B

rand …

……

……

(c) Gra

de …

……

……

. 4.

Quantity o

f Cem

en

t & L

ot N

o./W

eek N

o. (in

bags): Q

ty ……

……

… (b

) Lt N

o./W

eek N

o. …

……

……

5.

Manufa

cture

r’s Te

st Certifica

te N

o. …

……

……

……

6.

Random

Test D

eta

ils (a

) P

hys

ical te

st R

eport fro

m …

…. V

ide th

eir le

tter N

o. …

…. (N

am

e o

f appro

val L

ab/E

ngg C

olle

ge)

(c)

Chem

ical te

st re

port fro

m …

….. vid

e th

eir le

tter N

o. …

…. (N

am

e o

f appro

val L

ab/E

ngg C

olle

ge)

7.

Deta

ils of P

hysica

l & C

hem

ical p

ropertie

s.

P

hysica

l Require

men

t (As p

er IS

4031)

Chem

ical R

equire

ments (A

s pe

r IS 4

032

)

Specific Surface Area (M2/kg)

Soundness by Le Chatellar

Soundness by Auto Clave

Initial Setting Time (Minutes)

Final Setting Time (Minutes)

Com

pre

ssive

S

trength

s (M

pa)

Temp during testing 0C

Standard Consistency (%)

Lime Saturation Factor (Ratio)

Aclumina Iron Ratio (Ratio)

Insoluble Resdue (%)

Magnesium (%)

Sulphuric Anhydride (%)

Loss on ignition (%)

Alkailes (%)

Chlorides (%)

03 Days

07 Days

28 Days

As p

er re

leva

nt IS

A

s p

er m

anufa

ctu

rer’s te

st ce

rtificate

A

s p

er ra

ndom

test ce

rtificate

R

em

arks

with

Sig

natu

re

Acc

ep

ted / R

eje

cte

d

C

ontra

cto

r

Junio

r Engin

eer

Engin

ee

r-in-ch

arg

e

Garris

on E

ngin

eer

Rem

arks

of B

OO

/ Insp

ectin

g O

fficer / C

WE

* T

o b

e a

llotte

d s

eria

lly b

y G

E C

on

sig

nm

en

t wis

e

SIG

NA

TU

RE

OF

CO

NT

RA

CT

OR

DY

. DIR

(CO

NT

RA

CT

S)

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 157 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

6. CONCRETE 6.1 All plain and reinforced cement concrete shall be as per IS-456 (2000)

6.2 AGGREGATE :-Coarse aggregate for all cement concrete work, unless

otherwise specified shall be crushed and graded hard stone. Coarse aggregate and fine aggregate (sand) shall be from the source as mentioned in Appendix ‘A’ and approved by the GE and shall conform to IS-383 and to the sample kept in GEs office.

6.3 WATER:- Quality of water to be used for mixing and curing of concrete work

shall conform to the requirement of clause No 5.4 of IS-456 (2000). GE and contractor will ensure that testing of water is carried out at three months intervals to comply with the requirement. Cost of testing of water will be borne by the contractor. The CWE will monitor the quality of water through test results to ensure that the water used for making concrete or mortar and for curing confirm to IS-456.

6.4 CEMENT CONCRETE The proportion and type of cement concrete and its grading in any particular building/location shall be all as shown in drawings or notes thereon. In case of varied provisions as in notes on drawings and sketches, provision as in notes shall take precedence. The proportion and type of mix and its grading, if not shown/described otherwise in drawings, it shall be as under:-

LOCATION TYPE OF MIX

(a) Foundation concrete for masonry walls/pillars

PCC (1:4:8) type D-2 using 40 mm graded crushed stone aggregate

(b) Lean concrete below RCC column footing/ plinth beam

PCC (1:4:8) type D-2 using 40 mm graded crushed stone aggregate

(c) Sub base to floor

PCC (1:4:8) type D-2 using 40 mm graded crushed stone aggregate. Thickness of sub base to floor shall be as given in respective schedule of finishes. However, in case where thickness is not shown, 75 mm thickness shall be provided.

(d) All RCC works except water retaining structure shall be in M-25 grade (Design mix) concrete as per IS-456-2000 using 20 mm graded crushed stone aggregate. All RCC work in water retaining structure i.e. UG Sump , OH tank, static water tank & similar structures shall be M-30(design mix). However higher grade if shown in drawings, that grade shall be applicable.

(e) PCC in floors and other plain cement concrete work shall be as follows :- (i) 40 mm thick and above PCC (1:2:4) type B-1 using 20 mm graded

crushed stone aggregate. (ii) Thickness less than 40

mm PCC (1:2:4) type B-0 using 12.5 mm graded crushed stone aggregate.

(f) PCC bed blocks PCC (1:2:4) type B-1 using 20 mm graded crushed stone aggregate.

(g) PCC coping and benching

PCC (1:3:6) type C-1 using 20 mm graded crushed stone aggregate.

(h) Surroundings to surface of gully traps, padding under nahani traps/floor traps/ deep seal traps/ surrounding of WC seats

Lean concrete PCC (1:5:10) type E-2 using 40 mm graded crushed stone aggregate

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 158 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

6.5 SPECIFICATION FOR DESIGN MIX CONCRETE M-25 & M-30

6.5.1 CEMENT :-Cement shall be as per clause 5 herein before

6.5.2 AGGREGATE (a) Aggregate shall conform to IS 383 Coarse aggregate (stone aggregate) 20 mm and below for all cement concrete work i.e PCC/RCC shall be out of granite/basalt/trap stone and coarse aggregate (stone aggregate) of 40 mm and above shall be of sandstone of approved quality all as specified in clause 4.4.1 to 4.4.7 (1) of MES Schedule Part I. Mixture of two types of stone shall not be permitted. Aggregate shall be non porous, hard, strong, durable, clean and free from various impurities and adherent coating and shall not contain any deleterious materials exceeding the limits specified in the above referred IS. When required by the Engineer-in-Charge, the contractor shall at his own expenses carry out any test laid down in IS383 and IS-2386 to verify that the aggregate complies with the requirements of the IS. The test will be carried out in any laboratory approved by the GE.

(b) Coarse aggregate shall consist of crushed graded stone aggregates 20mm and below. Coarse aggregate upto 40mm shall be machine crushed course aggregate above 40 mm may be hand broken.

(c) Fine aggregate shall consist of naturally occurring coarse sand. Fine aggregate shall conform to Zone-II of table IV of IS-383.

(d) Samples of the aggregate proposed to be used shall be approved by GE, prior to bulk delivery of the same at site of work. Field tests for determining the contents of silt, clay etc for fine aggregate shall be carried out by the Engineer-in-Charge from time to time to ensure that material brought to site are in conformity with the samples approved by the GE.

(e) GRADING OF AGGREGATE The grading of coarse and fine aggregate shall be as per MES Schedule. Fine aggregate shall have grading as per grading Zone-II. The grading of coarse and fine aggregate shall be checked as frequently as possible. The frequency for the aggregate testing shall be determined by Engineer-in-Charge to ensure that the specified grading is being maintained.

6.5.3 BATCHING

This shall be done as per clause No 4.11.3 of MES SSR Part-I. Irrespective of what is specified in MES SSR and else wherein these tender documents, weigh batching shall be carried out for all design mix concrete. Volumetric mixing of concrete will not be permitted. Weigh batching alongwith system of measured water either through calibrated pump or calibrated tank is to be adopted strictly for all design mix concrete work. Contractor shall use latest calibrated fully automatic batching plant of capacity 10-12 Cum/ hour with digital print facility. Necessary calibration certificate will be produced for approval of GE before commencement of concrete work. Contractor shall maintain record of print outs of each lot of concrete from batching plant. The contractor shall also maintain pour card register.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 159 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

6.5.4 MIX PROPORTION AND STRENGTH

(i) Strength to be achieved As per IS-456-2000

(ii) Type of cement As per clause 5 here-in-before

(iii) Target mean strength of cement concrete

To be taken as per mix designed as per IS-10262 clause 2.2

(iv) Aggregate/cement ratio by weight

As per mix design based on IS 10262 and IS-456-2000

(v) Workability As per clause 7.1 of IS-456-2000 slump shall be 25 mm to 75 mm compacting factor 0.85 to 0.92

(vi) Max free water cement ratio As per mix design based on IS-10262 and IS-456-2000

(vii) Degree of quality control Min Good (Refer Appx `A’ of IS-10262)

(viii) Durability Exposure - Moderate

(ix) Minimum cement content As per IS-456-2000

(x) Type of aggregate Crushed stone aggregate

(xi) Max nominal size of aggregate

20mm or as specified

(xii) Grade of concrete aggregate M-25 (design mix) & M-30(design mix)

NOTE:- (i) The minimum cement content for M-25 (Design mix) and M-30 (design mix) shall be as laid down in relevant IS. In case due to local site conditions or any circumstances design mix with cement content more than laid down in IS is approved, the contractor shall have no claim whatsoever on account of use of more quantity of cement. Lump sum amount quoted by contractor shall be deemed to include the quantity of cement as per design mix and nothing extra on this account is admissible. (ii) No element of wastage of cement shall be allowed while working out the cement consumption details for design mix concrete work. (iii) Mix design shall be prepared based on SP-23, handbook on concrete mixes and IS-10262. Recommendations guide lines for concrete mix design. (iv) The contractor shall use admixture as approved by GE to achieve good workability without extra cost to the Dept.

6.5.5. APPROVAL OF DESIGN MIX

(a) Soon after commencement of work, contractor shall arrange the design mix for M-25/30 grade concrete. Design mix concrete shall be got carried out from National Test House, SEMT, CME, and Regional Research Laboratories or from any Govt approved labs such as Govt Engineering Colleges and shall be got approved from GE before implementation in the work. In case contractor fails to submit the samples of design mix soon after commencement of work, the delay shall solely be attributable to the contractor and no claim of whatsoever nature shall be admissible on this account.

(b) As soon as possible after receiving the design mix from the above agency same shall be verified at site by casting the final cubes.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 160 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(c) Frequency of sampling shall be as per clause 15 of IS-456. Each sample shall consist of three numbers of preliminary test cubes (except as stated in para (d) below) of size 15x15x15 cm, and shall be made as per clause 2.8, 2.9 and 2.10 of IS-516. The concrete cube shall be tested as per IS-516 at site laboratory. The cubes will be tested after 28 days from the date of casting.

(d) One sample for every design mix in the initial stage shall consist of six numbers of preliminary test cubes of size size 15x15x15 cm, and shall be made as per clause 2.8, 2.9 and 2.10 of IS-516. The concrete cube shall be tested as per IS-516 at site laboratory. Out of six cubes, three will be tested after seven days (on 8th day) from the date of casting and three will be tested after 28 days from the date of casting.

(e) The test after seven days (ie on 8th days) is intended only to give an early indication of the strength likely to be achieved. The strength thus achieved should be comparable with the above design mix report with specified design parameter. However, 28 days compressive strength shall alone be the criterion for acceptance and rejection of the concrete.

(f) GE can also carryout seven days strength test of more samples at his option. However if the test report is found satisfactory, then the cost of testing including cost of cubes shall be borne by the Deptt. But if the result is found unsatisfactory, then the cost of cubes and cost of testing shall be borne by the contractor. The cost of conveyance of test cubes shall however be borne by the contractor in all cases.

(g) On the result of the above test, the mix actually to be used shall be agreed to and approved by the GE. The approval of the GE shall not relieve the contractor of his responsibility for obtaining the required minimum strength of quality concrete in the works.

(h) All testing charges including cost of cubes, conveyance etc. shall be born by the contractor except that, the cost of optional seven days test be regulated as stipulated in Para (f) here-in-before.

6.5.6 ACCEPTANCE CRITERIA.

(a) The contractor shall be deemed to comply with the strength requirement as per clause 16 of IS-456.

(b) Whenever there is any change in the type of grading of material, the mix should be rechecked and modified suitably to the desired compressive strength.

(c) Standard deviation to be rechecked after collecting the result of actual concrete work (compressive strength actually achieved at site) to review for Design mix.

6.6 Testing of cubes shall be carried out at the site laboratory as per Annexure ‘I’

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 161 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

6.7 PLACING AND CURING OF CONCRETE Placing & curing of concrete shall be as specified in SSR Part-I & as per IS.

6.8 MIXING AND COMPACTION OF CEMENT CONCRETE

(i) All RCC works shall be done using Ready mix concrete or calibrated fully Automatic batching plant of capacity 10-12 Cum/hour with digital print facility at site, at the option of contractor.

(ii) All RCC work shall be consolidated with approved mechanical vibrators except where not practicable in the opinion of the Engineer-in-Charge. RCC in slabs shall be compacted with plate/surface type vibrator and in beams/columns with needle/pin vibrator.

6.9 HOT WEATHER CONCRETING

Para 14.1 of IS-459 (2000) specifies that during hot and cold weather, the concreting should be done as per the procedure set out in IS 7861 (Part-I) & IS 7861 (Part-II). Provision contained in IS 7861 (1975), reaffirmed 1990 shall be taken in to account and nothing extra on this account shall be paid by the Dept. the procedure/combination of procedures to be followed for bringing down the temperature of concrete shall be decided by the GE as per site requirement.

6.10 WINDOW CILLS / RCC LINTELS (a) All windows/vents shall be provided with cills. Cills shall be type -2 as shown on drawing No CEBZ/TD/55/2011 Sheet 1/1. Irrespective of whatever shown on drawings, cills shall be polished green marble, 20 to 25 mm thick set and bedded in 10 mm thick cement mortar in (1:3). The portion between two frames of windows shall be filled with cement mortar (1:3.). Cills shall be in single piece. Cills shall be embedded 25mm on both the sides and shall have 50mm projection on outer face. Exposed edges of cill shall be moulded and polished. (b) RCC lintels over door, windows and clear openings up to 1.5 metre clear span may be precast or cast in situ at the discretion of the contractor. (c) All precast articles shall be set in the cement and sand mortar (1:3). (d) In the event of deviation, pricing shall be done at SSR rates for cast in situ work, adjusted by contractor’s percentage.

6.11. FORM WORK (a) Form work shall be as per clause 7.15 of MES SSR Part-I and shall comply with requirement of Para 4.11.6 of MES SSR Part-I and notes given in drawing CEBZ/STD/01 sheet 1/9 to 9/9. Form work shall be only steel/plywood. (b) Only steel props shall be used to support the formwork of slabs and beams. (c) Deviation with regards to form work shall however be based on fair finish concrete surfaces. (d) Screws need not be used in the formwork except at the discretion of the contractor for his own convenience.

6.12 FINISH TO CONCRETE SURFACE (a) Unless otherwise specified, exposed surfaces of concrete (other than in contact with casing and of precast concrete) shall be finished to a fair and even surface without using extra cement. (b) Exposed faces of RCC/concrete surfaces which are ultimately required to be finished by application of white/colour washing/ distempering/ painting shall be plastered with a thin layer of cement mortar (1:3), 5 mm thick and finished even and smooth after removal of form work (refer clause 4.11.16.2(b) of MES SSR Part-I.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 162 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(c) Exposed surfaces of RCC lintels, beams, and columns etc, which are continuous with the plastered surfaces of walls, shall be finished as for adjoining walls. (d) Exposed surfaces of concrete other than those referred to in Para (b) & (c) above, shall be finished even and fair without application of any plaster after removing irregularities and protruding, form work marks and stoping air holes with cement and sand mortar (1:3) (refer clause 4.11.16.2(a) and (c) of MES SSR Part-I. (e) Top surface for PCC ramp, unless otherwise specified shall be with chequered finish achieved by making impressions of expanded metal, while concrete is green. (f) Use of mortar/plaster shall neither be permissible for correcting levels, unevenness or elevation etc nor shall such plaster be used to incorporate the thickness.

6.13 PCC COVING ON RCC CHAJJA :- Coving on RCC chajjas shall be provided in form of haunching/ fillet of size 150mm x 150mm in cement concrete 1:2:4 type B0 mixed with integral water proofing compound as per manufacturers instructions, finished even and fair.

6.14 DAMP PROOF COURSE : 6.14.1 Damp proof course shall be 40 mm thick in PCC (1:2:4) type B-0 using 12.5

mm graded crushed stone aggregate mixed with integral water proofing compound conforming to IS-2645. The percentage of water proofing compound shall be as per manufacturer’s instructions. The same shall be taken as 3% (by weight of cement) while pricing of any deviation order in omit portion. A layer of bitumen 85/25 shall be applied on top of DPC.

6.14.2 Damp proof course shall be laid to the full width of walls, including under door

and other opening at plinth level. Damp proof course shall not be provided for portion below door for 100/ 115 mm thick walls, dwarf walls and at locations where RCC / PCC plinth band or RCC plinth beams are provided. In case brick work is coming up to plinth level over RCC/PCC band/plinth beam, DPC shall be provided irrespective of whether shown on drawing or not.

6.15 READY MIX CONCRETE

6.15.1 e relevant details of Design Mix Concrete as specified earlier shall be applicable along with the following specific details for Ready Mix Concrete.

6.15.2 The contractor shall use ready mix concrete (RMC) of grades as specified. RMC shall conform to the requirements as per IS-4926 and IS 456-2000.

6.15.3 RMC shall be procured by the contractor from any one of the RMC suppliers given below as approved by GE after verification of the plant and various infrastructure, facil it ies including testing and quality control of materials and concrete at the plant lab and their method of transportation and placing of concrete at site etc. As far as possible the supply of RMC shall be within daylight hours.

(i) M/s L & T

(ii) M/s BIRLA

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 163 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(iii) M/s FLETCHER

(iv) M/s PRIYA DARSHINI

(v) M/s ACC

6.15.4 Specification for materials/water etc as given earlier shall hold good for RMC. However, it is further amplified here in after.

6.15.5 CEMENT: Cement shall be of the makes given herein before. Cement shall be Grade 43 conforming to IS 8112-1989.

6.15.6 COARSE AGGREGATE & FINE AGGREGATE: Coarse aggregate and fine aggregate shall conform to the requirement of IS 383: 1970.

6.15.7 WATER: Water shall conform to requirements, as per Clause 5.4 on serial page No. 14 of IS 456:2000.

6.15.8 ADMIXTURES: Admixtures used shall conform to IS 9103:99 (Revised) and shall be from any reputed make as decided by RMC manufacturer.

6.15.9 Slump of concrete shall be as per IS 456:2000.

6.15.10 Initial mix design from RMC manufacturer shall be submitted by the contractor in quadruplicate with complete data adopted for mix design along with test results of all materials and concrete. The initial mix design should take into account the aspects such as loss of workabil ity and strength during transportation, ti l l placement of concrete.

6.15.11 RMC manufactured and supplied shall be in conformity with the initial mix design approved by the GE. Any change shall be made only with approval of GE after necessary revisions to the mix design.

6.15.12 The contractor shall ensure that all facil ities are made available by the manufacturer of RMC at the plant for the department officials to inspect the materials incorporated, tests carried out for all materials, concrete etc. Copies of all the tests carried out for materials used/concrete shall also be made available to the department.

6.15.13 The concrete shall be transported in concrete transit agitators conforming to IS-5892.

6.15.14 The concrete shall be delivered and placed in foundation, slabs, beams cast with the slabs etc., by pumping. For locations l ike columns, plinth beams, l intel beams/bands, where putting the RMC using pumping is not possible/ not desirable considering the thrust of flow of concrete, the RMC will be required to be placed on a nearby PCC platform and then conveyed from there manually and placed in these locations. The decision as to whether the RMC can be placed by pumping or not shall be decided by GE whose decision shall be final and binding. The tenderer will not have any extra claim on this account.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 164 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

6.15.15 The pumps and pumping arrangements shall be inspected and approved by GE, while approving the RMC manufacturer.

6.15.16 No water/admixtures shall be allowed after initial mixing of concrete at the plant.

6.15.17 Slump test shall be carried out at site by the department in the presence of contractor and representative of RMC manufacturer. 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.

6.15.18 In addition to the tests carried out by the RMC manufacturer at the plant site, sampling and testing of concrete shall be carried out at the site after delivery as per IS: 456-2000 by the department along with the representatives of the contractor and the RMC manufacturer. However, 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 risk and cost.

6.15.19 The records indicating the following details duly signed by the competent representative of RMC manufacturer/contractor and Engineer-in-Charge shall be maintained.

(i) Date of delivery ( i i ) Time of mixing

(iii) Time of delivery at site ( iv) Quantity and Grade of RMC

6.15.20 The contractor shall enter in to an agreement with the approved RMC manufacturer to ensure compliance of above aspects. The overall liability to the department, for the RMC supplied shall rest with the contractor only. The department shall not be liable for any breakdown or problems with the RMC manufacturer.

6.15.21 The contractor may install fully automatic batching plant of capacity 10-12 cum/hr with digital print facility in lieu of RMC.

7. BRICK WORK 7.1 BRICK WORK WITH FLY ASH BRICKS (ABOVE PLINTH/ SUPER

STRUCTURE) (a) Irrespective of whatever is shown on drawing/ notes on drawing and specified elsewhere, all brick work in super structure (above plinth level) shall be of fly ash bricks (Pulverized fuel ash – lime bricks) conforming to IS 12894-2002. Bricks shall have compressive strength not less than 75 Kg/Sq cm. Water absorption of bricks shall not exceed 10%. The size of bricks’ shall be 200x100x100mm as approved by GE. Bricks shall be machine made by using Fal-G technology for manufacturing. (b) Bricks shall be procured from locally available vendors conforming to relevant IS code as approved by GE. The contractor shall produce test report of chemical composition of FLYASH BRICKS for all lot from NABL approved Lab /Govt Engg Collage before incorporated in the work.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 165 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

7.2 -----BLANK----- 7.3 BRICK WORK FOR FLY ASH AND BRUNT CLAY BRICKS 7.3.1 Brick work in walls with one brick thick and above shall be built in CM (1:6). 7.3.2 Brick work in half brick thick wall and under, independent pillars, brick parapet

walls of any thickness and steps shall be built in CM (1:4) unless shown otherwise on drawings.

7.3.3 Provn of horizontal reinforcement and vertical RCC band to half brick walls

shall be as per drawing No CEBZ/STD/01 sheet 1/9 to 9/9. 7.3.4 Where not shown in the drawing PCC bed blocks shall be twice the width of

beams in length, covering the entire thickness of wall and 150mm/200mm thick (depending upon type of brick) below the RCC beams resting on masonry work.

7.3.5 (a) Sand for mortar, brick work and all such other works shall be as

specified in Clause 5.4 of MES Schedule Part I and shall be procured from sources approved by GE.

(b) Sand shall be washed, if deleterious materials are beyond the limits specified in the IS.

7.4 BRICK STEPS :-Brick work shall be in CM (1:4), PCC in foundation shall be

(1:4:8) type D-2, sides and risers shall be plastered 15mm thick in CM (1:4), treads floor shall be as specified for adjoining verandha/passage.

8. STONE MASONRY (UP TO PLINTH LEVEL OR BELOW PLINTH BEAMS): 8.1 STONE

(a) Stone required for masonry and any other work unless otherwise specified shall be GRANITE/BASALT/BLACK TRAP/SAND STONE and shall be equal or better than sample’s kept in GE’s office.

(b) The stone shall otherwise conform to the provision in MES Schedule Part I for various purposes.

8.2 MASONRY

(a) Stone masonry in foundation, plinth and superstructure (where shown in drawings) shall be random rubble masonry brought to course all as specified in Para 6.10 of MES Schedule Part I and shall be built in CM (1:6).

(b) Facing shall be as specified in clause 6.9 of MES Schedule Part I. No facings shall be executed on surface covered by earth filling. The joints of hidden work shall be neatly stuck and pointed flush in the same mortar as the work proceeds.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 166 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(c) The Contractor may provide PCC (1:3:6) type C-1 bond/through stones in lieu of stone bond stones without any price adjustment. Size of PCC bond stone shall be 15 cm x 15 cm with length equal to thickness of wall.

(d) The bed joints of quoins and jamb stones shall be hammer dressed to the extent as described for the masonry work but shall not have depression limits more than 20mm. These need not be chisel dressed as specified in MES Schedule Part I.

(e) In the event of deviations, the rates given in the MES Schedule of rate as applicable for random rubble masonry with stone bond stones shall be applicable.

(f) If work superior to that specified here in before is provided by the contractor to suit local practices, no price adjustment for such superior work shall be made.

9. BLANK 10. PVC DOOR SHUTTER:- 10.1 Irrespective of whatever shown on drawing PVC door shutter shall be Particle

Board Core Solid PVC Moulded Door Shutter 28 to 30 mm thick factory made Solid PVC Moulded Door shutter shall be of 2, 4 or 6 raised panel design with solid core of particle board of 24mm thick (12mm x 2) as indicated. The particle board shall be lipped with 25mm thick baton made from PVC sheets on the stile where hinges are to be fitted. On the three other sides the lipping shall be of 15mm thick PVC baton. 2mm thick moulded prelam PVC sheet shall be stuck on the front face of the particle board suitable prepared to accept the moulded design and 2mm thick plain colour PVC sheet shall be stuck on the back face of the particle board with thermosetting adhesive. The 2mm PVC sheets shall be stuck with lipping by using solvent cement and supplying and fixing in the frame at site as per specifications and drawings.

10.2 PVC SOLID FRAME FOR DOOR SHUTTER : - PVC Solid door frame of size

50mmx47mm made out of 5mm wood grain printed PVC sheet and edges will be painted to match with printed sheet, reinforced with MS square tube, supplying and fixing in opening as per specification and drawing.

10.3 PVC frame and shutter shall be procured from manufacturer specified in

Appendix `C`.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 167 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

11. STEEL AND IRON WORK 11.1 Quality of steel to be incorporated in the work shall be as follows.

11.2 (a) For pricing deviations involving TMT bars the rates given in SSR part-II

(subject to contractor’s percentage) shall be applied irrespective of the grade of TMT bars.

(b) For pricing deviations involving steel for general structural purpose Gde Fe-410WA, the rate shall be applicable as per Gde Fe-410-W given in SSR Part II adjusted by applicable percentage for respective parts of Schedule ‘A’.

11.3 WELDING 11.3.1 Welding of steel and ironwork shall be done in an approved manner with

electric arc welding. 11.3.2 Electric welding shall be metal arc welding as specified in Para 10.15 of MES

Schedule Part-I. 11.3.3 Welding electrodes shall be of quality suitable for welding of structural steel

and shall comply with requirement of IS-814 for covered electrodes for metal arc welding of mild steel.

11.3.4 Unless otherwise specified/shown on drawings, the fillet welds shall be of 6mm

size. 11.3.5 All butt welds shall be full penetration welds. 11.3.6 Testing of welds shall e as specified in drawing. 11.4 REINFORCEMENT 11.4.1 Reinforcement shall be bent to shape and provided as indicated on the

drawings.

(a)

High strength deformed steel bars produced by Thermo Mechanical treatment process (In short called as TMT bars) for reinforcement.

Of grade Fe 500 / Fe 500D / Fe 550 /Fe 550D and meeting all other requirement of IS 1786-1985 (Reaffirmed) 1990. (Different grade of steel shall not be used in same building)

(b) Mild steel for miscellaneous works

Shall conform to IS-432(Part-I). Grade wherever not shown/ indicated otherwise shall be of Grade I.

(c) Structural steel Steel for general Structural purpose shall be Grade Fe-410 WA ISI marked (IS-2062) for all type of steel Structures including those subject to dynamic loading. Structural steel ordinary quality shall confirm to IS-1977

(d) Galvanised steel sheets (Plain & corrugated)

Conforming to IS-277.

(e) Fabric reinforcement for concrete

Conforming to IS-1566

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 168 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

11.4.2 All laps and crossings shall be tied with mild steel wire (annealed) of size not less than0.9 mm dia.

11.4.3 Unless otherwise shown on drawing, bends to a radius of 4 times the dia of bar

shall be provided in respect of tor steel bars. In case of deviations involving reinforcement bars, the length of each bar for the purpose of calculating laps shall be taken as 10 (Ten) metres for omit purpose.

11.4.4 Unless otherwise shown on drawings, spacing of chairs shall be 75cm centre

to centre below the cranked up bars to keep the bars in position. 11.5 REINFORCEMENT STEEL AND STRUCTURAL/NON-STRUCTURAL STEEL 11.5.1 TYPE OF STEEL 11.5.1.1 REINFORCEMENT STEEL

(a) Wherever mild steel bars have been shown on drawings TMT bars of same size and grade Fe 500 or Fe 550 shall be used in lieu. (b) Wherever deformed bar(s) have been shown in drawings, TMT bars of the same size and grade Fe-500 or Fe 550 shall be used in lieu. (c) However 6mm bars (MS and CTD bars) wherever shown on drawings, the same shall be amended to 8mm TMT bars without changing spacing/numbers. The grade shall be as explained in (a) and (b) above,

The provisions in (a), (b) & (c) above shall be carried out by the contractor at no extra cost to the Govt.

11.5.1.2 STRUCTURAL STEEL

(a) Unless otherwise shown in drawing / specified elsewhere, Structural Steel shall conform to IS 2062-1999, Grade Fe-410-WA for all types of steel structures including those subject to dynamic loading. (b) Unless otherwise specified elsewhere, mild steel in grills/guard bars, railing, flat iron, hold fast and in various members of steel windows and steel doors shall be of ordinary quality conforming to IS 1977-1975 Grade Fe-310-O.

11.5.2 SOURCE OF PROCUREMENT 11.5.2.1 REINFORCEMENT STEEL : All TMT steel bars shall be of grade Fe 500 / Fe

500d/ Fe 550 / 550D meeting all other requirements of IS-1786 and shall be procured directly from either of the following manufacturers:-

1 STEEL AUTHORITY OF INDIA LIMITED (SAIL)

Central Marketing Organization, Northern Region, 17th Floor; Scope Minar, Laxmi Nagar. Distt. Centre , Delhi-110092

2 TATA IRON & STEEL COMPANY (TISCO or TATA STEEL) Bombay House, 2, 4 Homi Modi Street, Mumbai-400001, India Tel : (91 22) 2049131, Fax : (91 22) 2049522, 2870840 Email : [email protected]

3 RASHTRIYA ISPAT NIGAM LIMITED (RINL) Visakhapatnam Steel Plant, Visakhapatnam - 530031, India Tel : (91 891) 518226, 518376, Fax : (91 891) 518316, Email : [email protected]

4 M/s SRMB SRIJAN LTD Srmb House, 7, Khetra Das lane, Kolkata – 700012 Tel : 033 - 6600 6600Fax : 033-2211 0483

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 169 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

5 M/s JINDAL STEELS AND POWER LTD Plot No. 2, Sector- 32, Gurgaon- 122001, Haryana Tel- 91 1662 222471-84, Fax - 91 1662 220476

6 M/s STEEL EXCHANGE INDIA LTD. My Home Laxminivas Apartments, Ameerpet, Hyderabad-500016, A.P Tel- 040-23403725 Fax - 040– 23413267, Email - [email protected]

7 M/s JAI BALAJI INDUSTRIES LTD 1401-1402, Nirmal Tomar, 14 th Floor, 26 Barakhamba Road, New Delhi-110001 Ph - 033-22489808/22488173 Fax – 033-22430021/22426263, E-mail - [email protected]

8 M/s SPS STEEL ROLLING MILLS LTD 68, Ballyunge Circular Road, Kolkata-700019, Ph-033-2895160/67 Fax- 033-22894386, Email- [email protected]

9 M/s SHYAM STEEL INDUSTRIES LTD. Shyam Towers, EN-32, Sector-V, Salt Lake, Kolkata-700091 Tel-033-40074007, Fax - 033-40074010, [email protected]

10 M/s CONCAST STEEL & POWER LTD, KOLKATA 21 Hemant Basu Sarani, Suit Nos -511 & 512 5th Floor, Kolkata -700001, Tel - 91 - 33 2213 0481-87

11 M/s ADHUNIK METALIKS LTD , ORISSA Lansdowne Towers, 2/1A Sarat Bose Road, Kolkata – 700020,

12 M/S SHRI BAJRANG POWER & ISPAT LTD, RAIPUR, CHATTISGARH Vill- Borjara, Urla Industrial Area, Raipur - 493 221, Chhattisgarh Tel : 0771 4288019/29/39

13 M/s JSW STEEL LTD , KARNATAKA Jindal Manison, 5A, Dr G Dehsmukh Marg, Mumbai - 400026

14 M/s ELECTROSTEEL STEELS LTD, BOKARO, JHARKHAND G K Tower, 2nd & 3rd Floor, 19 Camac Street, Kolkata, WB- 700017 Board No. 91 - 33 - 2283-9990

15 M/s SHYAM METALICS & ENERGY LTD (BRAND :SEL) Vishwakarma 1st floor 86 C, Topsia Road Kolkata 700046

16 M/s KAMACHI SPONGE & POWER CORPORATION LTD (BRAND ; KAMACHI) ABC Trade dentre 3rd floor (inside devi theatre Complex) Old No 50, New No 39, Anna salai Chennai 600002

Note: In addition to above manufacturer’s steel can also be procured from any other primary producer as approved by E-in-C's Branch even after date of submission of 'Q' bid.

11.5.2.2 to 11.5.2.3 BLANK 11.5.2.4 STRUCTURAL STEEL:- It shall be of grade Fe-410 WA ISI marked and shall

be procured directly from primary producers as approved by E-in-C’s Branch ie SAIL/ RINL/TISCO/JSPL. Further, in case of non availability of structural steel with primary producer manufactures, the same can be procured from approved producers / Secondary producers approved by E-in-C’s branch New Delhi (till the date of receipt of tender) with minus price adjustment with prior approval of accepting officer. The minus price adjustment shall be done @ 5% of accepted rates i.e, SSR Rate enhanced by deviation percentage / contractor’s percentage as applicable as mentioned in the contract . In case any section is not being rolled / manufactured by primary producer, there shall not be any price adjustment on account of procurement of this section from approved secondary producers.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 170 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

11.5.2.5 Galvanised Steel sheet & Fabric Reinforcement for concrete: These shall be

ISI Marked and shall be procured directly from Main manufacturers as approved by E-in-C’s Branch .

11.5.2.6 However reinforcement steel, structural steel, Galvanised steel sheets and

Fabric Reinforcement for concrete shall be permitted to be procured from authorised dealers of main producers in case the total smaller contracts of value not exceeding Rs 7.5 lakhs.

11.5.2.7 Steel sections for railing, gates, fencing, guard bars, grills, steel chowkhat,

holdfasts etc., which do not constitute structural members, can be procured from main / primary /secondary producers/BIS marked manufacturers or their authorised dealers at the option of Contractor without any minus price adjustment. Test will not be insisted upon for such steel sections

11.5.2.8 The contractor should place their demand/requisition of steel with the

producers with adequate lead time. 11.5.2.9 Steel, when procured from primary producers/approved secondary

producers/authorized conversion agents of main/ primary producers (stipulated in above paras) shall have to be procured directly from the storage depots of the main / primary producers/approved secondary producers/authorized conversion agents and not from their authorized agents/ dealers.

11.5.2.10 The particulars of the manufacturer/supplier of steel shall be submitted by the

contractor to the Garrison Engineer prior to procurement for every lot of steel separately. The original documents in support of purchase of steel shall be verified by the site staff and Garrison Engineer and certified true copy of the result shall be retained in GE’s office. The form given here in after will be used for this purpose.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 171 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

STEEL SUPPLY & ACCEPTANCE REGISTER

1. CA No & Name of Work : ___________________________________ 2. Contract No :____________________________________ 3. Name of Manufacture’s TC No :____________________________________ 4. Manufacturer :____________________________________ 5. Random Test Details

(a) Physical test report from ____________________________ vide their letter No._________ (Name of NABL approved lab / Govt .Engg College) (b) Chemical test report from ____________________________ vide their letter No.________ (Name of NABL approved lab / Govt Engg College ). 6. Type of Steel, Dia & Qty: (a) Type: TMT/CRS (b) Dia : ___mm (c) Actual Wt : ___MT (d) Conversion Wt : ___MT

Chemical Test Mechanical Test

Car-

bon

%

Sulp

hur%

Pho

sphoro

us%

S

ulp

hur

%

+

Pho

sphoru

s %

Mangane

se%

Sili

con %

Corr

osi

on R

esi

stant

ele

men

t

Wt per

Mtr

Yie

ld S

tress

(N

/mm

2)

Tensi

le

Str

ength

(N

/mm

2)

Perc

enta

ge

Elo

ngatio

n

Ben

d test

Re

-ben

d T

est

Rem

ark

s

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 As per IS-1786 – 2008

As per Manufacture’s test cert

As per indep-endent Test

Remarks with Signature Accepted/Rejected Contractor Junior Engineer Engineer –in –Charge GE Remarks of BOO/Inspecting officer/CWE-------------------------------------

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 172 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

11.6 TESTING OF STEEL 11.6.1 The manufacturer is to carry out inspection and testing of steel in accordance

with the relevant BIS provisions. The contractor shall submit the manufacturer’s test certificate in original along with the Test Sheet giving the result of each mechanical test as applicable and the chemical composition of the steel or authenticated copy thereof duly signed by the manufacturer with each consignment. The Engineer-in-Charge shall record these details in Steel Acceptance Register (as per proforma given herein-before) after due verification and send a certified true copy of test sheet to GE for his records. Any particular size of bar/steel section of any consignment, not meeting the requirement shall be rejected and the same shall be removed from the site by the contractor at his own cost and the contractor shall have no claim on this account.

11.6.2 Testing shall not be insisted upon for steel given in Para 11.5.2.7 above.

11.6.3 INDEPENDENT TESTING 11.6.3.1 The GE/CWE shall also organize independent testing of random samples of

steel drawn from various lots from National Test House, SEMT Wing CME Pune, Regional Research Laboratories, Govt approved laboratories, Zonal laboratories as per the recommended minimum frequency as in Para 11.6.4. In addition samples from each lot shall be tested for quality and elongation as per the parameters given in STEEL SUPPLY & ACCEPTANCE FORM. The elongation shall not be less than 18 %.

11.6.3.2. REINFORCEMENT STEEL

(i)Independent testing of steel by the GE shall be optional at the discretion of the GE in case of procurement of steel from main producers and testing charges shall be borne in accordance with Condition 10 A of IAFW-2249 i.e. testing charges shall be borne by the Deptt if the test results are found in order, otherwise these shall be borne by the Contractor. (ii)Independent testing of steel by the GE shall be mandatory in case of procurement of steel from secondary producers/authorized conversion agents of main producers and testing charges shall be borne by the contractor irrespective of the outcome of test results. (iii)In both the cases at (i) & (ii) above, the contractor at his cost shall provide all facilities required for the testing and cost of materials consumed in tests, samples, conveyance etc shall also be borne by the contractor.

11.6.3.3 STRUCTURAL STEEL

(i) Independent testing of structural steel by the GE shall be optional at the discretion of the GE in case of procurement from main producers and testing charges shall be borne in accordance with Condition 10 A of IAFW – 2249 i.e., testing charges shall be borne by the Deptt if the test results are found in order, otherwise these shall be borne by the contractor. (ii) Independent testing of structural steel by the GE shall be mandatory in case of procurement from secondary producers/authorized conversion agents of main producers and testing charges shall be borne by the Contractor irrespective of the outcome of test results. (iii) In both the cases at (i) & (ii) above, the contractor at his cost shall provide all facilities required for the testing and cost of materials consumed in tests, samples, conveyance etc shall also be borne by the Contractor.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 173 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

11.6.4 FREQUENCY FOR TESTS ON STEEL 11.6.4.1 REINFORCEMENT STEEL

Nominal mass test, Tensile test, Bend and Rebend test shall be carried out as per minimum frequency given below: -

Nominal Size of Bars Frequency (a) Bar size less than

10 mm One sample (3 specimens) for each test for every 25 tonnes or part thereof.

(b) Bar size 10 mm to 16 mm

One sample (3 specimens) for each test for every 35 tonnes or part thereof.

(c) Bar size over 16 mm One sample (3 specimens) for each test for every 45 tonnes or part thereof.

11.6.4.2 STRUCTURAL STEEL: The tests shall be carried out as per the frequency

mentioned below:- Type of Test Frequency

(a) Tensile Test One test for every 25 tonnes of steel or part thereof. (b) Bend Test One test for every 25 tonnes of steel or part

thereof. NOTE: 1. For various tests, Acceptance criteria, tolerance etc refer to Steel supply & Acceptance Form given here in before and relevant BIS Codes.

2. For steel items, for which, independent test is mandatory, as specified above, payment shall be released against these items only after satisfactory test report. Any item of steel, failing in test, shall be rejected and the particular consignment removed from the site by the contractor at his own cost.

11.6.5 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 purchase vouchers and the test certificates shall be defaced by the Engineer-in-Charge and kept on record in the office of the Garrison Engineer duly authenticated and with cross reference to the consignment number recorded in the steel Acceptance Register. The steel Acceptance Register shall be signed by the JE, Engineer-in-Charge, GE and the Contractor. The entire quantity of all steel items shall be suitably recorded in the measurement book as not to be abstracted, before incorporation in the work and shall be signed by Engineer-in-charge and the contractor.

11.7 STORAGE ACCOUNTING, PRESERVATION AND MAINTENANCE OF

STEEL 11.7.1 The storage, accounting, preservation and maintenance of steel supplied by

the contractor shall be done as per standard engineering practice till the same is incorporated in the work and the cost of the same shall be deemed to be included in the unit rate/amount quoted by the tenderer. The GE shall inspect at regular interval to verify that steel lying at site is stored, accounted, preserved and maintained as per the norms. The steel shall be stored so as to differentiate each consignment separately. If the GE is not satisfied with the storage / preservation of any size of bar/section of steel, he may order for any test(s) of steel as applicable for that size of bar/section of steel and as specified in tender documents /relevant IS code to recheck the acceptability criteria for the same. The contractor shall bear the cost of necessary testing(s) in this regard and no claim whatsoever shall be entertained.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 174 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

11.7.2 Movement of steel shall be recorded in In/Out steel register as per following

proforma. Each entry in the register shall be signed by the contractor and Engineer-in-Charge.

IN/OUT STEEL REGISTER

Sl No Date Steel IN Steel OUT Qty Balance Qty

(Tons) Section Control

No Qty

(Tons) Section Reasons*

1 2 3 4 5 6 7 8 9 * Note: (i) The following reasons may be mentioned for taking out steel from

storage: - (a) For testing purpose (b) For use in work (c) Rejected steel taken out of site

(ii) All the transaction in the register shall be signed by Contractor / his representative and Engineer-in-Charge/JE.

11.7.3 SCHEDULING AND SUPPLY :-Schedule of supply of steel will be finalised by

GE in consultation with contractor and the same will be incorporated in CPM chart so that supply of steel is monitored in a way to avoid any delay in completion of the work. The schedule of supply of steel will be vetted by Accepting Officer or Officer nominated by the Accepting Officer from time to time

11.8 MEASUREMENTS AND PAYMENT OF STEEL 11.8.1 The entire quantity of all steel items shall also be suitably recorded in the

Measurement Book for record purposes as ‘Not to be abstracted’ before incorporation in the work and shall be signed by the Engineer-in-Charge and the contractor.

11.8.2 The nominal mass conversion factors for various steel Sections/ size of finished bars as given in relevant IS codes shall be considered standard for measurement.

11.8.3 The contractor shall plan to procure steel considering the time required for approval and testing of steel well in advance. No extension of time on grounds of delay in procurement of steel or testing/retesting of steel shall be admissible.

11.8.4 The payment of steel shall only be allowed after production of original purchase vouchers, test certificates by the contractor for each consignment of steel and results of testing carried out by the department are found satisfactory after testing as specified herein before.

11.8.5 FABRICATION OF STEEL STRUCTURES: - The structural steel work shall be carried out all as specified in MES Schedule Part-1, Section – 10 and in drawings. The quality of fabrication and erection at site shall be got certified to the satisfaction of the department by any of the certifying bodies as approved by Accepting Officer.

11.9 HOLDFAST/LUGS

(i) Flat iron holdfast/lug shall be provided by welding as and where shown on drawings except those to be provided to wooden chowkhat, which shall be fixed with screws as per details shown on drawings. (ii) Flat iron holdfast shall be embedded in PCC (1:3:6) type C-1 block of size 15 cm (height of block) x30 cm (length of block) x width of masonry wall.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 175 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(iii) Holdfasts/lugs shall be hot tarred and sanded before fixing wherever doorframe and windows frame side is coming in contact with RCC column, dash fasteners shall be provided in lieu of holdfast.

11.10 FAN HOOKS Fan hook shown in drawings shal l be provided wherever cei l ing fan/fan hook is indicated in drawings. The lump sum tendered by the contractor for the building under schedule ‘A’ Part-I shall be deemed to include for the cost of the same.

11.11 to 11.15 Blank 11.16 STEEL FOR REINFORCEMENT

(a) The provision of MES SSR Part-I clause 10.18 that ends of deformed bars are not bent to form hooks is not applicable to this contract. ‘L’ shaped bends shall be provided to deformed bars all as per RCC notes on drawing No CEBZ/STD/01 sheet 1/9 to 9/9 (as applicable). (b) The overlaps for reinforcement given in drawings No CEBZ/STD/01 sheet 1/9 to 9/9 (as applicable) shall take precedence over provisions given in Para 10.19 of MES Part-I. (c) For making adjustment arising out of deviation involving reinforcement bars, the length of each bar for the purpose of calculation of laps shall be taken as 10 metres. (d) Adequate numbers of chairs as given in drawing No CEBZ/STD/01 sheet 1/9 to 9/9 (as applicable) shall be provided in all reinforced sections to prevent top layer of reinforcement from sagging and the cost of the same shall be deemed to be included in lump sum quoted for schedule ‘A’ Part-I (Building works).

11.17 WOVEN WIRE CLOTH :- Wire gauge/fly proofing wherever indicated in

drawings shall be amended to read as ‘WOVEN WIRE CLOTH’. The wire cloth shall be conforming to IS-1568. Wire cloth shall be stainless steel wire with not less than 0.50 mm nominal diameter of wire and 1.0 mm average width of aperture.

11.18 DETAILS OF STEEL DOOR

(a) Steel door shall be manufactured and provided all as shown on drg. Various sections of steel shall be procured from sources as specified here in before. (b) All steel surfaces embedded/in contact with concrete shall be tarred and sanded before fixing. (c) All exposed steel surfaces shall be painted all as described here in after.

11.19 &11.20 ----BLANK-- 11.21 ANODISED ALUMINIUM DOORS, WINDOWS, VENTS AND FIXED

GLAZING

11.21.1 Aluminium doors, windows, vents and fixed glazing shall be provided all as specified in MES SSR Part-I clause 10.37 and as specified/shown on drawings.

11.21.2 Make of aluminium section for doors/windows/ventilators shall be as appendix `C`.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 176 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

11.21.3 Openable aluminium windows shall be provided with aluminium grill (Type-A), aluminium wire mesh and glass panes.

11.21.4 Thickness of glass panes for doors and windows shall be 5.5 mm thick and 4.0 mm thick respectively. Glass shall be sheet glass selected quality.

11.21.5 Glass panes shall be provided with standard glazing clip as per manufacturer’s instructions.

11.21.6 All aluminium doors, windows and fixed glazing sections shall be powder coated.

11.21.7 Aluminium grill shall be provided to windows wherever indicated in the drawings/referred in notes of the relevant drawings.

11.21.8 Aluminium grill shall be powder coated and shall be fitted to windows all as per manufacturer’s instructions and as per standard Engineering practice.

11.22 ANODISED ALUMINIUM SLIDING WINDOWS

Aluminium anodised sliding windows shall be as specified and shown on drawings CEBZ/TD/15/2011 sheet 1/3 to 3/3. Works shall be carried out as per manufacturer’s instructions. Make of aluminium section for doors/windows/ ventilators shall be as appendix `C`.

11.23 STAIRCASE/VERANDAH RAILING : -

Wherever railing with GI pipes shown in drawings, the same shall be provided all as shown in drawing with 50mm bore light grade GI pipes & fittings (ISI marked) railing & with 12mm square bars etc all as indicated. All exposed surface of steel/iron shall be painted with two coats of synthetic enamel paint over a coat of primer.

11.24 STAIRCASE RAILING AND GUARD BARS

Wherever railing with stainless steel pipes shown in drawings, the same shall be provided all as shown in drawing with 40/25/20mm bore stainless steel pipes & fittings, wall thickness minimum 2.00mm & grade SS-214 all as indicated in drawings. grab bars shall be stainless steel pipe of dia 40mm as shown in drawing having wall thickness minimum 2.00mm & grade SS-214 fixed to wall/steps with 60x6mm thick FI welded to stainless steel verticle and grouting in concrete.

12 ROOF COVERING 12.1 RCC ROOF SLAB

(a) Intermediate slab shall be laid to level (b) RCC roof slab shall be laid to slope as indicated in drawings (c) Roof slab shall be projected as shown in respective drawings

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 177 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(d) Exposed surfaces of sofit of RCC slabs shall be plastered in cement

mortar (1:3), 10 mm thick and finished even and smooth (e) Irrespective of what is shown on drawings full bearing of RCC slab shall

be provided on external wall. 12.2 WATER PROOFING TREATMENT 12.2.1 WATER PROOFING TREATMENT TO RCC ROOF SLAB

(FOR ACCESSIBLE/NON ACCESSIBLE ROOFS & TERRACE)

12.2.2. Irrespective of whatever is shown/specified in schedule of finishes drawing, WATER PROOFING TREATMENT shall be carried out to all RCC roof slabs by providing 10mm thick rendering in CM (1:4) mixed with water proofing compound as per manufacturer’s instructions whilst the concrete is still green (for the purpose of deviation, WPC shall be taken as 3% by weight of cement) the surface shall be finished even and smooth without using extra cement and water pounding shall be carried out by pounding water continuously for seven days. If any leakage/seepage is observed, the same shall be rectified by pressure grouting under the pressure of 5 Kg/Sqcm using cement based cement grout.

After the surface is repaired, the slab shall be again tested for water tightness to the

entire satisfaction of GE. On completion of pounding test and when the is surface completely dry subsequent treatment as specified in clause 11.44 of SSR Part-I shall be carried out by using atctic propylene polymer modified prefabricated membrane (3mm thick with non woven polyster matt) over a coat of primer @ 0.40 lit/sqm as specified in clause 11.4.2.1 of SSR Part-I. The APP membrane shall be laid by torch application method.

12.2.3 Technical characteristics of the membrane shall be as under:-

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 178 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

12.2.4 The side overlaps shall be minimum 75mm and the end laps shall be minimum 100 mm. All overlaps and joints shall be sealed as per manufacturer’s instructions.

12.2.5 After laying the membrane, 22-25mm thick PCC tiles (using grey cement) of size

250 x 250 mm, ISI marked (hydraulically pressed) shall be laid over 15mm thick bedding mortar in CM (1:3), set jointed and pointed in neat cement. Joints of tiles shall be 4mm wide and grouted with CM (1:3).

NOTE: - Water proofing treatment i.e. primer coat and laying of membrane shall be done through authorized applicator of manufacturer.

12.2.6 TESTING:-

Frequency of test – At least one test consists of three sample specimen at random from each lot. The APP modified membrane with non woven polyester reinforcement shall be got tested from the test houses as mentioned here under:-

(a) Chemical & Metallurgical services

T.S No. 63, SIDCO Industrial Estate

Ekkaduthangal,

Chennai – 600097, Fax No. 44-2312944

CHARACTERISTIC SPECIFICATIONS

(i) Thickness Minimum 3mm

(ii) Weight Min 3.50 Kg per Sqm of membrane

(iii) Softening point Min 150° C.

(iv) Cold flexibility (-)5° C

(v) Reinforcement Non-woven polyester Mat 160 gm /m2.

(vi) Tensile strength:-

Lengthwise

Crosswise

> 750N / 5cm

> 400N / 5cm

(vii) Elongation :-

Lengthwise

Crosswise

Min 40%

Min 50%

(viii) Heat Resistance Does not Drip at 125ºC

(ix) Tear Strength :-

Lengthwise, N

Crosswise, N

> 300

> 250

(x) Water

Absorption, %

<0.15

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 179 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(b) Central Institute of Plastic Engineering & Technology

(Ministry of Chemical and Fertilizers, Govt. of India)

Gundy, Chennai – 600032, Fax No. 91-2344673

(c) National Test House Alipore Calcutta (d) Shree Ram Test House, New Delhi (e) National test House Andheri, Mumbai 12.2.7 WATER PROOFING TREATMENT TO CANOPY/CHAJJAS : -

Provide 15 mm thick plaster in cement mortar (1:4) mixed with water proofing compound as per manufacturer’s instructions on RCC slab/chajjas while the concrete is still green and finished even and smooth without using extra cement. For the purpose of deviation, WPC shall be taken as 3% by weight of cement.

12.3 SECURITY DEPOSIT TOWARDS WATER PROOFING TREATMENT TO ROOF

COVERED UNDER CLAUSE NO 12.2 HEREIN BEFORE 12.3.1 Should the GE at any time during constructions or reconstruction or prior to the

expiration of a period of 10 (ten) years after the certified date of completion of buildings or group of buildings find that the buildings show leakage, dampness or any sign of defective water proofing treatment the contractor shall on demand in writing from the GE specifying the building complained of not withstanding the fact that the same may have been inadvertently passed, certified and paid for forthwith, undertake to carry out such treatment as may be necessary to render the said buildings water proof at his own expense for a period of ten years from the certified date of completion of said buildings and in the event of his failing to do so within a period to be specified by the GE, in his demand as aforesaid the GE may undertake such treatment at his risk and expense in all respects of the contractor, the liability of the contractor under the condition shall not extend beyond the period of 10 years from the certified date of completion unless the GE had previously given notice to the contractor.

12.3.2 The amount calculated as per table given below shall be retained from the

contractor’s final bill amount as security deposit for the water proofing treatment and the same shall be released after satisfactory completion of guarantee period as stated above. The contractor may alternatively submit fixed deposit receipt for the said sum from a scheduled/Nationalised Bank in lieu of the sum to be retained out of the final bill :-

Amount of water proofing treatment to roof at contract rate

Amount to be retained from contractors dues rounded to nearest thousand rupees

(i) Up to Rs 50.00 lakh 2% of amount subject to minimum of Rs 5000/- and enhanced by 25%

(ii) Over Rs 50.00 lakh and up to Rs 100.00 lakh

Rs 1.00 lakh + 1.50% of amount exceeding Rs 50.00 lakh and enhanced by 25%

(iii) Over Rs 100.00 lakh and up to Rs 500 lakh

Rs 1.75 lakh + 1% of amount exceeding Rs 100.00 lakh and enhanced by 25%

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 180 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

12.3.3 The security deposit referred to in clause 12.3.2 herein before may be refunded to the contractor after expiry of the period of 10 years from the certified date of completion by the GE, provided always that the contractor shall first have been paid the final bill and have rendered ‘No demand certificate’ IAFW-451 condition 10, 48 & 68 of General Conditions of Contracts (IAFW-2249) shall be deemed to be amended to the extent mentioned above.

12.4 Materials required for waterproofing shall be purchased by the contractor from

the manufacturers or their authorised agent only and brought to site. The GE before approval shall verify name of authorised agent from the manufacturer.

12.5 WATER PROOFING TREATMENT TO SUNKEN FLOORS :-Water proofing

treatment to sunken floor slabs shall be as under:-

(a) Vertical sides of wall/beams where indicated shall be cast monolithically. (b) After construction of through, the same shall be tested for

leakage/seepage/dampness by ponding with water for 72 hours. In case any defect is noticed the portion shall be grouted with cement slurry mixed with suitable chemical and tested again. The process of grouting and testing shall be repeated till seepage/leakage/dampness is eliminated.

(c) Lay 30 mm thick (min) PCC M-20 (Nominal Mix) using 12.5 mm graded stone aggregate mixed integral water proofing compound as per Manufacturer’s instructions on bottom up sunken portion with proper slopes towards spout/spouts. Vertical sides shall be plastered in CM (1:3), 15 mm thick, mixed with water proofing compound as per manufacturer’s instructions. Plaster shall be extended over PCC coving when the same is green i.e. PCC and plaster be carried out at the same time.

(d) After laying all sewage/plumbing pipes with fixtures in position, apply 2 coats of polymeric based chemical as per manufacturer’s instructions over bottom and sides of sunken portion.

(e) Test again for water tightness by ponding for 72 hours and rectify defects if any till total elimination of defects.

(f) Fill the sunken floor with PCC (1:5:10) type E-2 using brick aggregate. (g) Spouts of 50 mm dia GI/PVC pipe light grade projecting 450mm clear of

face outer wall shall be provided to drain out seepage water, if any.

12.6 GUARANTEE FOR WATER PROOFING TREATMENT :- The contractor shall give a service guarantee of 10 years for the water proofing treatment. The aforesaid guarantee period of 10 year shall reckon from the certificate date of completion of work.

13 FLOORING 13.1 GENERAL

(a) Provisions contained in clause 13.25,13.26,13.27,13.28 & 13.32 of MES Schedule are to be adopted for laying floors and pavements. (b) Floors shall be laid to levels or to falls as shown on drawings and as directed by the Engineer-in-Charge. Floor finish shall be extended over dwarf walls, doors and other openings. (c) Treads and steps on entrance, risers and skirting shall have matching finish i.e. PCC etc. as indicated on drawings. (d) In case of openings without door shutters, the finish of main room shall be extended for the full width of the opening..

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 181 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(e) The dividing line between the floors of different types wherever they so meet between adjoining rooms, shall be determined on the basis of the finish visible when the doors are closed and the applicable finish shall accordingly be provided. (f) Floor finish over PCC sub base shall be laid all as specified in MES Schedule. Floor topping of Cast-in-situ, P.C.C shall be finished even and smooth without using extra cement. (g) Sub floor may not be laid in panels. Under-layer and topping layers of cast-in-situ cement floors shall be laid in square or rectangular panels as directed by Engineer-in-Charge, Length of panel not exc. 2.0 metre and length to width ratio not exc. 1.5 times in rectangular panels. (h) Dividing strips for PCC floor shall be of glass and width 2mm less than the thickness of floor. Thickness of glass strips shall be 3mm. (j) Joints in, PCC footpaths, steps and ramps shall be raked and filled with a mixture of hot blown grade bitumen conforming to IS-702 and sand in the ratio of 1:3.

13.2 SUB BASE TO FLOOR

(a) Bay system of use of glass dividing strips not to be adopted in case of sub base. (b) Where thickness and type of sub base is not shown on drawings the same shall be 75 mm thick. PCC (1:4:8) type D-2 using 40 mm graded crushed stone aggregate. (c) Where hardcore has been shown on drawings to sub base of floor, the same shall be provided as specified herein before. Thickness of sub base of hardcore where not shown shall be compacted 150 mm thick.

13.3 CEMENT CONCRETE FLOOR

(a) PCC floor up to 50 mm thick shall be laid adopting panel dimension not exceeding 1200 mm x 1200 mm with 4 mm thick (nominal thickness) sheet glass as dividing strips irrespective of whether shown in drg or not. The width of the glass strips shall be 2 mm less than the thickness of the floor and these strips shall be visible in the finished floor. (b) Wherever 75 mm/100 mm PCC (1:2:4) type B-1 using 20 mm graded stone aggregate in flooring is shown in schedule of finishes drawing shall be chequered finish with glass dividing strip the panel dimension shall be not exceeding 1200 mm x 1200 mm with 3 mm thick (nominal thickness) sheet glass. The width of glass strip shall be 2 mm less than the thickness of floor and these strips shall be visible in finished floor. (c) Where thickness of PCC floor is not shown on drawing the same shall be 40 mm thick PCC (1:2:4) type B-1 (d) Unless otherwise specified / shown on drawings, top of PCC floor shall be finished even and smooth with using extra cement while PCC is still green. Plaster is prohibited. (e) PCC floor except (a) & (b) here in before shall be laid in alternate bay system with panel dimension not exceeding 2mx2m. Glass dividing strips shall not be provided. (f) Wherever 100 mm PCC (1:2:4) type B-1 using 20 mm graded stone aggregate in flooring is shown in schedule of finishes drawing, the same shall be provided as specified in schedule of finishes.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 182 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(g) Wherever shown in schedule of finish drawing, joints of width and depth as specified shall be provided and shall be filled with sealing compound grade ‘A’.

13.4 NON SKID CERAMIC TILES :- Non skid ceramic tiles where ever indicated in

schedule of finishes shall be Ist class superior/premium quality confirming to grade B-II (A) as per IS- 13712-1993. Non skid ceramic tiles shall be of size not less than 300mm x 300mm x 7 to 8 mm thick /400mmx400mm and 8 to 9mm thick, as shown in schedule of finishes drawing. Tiles shall be white/light coloured as approved by GE. Tiles shall be laid set and jointed in neat cement slurry and pointed with white cement (mixed with colour pigment to match colour of tile) all as shown in schedule of finishes. Sub base and screed etc shall be as mentioned in schedule of finishes drawing. In case details are not shown, the tiles shall be laid over 15mm thick screed bed in CM (1:4) over 25mm thick PCC (1:2:4) type B-0 over 75mm thick PCC (1:4:8) type D-2 over rammed earth. In first floor and above tile shall be laid over 15mm thick screed bed in CM (1:4) over 25 mm thick PCC 1:2:4 type B-0.

13.5 VITRIFIED TILES FLOORING

(a) Vitrified tiles wherever shown in schedule of finishes drawing shall be got approved from GE before incorporation in the work. Quality of tiles shall be 1st class superior/premium quality confirming to grade B-II as per IS-13712-1993. The tiles shall be light coloured and plain shade. Make of tile shall be as specified in Appendix `C’. (b) In ground floor tiles shall be laid over 15 mm thick bedding layer in cement mortar (1:4 ) over 25mm thick PCC (1:2:4 ) type B-0 using 12.5 mm graded stone aggregate over 75 mm thick PCC (1:4:8) type D-2 using 40 mm graded stone aggregate over rammed earth. In first floor and other, floors tiles shall be laid over 15 mm thick bedding layer in cement mortar (1:4) over 25mm thick PCC (1:2:4 ) type B-0 using 12.5 mm graded stone aggregate.

(c ) Tiles shall be provided all as specified in clause 13.40 of MES SSR Part-I. (d) Size and thickness of tiles shall be 600 mm x 600mmx 9 to 10 mm thick.

(e) Irrespective of whatever specified elsewhere in tender, PVC spacers shall be used for maintaining uniform joint thickness and joints shall be filled with epoxy based tile joint filler as per manufacturer’s instruction and as approved by GE. (f) In skirting/dado:- Vitrified tiles shall be of size not less than 600mm x 100mm x 9-10mm thick and Tile shall be provided over cement mortar screed as per schedule of finishes drawing. Joints of tile shall match with the joints in floor tiles.

13.6 INTER LOCKING PRECAST BLOCK FLOORING Interlocking pre-cast coloured block reflective type shall be 60/80mm thick. The make of tiles shall be same as of cement flooring tiles specified in Appx ‘C’. The colour/size/pattern/design of blocks shall be as approved by GE. The block shall be laid over 25mm thick sand cushioning over 100mm thick PCC (1:4:8) type D-2 using 40mm graded stone aggregate over rammed earth. The joints shall be filled with sand using vibrator. 60mm thick block shall be M-35 grade and 80mm thick blocks shall be M-40 grade (IS-15658 marked).

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 183 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

13. 7 MIRROR POLISHED KOTA STONE SLAB/TILE FLOORING 13.7.1 Mirror polished kota stone slab/tile flooring shall be laid all as specified in

clause 13.47 of MES SSR Part-I and as directed by the Engineer-in-Charge. Thickness of stone slab shall be 20 to 25 mm. Size of the stone shall be 550x550mm except toilet/bath/WC of area less then 2 Sqm where the size of kota stone shall be 250 x 250mm.

13.7.2 In ground floor Kota stone tile/slab of size as specified in schedule of finishes drawings shall be laid over 20 mm thick bedding (screed) layer in cement mortar (1:3) over 75mm thick sub base PCC (1:4:8) type D-2 using 40 mm graded stone aggregate over rammed earth. In first floor and other floors kota stone shall be laid over 20mm thick bedding layer in CM (1:3) as specified in schedule of finishes drawing.

13.7.3 Irrespective of whatever shown in schedule of finishes drawing, Kota stone shall be mirror polished.

13.7.4 75 mm wide granite stone 20-22 mm thick, border/ strip all around at a distance of 300 mm from walls of colour /shed as approved by GE shall be provided in kota stone flooring in dining halls Irrespective of whether shown in schedule of finishes drawing or not.

13.8 CEMENT CONCRETE TILES :- Cement concrete tiles shell be machine cut,

polished, irrespective of what is shown on drgs the size of tile shall be 250 x 250 x 22mm. Tiles shell be over 20mm screed bed in CM (1:4) over 75mm thick PCC (1:4:8) type D2 over rammed earth in ground floor, in first floor the tiles shell be laid over 20mm thick screed bed in CM (1:4).

13.9 POLISHED GRANITE FLOORING 13.9.1 Polished granite slabs for flooring shall be of size not less than 1000mm x

1000mm or as shown on drawing and shall be 18 to 20mm thick. 13.9.2 Polished granite slabs shall be set, jointed and pointed with neat cement slurry over

20 mm thick screed bed in CM (1:3) over 25 mm thick PCC (1:2:4) type B-0 over 75 mm thick PCC (1:4:8) type D-2 over consolidated rammed earth in ground floor. In upper floors polished granite floor shall be laid over 20 mm thick screed bed in CM (1:3) over RCC slab.

13.9.3 Polishing and grinding of Granite stone flooring shall be as specified in SSR Part-I.

13.9.4 Colour of granite stone in floor shall be as approved by GE. Colour of granite stone at entrance of main ADM block (block -1) shall be ruby red as approved by GE.

13.10 CERAMIC ROOF TILE : Ceramic tiles on roof as shown on drawing shall be provided over roof treatment. Ceramic roof tile shall be of size 600x 600x 9-10 mm thick over screed bed 15 mm thick in cement mortar 1:3 shall be provided over PCC as specified under roof treatment here in before. The ceramic tile shall be SRI (Sun reflective index) value (minimum of 90) of make Cool tile of M/S Orient Bell or equivalent make as approved by GE. Contractor shall produce test certificate regarding decrease in inside temperature in building by minimum of 70 C compared ambient temperatures. Water absorption of roof tile shall not more than 3%. The joints of tiles shall be filled with white cement mixed with integral water proofing compound as per manufacturer’s instructions. Colour of tile shall be as approved by GE. The quoted rate shall deemed to include this provision.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 184 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

13.11 SAND FILLING IN FLOOR :- Where sand filling has been shown on drawing, the same shall be provided with coarse river sand. Thickness where not shown shall be compacted 150 mm thick.

13.12 MARBLE FLOORING

Marble f loor ing as shown on drawing shal l be W hite pol ished Marble of s ize not less than 600x600x18 to 20mm with Udaipur Green stone Border s ize not less than 100 mm wide as per des ign shal l be provided as shown on drawing la id and jointed with neat white cement paste @ 3kg/sqm over 20 mm thick bed screed layer in cm (1:4) over 75 mm thick cement concrete (1:4:8) typr D-2 using 40 mm graded stone aggregate over rammed earth

13.13 POLISH GRANITE STONE FLOORING Polished granite slabs for flooring shall be of size not less than 600x600mm and shall be 18-20 mm thick. Polished granite slabs shall be set, jointed and pointed with neat cement slurry over 20mm thick screed bend in CM (1:6) over 30mm thick PCC (1:2:4) type B-0 over 75 mm thick PCC (1:4:8) type D-2 over consolidated rammed earth in ground floor. In floors other than on ground floor polished granite floor shall be laid over15 mm thick screed bed in CM (1:4) over 25mm thick PCC (1:2:4) type B-0 over RCC slab.

13.14 PLINTH PROTECTION

Plinth protection shall be provided to the buildings as shown on drawings (in main plan) or any other drawing. (Drain along with plinth protection, wherever shown on drawings shall also be provided.The plinth protection shall be with 50 mm thick PCC (1:3:6) type C-1 using 20 mm graded stone aggregate over 75 mm thick hard core over rammed earth. Plinth protection shall be laid to slope 1 in 30 in alternative bays not exceeding 3 metres in length. Exposed surfaces shall be finished even and fair without using extra cement. Where width of plinth protection not shown in drawings the same shall be 750 mm wide. Saucer drain as shown on drawing shall be provided along the plinth protection with PCC 1:3:6 type C1(using 20 mm graded aggregate).Joints of plinth protection shall be filled with bitumen mastic (1:3).

14. PLASTERING AND POINTING 14.1 GENERAL (a) Prepared surface to be plastered and pointed, wet the surface thoroughly. (b) Curing of plasterwork shall be properly done. The contractor may use a spray pump or similar device without any price adjustment taking precaution against damage to plaster due to impact of splicing water. (c) The contractor shall take every precaution right from the commencement of plasterwork to prevent any craziness that may appear on the surface of plaster and shall be responsible to make good any portion of plasterwork which in the opinion of the GE requires removal and redoing. (d) Unless otherwise shown on drawings/specified, external plaster surfaces shall be finished to fair and even surfaces and internal plastered surfaces shall be finished to even and smooth surface without using extra cement.

(e) The thickness of plaster/dado/skirting is the finished thickness (exclusive of dubbing) over proudest portion (f) Plastering at the junction of walls and floors and to all internal and external angles shall meet at right angle as directed by Engineer-in-Charge. Plastering shall be returned in openings involved. (g) Internal plastering shall be carried out to the full width of jambs for the door, windows and openings ie up to external edge of the wall. (h) Sand for plastering and pointing shall be from the source mentioned in Appendix ‘A’ and as approved by the GE. (j) A horizontal groove of size 15 mm wide and 6 mm deep shall be provided in the internal plaster at junction of the wall, lintel band, beam & ceiling. (k) Where plinth protection is not provided the external plastering/pointing shall be carried out up to 150 mm below the ground level.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 185 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(l) Joint of masonry to be plastered/pointed shall be racked out as the work proceeds as specified in the MES schedule. (m) Semi circular plaster grooves 15 mm wide 6 mm deep shall be provided internally at all the junction of RCC column/slabs/beams with masonry of external walls and shall be filled with crack seal compound.

14.2 CEMENT PLASTER (INTERNAL)

Internal plaster wherever indicated on drawings shall be 10 mm thick in cement mortar (1:6) on brick masonry and 15mm thick in CM (1:6) on stone masonry surfaces and shall be finished even and smooth without using extra cement.

14.3 CEMENT PLASTER (EXTERNAL)

External plaster shall be provided to all PCC block walls/ stone wall / brick wall. Rendering shall be done in two coats. 1st coat shall be 10mm thick in CM (1:6) and 2nd coat shall be 5mm thick in CM (1:4) mixed with water proofing compound finished even and fair. Water proofing compound shall be added as per manufacture’s instructions. In case of deviation WPC shall be considered as 3% by weight of cement. Rendering shall be finished even and fair with out using extra cement.

14.3A WALL PUTTY - Wall care putty (Make-JK/Birla) of average 1mm thickness shall be provided on internal surface of walls irrespective of whether shown in schedule of finishes drawing or not. The quoted lump sum shall deemed to include this provision.

14.4 KEYED POINTING - Irrespective of what so ever shown in schedule of

finishes drawing, keyed pointing on external stone masonry surfaces shall be as under:- All stone walls shall be keyed pointed as specified in Para 14.29.5.3 of SSR Part-I. Keyed pointing shall be in CM (1:3) using grey cement.

14.5 CEMENT PLASTER IN SKIRTING :- Irrespective of whatever is specified in

schedule of finishes, cement plaster in skirting shall be 10 mm over PCC block wall/brick wall and 15mm over stone masonry wall. Skirting shall be provided in two coats. First coat shall be 5mm on PCC block wall/ brick wall and 10mm on stone masonry wall in cement mortar 1:4 and setting coat shall be 5mm thick in cement mortar (1:3) trowelled to a smooth and even finish using extra cement. It shall be in line with plastering and separated with groove. Junction of floor and skirting shall be rounded to minimum radius of 5mm. Height of skirting shall be as shown in schedule of finishes drawing, where height not shown, the same shall be 100mm.

14.6 GLAZED CERAMIC TILE DADO/SKIRTING

(a) Where ever ceramic tile dado shown on drawing, Irrespective of what ever shown in schedule of finishes, dado shall be provided with glazed coloured concept tile of size 450mm x 300 mm 7 to 8 mm thick fixed with neat cement paste and shall be got approved from GE before incorporation in the work. Quality of tiles shall be 1st class superior/premium quality confirming to grade B-III as per IS-13712-1993. Make of tiles shall be as specified in Appendix ‘C’. (b) Tile shall be provided over cement mortar screed in CM 1:3 as per schedule of finishes drawing and as specified in clause 13.40 of SSR Part I. Joints of dado shall match with the joints in floor tiles. (c ) Non skid ceramic tile in skirting shall be 400x100 mm. Tile shall be provided over cement mortar screed as per schedule of finishes drawing.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 186 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

14.7 POLISHED KOTA/GRANITE STONE IN SKIRTING/DADO :-

Machine cut polished kota/granite stone skirting/dado shall be provided to heights as shown in drawing. Kota stone shall be as specified here-in-before except thickness, which shall be 12 to 15 mm thick size not less than 500 x 100 mm. Backing coat shall be 10mm thick in CM (1:3). Stone shall be laid bedded and jointed neat grey cement slurry. The tiles shall be cleaned and rubbed after they are set. The joints shall match with the joints in floor.

14.7A MARBLE STONE SKIRTING/DADO

White pol ished Marble of size not less than 600x1000 and 10 to 12mm shall be f ixed neat cement slurry over Backing coat of 10mm thick in CM (1:3).

15 WHITE WASHING/COLOUR WASHING/CEMENT PAINT/OIL EMULSION DISTEMPER/ EXTERIOR EMULSION PAINT ETC (a) Surface finishes visualising white wash, colour wash etc shall be provided all as indicated in respective schedule of finishes drawings. (b) Where whitewash is indicated in drawings, apply three coats of white (lime) wash including preparation of surfaces. Where colour washing is indicated in drawings, apply two coats of colour wash over a coat of white wash. Tint of colour wash shall be approved by GE. (c) White washing and colour washing shall be applied with proper brushes as specified in clause 15.12 of MES SSR Part-I, contractor may, at his discretion, do the same by means of spry pump without any extra cost to the Government. (d) Where dry distemper is indicated in drawing, the same shall be amended to read as oil emulsion distemper. (e) For oil emulsion distemper, apply two coats of oil emulsion distemper of the tint approved by GE. Prepare surface as specified in MES SSR Part-I and apply alkali resistant primer over 1 mm thick putty before applying two coats of distemper. (f) Where snowcem/cement paint is indicated on drawings, apply two coats of snowcem/cement paint over a coat of cement based primer. The tint shall be approved by GE. Preparation, application and other instructions shall be followed as stipulated in clause 15.15 of MES SSR Part-I.

(g) Where weather proof water based emulsion paint indicated on drawing, shall be two coats of weather proof water based emulsion paint (acrylic paint exterior) of the tint approved by GE. Preparation of surface and apply primer

as specified in MES SSR Part-I. Preparation, application and other instructions shall be followed as stipulated in clause 17.17 of MES SSR Part-I. (h) Where plastic emulsion paint indicated on drawing, shall be two coats of acrylic paint interior of the tint approved by GE. Preparation of surface and apply primer as specified in MES SSR Part-I. Preparation, application and other instructions shall be followed as stipulated in clause MES SSR Part-I. (j) At places where no finish has been shown in drawings, internal plastered surfaces and ceiling shall be provided with three coats of white wash and external plastered surfaces shall be provided with two coats of cement paint over a coat of primer as specified here in before. (k) Primer and paint shall be of same manufacturer.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 187 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

NOTE: - Unless otherwise shown on drawings soffit and sides of lintels, shelves, parapet, cooler rest, staircase landing and waste slab shall be white washed three coats as specified.

16 ---BLANK-- 17 PAINTING 17.1 TARRING Prepare surface and apply two coats of tar mixture to the following:-

(a) Timber surface in contact with or buried in earth/concrete/brick work/plaster. (b) Mild steel (except reinforced bars) surfaces in contact with or buried in earth / plaster.

17.2 PAINTING GENERAL (a) Members specified to be painted shall first be passed by the Engineer-in-Charge and marked as such before commencement of painting work. Each coat of paint shall be passed by the Engineer-in Charge before successive coat is applied. (b) If the under coat of paint is not executed within 06 months after applying the priming coat, the priming coat shall be redone by the contractor without any extra cost to the Government. (c) Surface inaccessible for applying further coats shall be painted before fixing. (d) First quality (grade) paint shall only be used. The make of the paint shall be as specified in Appendix ‘C’. (e) The primer and paint shall be of the same manufacturer.

17.3 PAINTING TO IRON AND STEEL WORK

(a) All exposed steel work and E/M exposed steel items shall be painted with two coats of synthetic enamel paint over a coat of zinc chrome primer after preparation of surfaces. (b) All galvanised iron articles and reinforcement bars shall not be painted. (c) External faces of steel doors shall be painted in camouflaging pattern as directed by Engineer-in-Charge. (d) Priming coat shall be applied before fixing in position.

18. SUNDRIES 18.1 HDPE WATER TANK

(a) Water tanks shall be provided as shown on drawing. (b) Water tank shall be single piece rotational moulded polyethylene, (cylindrical vertical with top closed), double layer “ISI marked .the outer surface of the tank shall be painted with suitable heat protection paint ( white in colour) . (c) The lump sum shall also include for the following:- (i) Galvanised steel tube medium grade 10cm long projected inside and outside of tank with bore as indicated in drawing for inlet and outlet including high pressure brass ball valve with polythene float brass rod and fly nut conforming to IS-1703.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 188 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(ii) Galvanised steel tube 15mm bore medium grade 10 cm long projected inside and outside for wash out. (iii) Galvanised steel water tube medium grade 15mm bore from service tank to the nearest spout of RWP in case of roof with parapet and upto 300mm above plinth level in case of roofs with no parapet for over flow. (iv) Galvanised steel tube medium grade projected 10 cm inside and outside of tank for vent. (d) Capacity and number of water tank shall be provided as shown on roof plan/schematic diagram of water supply. In case capacity of tank is not shown in details the same shall be 500 ltrs. Water tank shall be placed over PCC platform (1:2:4) type B-1, with minimum thickness of concrete 75mm Bottom surface of tank shall be horizontal and tank shall be fixed in position all as shown on drawing No CEBZ/TD/91/2011 Sheet 1/1. (e) Water tank shall be of any of make specified in Appendix `C`.

18.2 TOWEL RING : - Towel ring shall be stainless steel of make as approved by

GE and shall be provided in location shown on drawings. 18.3 PRECAST RCC JALLI : - Pre-cast RCC Jalli shall be of RCC (1:2:4) type B-0

of pattern and thickness as shown on drawing. Reinforcement shall be as per drawing. Jallies shall have fair and even surface and pre-cast jallies shall be set, jointed and pointed in CM (1:3). If type and thickness is not shown on drawings the same shall be 50mm thick, type ‘E’.

18.4 NUMBER PLAQUE : - All buildings shall be provided with a diamond square

30 cm x 30 cm x 20 mm thick plaster plaque in cement mortar (1:2) finished smooth using extra cement duly painted in black (three coats) of synthetic enamel paint including priming coat and number letter (each of 12 cm height) as directed by Engineer-in-Charge. The number of each building on main entrance door shall also be painted as directed by Engineer-in-Charge.

18.5 INFORMATION PLAQUE (TABLET)

(a) All building/structure shall be provided with plaque (tablet) furnishing the following information in plaster engraving in and painted as directed by GE (i) Job No, CA No, Year and name of work (ii) Name of contractor, GE and Engineer-in-Charge (iii) Date of commencement, completion phase wise and expiry of

maintenance period (iv) Date of expiry of warranty period against ATT and water proofing

treatment (b) Plaster shall be 20 mm thick in cement mortar (1:4) (c) Location of plaque shall be as decided by the GE

18.6 OPENING FOR EXHAUST FAN : -Opening for exhaust fan shall be provided

all as specified and shown on drawings. In case location is not shown on drawings, the same shall be decided by Engineer-in-Charge.

18.7 CORNER SHELVES : - Corner shelves shall be 20 to 25 mm thick machine

cut polished Granite stone slab and shall be provided in location shown on drawings.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 189 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

18.8 HOOK/PEGS SET OF TWO/THREE/SIX :-Hook/pegs shall be 4 mm square anodised aluminium and fixed with chromium-plated screws. The size of hook shall be 12.5 mm if not shown on drawing and shall be fixed on wooden plank as specified in respective drawing.

18.9 CURTAIN ROD (CR) :-

Curtain rod shall be all as shown in drg No CEBZ/TD/87/2011 sheet 1/1 18.10 RAIN WATER PIPE (RWP)

(a) The location, size & type of rain water pipe & fittings shall be as shown on drawing, if not indicated on drawing the same shall be of UPVC (Unplastic PVC) type `A`, 100 mm dia conforming to IS: 13592-1992 all as specified in clause 18.27A of MES SSR Part-I (2010). Jointing of pipe shall be carried out as per manufacturer’s instructions. Pipe & fittings shall be secured to walls at all joints with mild steel holder bat clamps all as specified in clause 11.37.5 of MES SSR Part-I. (b) Grating and shoe shall be provided at inlet and outlet of RWP and splash stone shall be of 20mm thick cuddappa stone 600x600mm size as shown on drawings.

18.11 Blank 18.12 CURTAIN RAILS : - Curtain rails shall be of MS pipe & socket of heavy grade

and shall be provided with details and locations shown in drawing. 18.13 DRAPERY ROD (DR)

(a) ‘DR’ wherever mentioned in plan shall be power coated aluminium Drapery rod. Rod shall be provided as per details given in TD drawings. (b) Drapery rod 25mm inner dia shall be supported on the aluminium power coated bracket fixed with rawal plug or screw on walls/beam. Drapery rod shall be provided as approved by GE. (c) Colour of Drapery rod, rings & bracket shall be as approved by GE. (d) Rings for hanging the curtain shall be as per manufacturer’s instructions and shall be provided at the rate of one ring per 100mm length of rod. (e) Make of Drapery rod, final shall be as approved by GE.

18.14 TOILET CUP BOARD : - Toilet cupboard wherever shown in drawing shall be

of Make- Prayag catalogue No 551 size 350x450mm or Commander Jasmine size 311x432mm.

18.15. MS RUNGS:- MS rungs shall be provided at locations marked on drg. MS

rungs shall be 20 mm dia MS round bars as shown in drg No CEBZ/TD/84/2011. MS rungs shall be provided staggered at 30 Cms C/C.

18.16 SINK WITH DRAINING BOARD

(a) It shall be stainless steel anti-scratch range made out of 1 mm thick Salem stainless steel (AISI- 304-18/18) sheet. Over all size (1145 x 510 mm) with square bowl for single draining board and overall size (2000x510mm) with square bowl for double draining board. Sink shall be fitted with chromium plated brass waste coupling of make same as that of sink, GI bracket, GI waste pipe of suitable length and other accessories. (b) Sink with draining board single or double shall be provided as shown in respective drawing. Makes shall be as per appendix `C`.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 190 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

18.17 SOAP TRAYS :-These shall be provided where shown drawings. Soap trays shall be wall mounted soap dish of ESS-ESS Bath room products Pvt Ltd Panch Kula, Haryana, Model No. H-907 or equivalent.

18.18 SPOUTS : - Spout shall be 75 mm dia PVC pipe (ISI marked) and shall be

provided all as shown on the drawings. The spout shall be projected 300mm from the external face of wall/ parapet.

18.19 EXPANSION AND CRUMPLE JOINTS ; - Expansion/crumple section shall

be provided where indicated on drawings as per the details given in the drawings. Irrespective of whatever is shown on drawings the expansion joints shall be filled with polysulphide sealant, PIDISEAL PS4IG (Gun grade) or equivalent as specified in BS 4254-1983. The depth of filling shall not be less than twice the width of the joint.

18.20 THREE OR TWO TIER GRANITE/KOTA OR MARBLE STONE SHELVES (a) Three tier Granite/Kota/Marble stone shelves shall be provided as shown on drawing and supported with 115 thick brick wall in cm (1:4) as shown in drawings. (b) Shelves shall be kota (20 to 25 mm thick) /marble/granite (18 to 20mm thick) stone machine cut and polished both side. Shelves shall have minimum 50 mm bearing on walls on all the sides. (c) Surface of walling shall be provided with 15 mm thick plaster in cement mortar (1:6) finished even & smooth without using extra cement unless otherwise finishes specified in schedule of finishes drawings. (d) All plastered surfaces shall be finished with same finished as specified for respective room/location. (e) Bottom platform shall be of PCC 1:2:4 type B-1 and finished same as that of floor of respective location.

18.21 MIRROR

(i) Mirror shall be provided at the locations shown on drawings and shall be provided all as per details shown on drawings.

(ii) Mirror of size 0.60 m height & in full width shall be 5.5 to 6 mm thick polished sheet glass flawless firmly 25 mm dia stainless steel studs of 25 cm long shall be provided in dining hall for Hav/ORs complete as shown on drawings. The edge of plywood shall be finished smooth by sand paper. The mirror shall be of makes given in Appx ‘C’.

(iii) Exposed surfaces of timber shall be French polished as specified herein before

18.22 TWO/THREE TIER RCC SHELVES :- RCC shelves shall be provided at

location shown on drawing and in M-25 (Design mix) as per drawing. Top and sides of shelves shall be finished even and smooth with extra cement. PCC block wall 100mm thick in support and partitions of shelf shall be as specified here-in-before and exposed surfaces shall be plastered 10mm thick in CM (1:6). Soffit of shelves shall be treated with three coats of white wash and PCC block walls shall be finished same as that of finishes for the room/location.

18.23 CUP BOARD

Type of CB shall be as shown in drawings. Where CB1, CB2, CB-A or CB-B are marked, CB as per drawing No. CEBZ/TD/17/ 2011 shall be provided.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 191 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

CB AS PER TD NO. CEBZ/TD/17/2011 (a) Irrespective of whatever shown on drawing frame for shutters shall be 1.00mm thick pressed steel, powder coated. Shutter shall be made of 1.0mm thick pressed steel sheet, powder coated. (b) Shelves shall be 1.00mm pressed steel sheet, powder coated bent to shape. (c) Internal surfaces of masonry shall be provided with 10mm thick plaster in cement mortar (1:4) finished even and smooth without using extra cement.

(d) All fittings except hinges shall be anodised aluminium. Butt hinges shall be of cold rolled mild steel medium grade.

(e) All exposed steel surfaces shall be treated with two coats of synthetic enamel paint over one coat of red oxide primer as specified here-in-before.

(f) All internal plastered surfaces shall be provided with two coats of synthetic enamel paint over a coat of primer including preparation of surfaces.

(g) Bottom platform shall be of PCC 1:2:4 type B-1 and finished even and smooth without using extra cement.

(h) Cup board shutters shall be factory made.

(j ) All exposed wooden surface/wood base materials shall be treated with two coats of synthetic enamel paint over one coat of pink primer as specified here-in-before.

(k) Rest all as per shown on drawing.

Note: Where width of cupboard is not shown in main plan, maximum width as specified in the above mentioned drawing shall be followed.

18.24 ----BLANK-----

18.25 COOKING PLATFORM /PLATFORM/WORKING PLATFORM

(a) Platform and table shall be provided all as shown on drawing. (b) Platform/table shall be provided with polished marble stone/kota stone/granite as shown on

drawings and shall be laid over RCC slab. Thickness of screed below stone slab shall be 15 mm thick in cement mortar (1:3). Length of stone slab shall not be less than 1.50 metre. The edges of stone slab shall be rounded.

18.26 SHOWCASE/RECEPTION COUNTER

These shall be provided all as shown on drawing. 18.27 NOTICE BOARD

(a) Notice board shall be provided all as specified and as shown in drawing and at location indicated in the main plan drawings with following specifications:-

(b) Timber shall be first class hard wood (Teak).

(c) Soft board shall be in one piece.

(d) 5mm thick sheet glass shall be fixed with 10mm x 10mm wooden beads.

(e) Butt hinges shall be 50mm size and shall be medium grade mild steel as specified hereinbefore.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 192 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(f) Hasp and staple shall be of 75mm size safety pattern and aluminium anodised.

(g) French polish shall be provided on all exposed surfaces of timber.

(h) All wooden members in contact with masonry shall be treated with hot tar.

(j) The over all size of notice board shall be as specified in plan of building. If size is not specified same shall be followed as 2440x1220mm.

(k) Green baize cloth shall be as shown on drawings of best quality as approved by GE. 18.28 STRUCTURAL GLAZING

Structural glazing where ever shown on drawing shall be as per manufacturer’s instruction with structural glass minimum 8 mm thick fixed with spider fittings of make KOLF International Pvt Ltd or equivalent. Glazing shall be jointed with silicon structural sealant as per code provision and Engineering practice all as approved by GE.

18.29 DISPLAY BOARD (i) These shall be provided all as specified and as shown on drawing. (ii) Soft board shall be provided as show in drawing. All wood work shall be first class hard wood (Teak).Teak wood edging shall be provided all-round the board. (iii) Exposed surfaces of timber shall be French polished.

(iv) Thickness of mirror shall 5.5 mm thick (minimum). 18.30 GRANITE SLAB :- Granite slab for fixing sink & WHB shall be mirror polished and in one piece 20- 25 mm thick. All exposed edges of slab shall be moulded and mirror polished.

19. PLUMBING AND SANITARY FITTINGS :- The lump sum tendered by the tenderer for the buildings shall include for the

cost of supplying, fixing and testing as specified of the following sanitary fittings/fixtures for the respective buildings including all accessories and plumbing to the extent mentioned herein after. All sanitary fittings shall be white glazed vitreous china, first quality, ISI marked. Make of fittings shall be as per Appendix ‘C’

(a) Water closet with flush tank. (b) Urinals with flush valves (c) Wash hand basins (d) Mirrors (e) Soil waste, vent and rain water pipes (f) Gully traps, nahani traps and floor traps (g) Water tanks (h) Soap niches (j) Peg sets of 2 or 3 (k) WHBs and mirror (l) Stainless steel sinks with/without drain boards (m) Towel rails (n) Stainless steel plate racks (o) All other fixtures/fittings as shown on drawings

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 193 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

19.1.A WATER CLOSET (INDIAN TYPE ORISSA PATTERN) :-Water closet

Indian type Orissa Pattern shall comprise as under:- (a) Vitreous china squatting pan, water closet apparatus Orissa pattern of size 580mmx440mm white/coloured with integral foot rests conforming to IS-2556 of Part-III 1981 with CI ‘P’ trap or CI ‘S’ trap long arms 900 mm from the centre of socket, set in cement concrete irrespective of whatever shown on drawing. (b) Low level flushing cistern 10 litre capacity body moulded from virgin

polypropylene of make specified in Appendix ‘C’ with clock valve based on buoyancy principle and controlled by a water clock including brass chromium plated bend, float valve 15 mm bore with polythene ball delrin valve made from acetal and polythene connection complete including ‘Z’ type brackets. (c) 32mm bore readymade flush PVC pipe bent to shape and 1.00 to 1.25 metre long (including bent portion) complete and jointing to WC with hemp and cement. (d) The pan shall be set in lime concrete (1:3) at least 15 cm around and finished just below the rim to receive the specified thickness of floor unless shown otherwise on drawings. NOTE:- (i) Where flushing cistern cannot be fixed in wall in wall due to window lintel as per sanitary plan, the same shall be fixed on the side wall with additional bend, the cost of which shall be deemed to be included in the lump sum cost of building in schedule ‘A’ Part-I. (ii) Wherever Indian pattern WC shown in drawing the same shall be amended to read as Indian type Orissa pattern WC.

19.1.B WATER CLOSET (PADESTAL PATTERN)

19. 1.B.1 Pedestal pattern wash down apparatus shall be of pattern 2 of IS-2156

Part-II (1981) and shall comprise of the following

19.1.B.2 Wash down water closet pan ISI marked complete with integral ‘P’ trap or ‘S’ trap, the closet screwed to and including wooden plug embedded into the floor and made good ground.

19. 1.B.3 Closed seat and cover shall be of thermo setting material ISI marked and hinged with chromium plated brass hinges and rubber.

19. 1.B.4 Low level flushing cistern 10 litre capacity body moulded from virgin polypropylene of make specified in Appendix ‘C’ with clock valve based on buoyancy principle and controlled by a water clock including brass chromium plated bend, float valve 15 mm bore with polythene ball delrin valve made from acetal and polythene connection complete including ‘Z’ type brackets.

19. 1.B.5 40 mm bore PVC flush pipe with necessary brass fittings 19.1.B.6 15 mm bore PVC connection 45 cm long with brass union at both ends.

19.2 WATER CLOSET

19.2.1 Where ever EWC shown on drawing, shall be wall mounted EWC with and

including cistern as per cat part No 20028 of Hindware or equivalent in

Cera, Parryware, Jaquar. All necessary arrangements for fixing of wall

mounted EWC shall be deemed to include in quoted lumpsum.

19.2.2 Wash down water closet pan shall be ISI marked complete including all fitting and fixture and fixing arrangement on wall as per manufacturer instructions.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 194 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

19.2.3 Closed seat and cover shall be of thermo setting material ISI marked and hinged with chromium plated brass hinges and rubber.

19.2.4 15 mm bore PVC connection 45 cm long with brass union at both ends. 19.2.6 TOILET PAPER HOLDER :-One toilet paper holder per pedestal type WC

shall be provided all as shown on drawings. Toilet paper holder shall be of vitreous china.

19.3 SOAP NICHE :- Provide soap niche as per details shown on drawings with same finish on all the surfaces as that for adjoining dado. In case the dado is to be of glazed tiles the soap niche shall be finished with glazed tiles with same specifications as that of dado.

19.4 NAHANI TRAPS :- Nahani traps shall be provided in locations as shown on drawings. Nahani trap shall be of cast iron as per IS-3989 and shall have outlet of nominal diameter of 75 mm. Traps which are adjacent to outer wall shall be provided with long outlet so that joints falls out of buildings.

19.5 GULLY TRAPS :- Gully traps shall be salt glazed stone ware quality rebated top square body size 150 mm trap type ‘P’ round mouth 100 mm bore outlet jointed to drain pipe in cement mortar (1:1) including cement concrete (1:5:10) type E-2 bedding square RCC cover with 50 mm projection on either side as shown on the drawings.

19.6 WASH HAND BASIN

(a) Size of wash hand basin flat back shall be 55 cm x 40 cm (over all) and oval type 450 x 600mm wherever shown on drawing.

(b) Wash hand basin shall have flat back/oval type with the following:-

(i) Chromium plated brass chain and plug and waste fittings. (ii) The centrally fixed brass chromium plated 15 mm bore pillar tap. Pillar

tap shall be fancy type conforming to IS 8934 and clause 18.16.1 of SSR Part-I (ISI marked).

(iii) Waste pipe with 32mm bore chromium plated brass coupling with check

nut fixed to wash hand basin (iv) One pair of stout, painted cast iron brackets screwed to and including

wooden plugs (v) 32mm bore PVC heavy duty waste pipe connection from wash hand

basin to NT.

(vi) 15mm bore PVC pipe connection white 45cm long with 2 Nos brass coupling for each pillar tap.

19.7COUNTER TYPE WASH HAND BASIN WITH MIRROR AND BOTTLE TRAP : -

Platform for counter type wash hand basin shall be of RCC M-25 (design mix) and as per details shown on drawing. Oval shape wash hand basin shall be vitreous china white 550x400mm size and shall be of make specified in Appx ‘C’. The top shall be 20mm thick polished granite stone slab in one piece. 5.5mm thick mirror shall be as shown in drawing. 15mm bore pillar tap cast copper alloy fancy type with capstan head chromium plated screwed high pressure with or without lettered Hot or Cold for each shall be all as specified here-in-

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 195 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

before for WHB. Waste coupling/fitting and waste pipe from fitting to drain/Nahani trap shall be 40mm dia light grade GI pipe. Soap niches shall be provided as shown on drawing.

19.8 LOOKING MIRROR (a) Mirrors shall be 5.5 to 6 mm thick polished sheet glass flawless firmly mounted on 6 mm thick plywood backing in PVC frame of approved quality shape moulded and shade. The edge of plywood shall be finished smooth be sand paper. (b) Each vitreous china type wash basin shall be provided with one number mirror of size 45cmx60cm.

19.9 PILLAR TAPS : - Pillar taps shall be of fancy type conforming to IS-8934

(1978) and clause 18.16.1 of SSR Part-I (ISI marked) brass chromium plated. 19.9.A MIXTURE VALVE :- Mixture valve shall be of fancy type and shall be of brass

chromium plated of approved make. 19.10 URINALS :

(a) Where ever urinals shown on drawings in toilet block, Electronic sensor type urinal shall be provided. Urinal shall be of make Hindware model “Senso Art” cat No 60018 or equivalent in Cera/Jaquar. Electronic sensor type urinal shall be white colour of size 61x 39x37 cm. Urinal shall be fixed to wall all as per manufacturer’s instruction & as directed by GE and quoted lump sum shall deemed to include this provision. (b) One brass chromium plated half turn valve 25 mm bore shall be provided for each urinal. (c) Urinal outlet as per manufacturer’s instructions and necessary fittings from urinal to saucer drain and its cost shall deemed to be included in cost of the building. (d) 100 mm high PCC platform with saucer drain shall be provided with urinal and finished with floor finish as specified for adjoining floor. (e) Irrespective of whatever shown in drawing the urinal partition shall be black granite stone 25 mm thick mirror polished with edges rounded and polished of width 0.45 m projection from wall and height 1.50m.

19.11 RCC HUME PIPES AND VENT PIPES

(a) Unit rate for the building of Schedule ‘A’ Part-I shall be deemed to include for cost of the soil, waste and vent pipes along with requisite fittings such as bends, junctions, inspection eves and all plumbing work complete. (b) Soil, vent and waste pipe including their fittings in all location (except waste pipes), in location mentioned in clause 19.11 (c) & (d) shall be cast iron 100 mm bore with cement joint except portions embedded under floor/wall which shall be with lead joint. Soil pipe shall be extended 90 cm above roof level to serve as vent pipe and shall be provided with CI cowl at top.

(c) Waste pipe from sanitary fittings, like sinks/WHBs (without bottle trap) up to Nahani traps shall be 40 mm PVC pipe except where the pipe is embedded in the wall/floor. Waste pipe embedded in the floor/walls shall be 40 mm dia GI pipe medium grade and shall run along the walls and not across the floor.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 196 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(d) Waste pipe from Nahani trap/floor trap up to gully trap shall be CI 75 mm bore with cement joint except joints embedded under floor or masonry which shall be with lead. Drain pipe from gully trap shall be 100 mm bore RCC Hume pipe class NP2 duly embedded packed and haunched against the sides of pipe in PCC (1:4:8) type D-2.

(e) Soil pipe up to 2.0 metre from external face of the wall and waste pipe up to gully trap and drain pipe up to 2.0 metre length from gully trap as specified above shall be deemed to be included in the unit rate of buildings under Schedule ‘A’ Part-I. Any variation in length of pipe shall be adjusted through deviation order.

(f) (i) All cast iron pipes shall be spun centrifugally cast IS-3989 marked.

(ii) All cast iron pipe fittings shall be ISI marked (IS-3989).

(g) Whether indicated on drawings or not, soil pipe to take sludge from water closets and waste pipes to take water from Nahani traps shall be provided all as specified herein before. (h) CI accessories such as bends, pieces (single/double) etc shall be provided as required and /or as shown on drawings. All exposed accessories above ground level shall have oval access door (single pattern) to enable access to each straight section of the joints. (j) Each and every joint of soil/waste pipe being embedded in to floor/walls shall be tested with smoke test as laid down in the MES SSR-2009 in presence of Engineer-in-Charge and then he will certify that the joints are satisfactory and no leakage was noticed. A copy of this certificate shall be forwarded to the GE and CWE for records. (k) All CI pipe shall have 30 mm clearance from the finished face of wall and shall be fixed with MS clamp and as specified in SSR Part-I.

(l) All cast iron pipes shall be without ear. 19.12 TOWEL RAIL

(a) Towel rail shall be 19mm (nominal) stainless steel and shall be screwed with steel chromium plated brackets fixed with PVC sleeve of appropriate size with brass chromium plated screws. The length of towel rail shall be 900mm unless otherwise shown on drawings.

(b) Irrespective of whether shown on drawing or not each vitreous China wash hand basin shall be provided with 900mm long 19mm dia stainless steel tubular towel rail. The exact location where towel rails are to be provided shall be decided by GE at site.

19.13 HOOK/PEG SET OF 2/3 :- Peg set shall be 4 mm square anodised aluminium

and fixed with chromium plated screws. The size of hooks shall be 12.5mm if not shown on drawing and shall be fixed on wooden plank.

19.14 FLAG MAST

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 197 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

Flag mast shall be provided as shown on drawing No CEBZ/ TD/65/

2011 sheet ½ to 2/2 and as specified as under:-

(a) Excavation and earth work. Excavation and earth work shall be as

specified hereinbefore.

(b) PCC in foundation . Cement concrete in foundation shall be in PCC

(1:4:8 ) type D2 using 40 mm graded stone aggregate.

(c) Brick masonry shall be as specified in herein before . Brick

masonry shall be built in cement mortar (1:6).

(d) Coping shall be PCC (1:3:6) type C-1 finished even and smooth

without using extra cement.

(e) All exposed surface of brick/concrete surface above GL shall be

provided with granite stone cladding irrespective of what ever shown

on drawing. Granite stone 20-25 mm thick shall be in one piece of

colour as approved by GE laid over 15 mm thick cement screed in

CM 1:3.

(f) GI pipe shall be 75 mm dia medium grade.

(g) Rest all as shown on drawings

19.15 FIXED GLAZING (a) Fixed glazing wherever shown in the drawing shall be provided with 5.5 mm thick glass panes fixed with glazing clip & putty to the frame. (b) Size of glass panes shall be all as specified in the respective drawings. (c) Section used in the work shall be ISI marked. 20 INTERNAL WATER SUPPLY 20.1 Sample for pipes and fittings shall be provided by the contractor for approval of

GE before orders for supply. 20.2 The pipe and fittings shall be CPVC, SDR 11 grade ISI marked. Make shall be

as per Appendix `C’. 20.3 Screw down bib taps and stop cocks shall be of brass polished body bright

finish ISI marked. Make shall be as per Appendix `C’. 20.4 The water supply installation shall be tested hydraulically at a pressure of 2.5

Kg/Sq cm in the presence of Engineer-in-Charge for at least 24 hours continuously to ensure leak proof connections. All arrangements for testing shall be made by the contractor at his own cost. Any defects noticed shall be rectified to the entire satisfaction of Engineer-in-Charge.

20.5 The mounting height of various fittings shall be as directed by Engineer-in-Charge.

20.6 As far as possible joints shall be avoided in the pipes laid under floor. 20.7 (a) As far as possible water supply pipe line shall be run exposed on

external face of walls of the buildings. Water supply pipe line inside the buildings in toilets, bath, WC and kitchen for all type of accommodation shall be concealed.

(b) Necessary cuttings/leaving/ forming holes, chases etc in walls floor and ceiling and making good involved shall be deemed to have been included in the unit rate quoted by the contractor for respective buildings under Schedule ‘A’ Part-I. No adjustment shall however, be made on this account for pricing

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 198 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

any deviation in quantities indicated as provisional items under Schedule ‘A’ Part-II (Internal water supply).

21 INTERNAL ELECTRIFICATION 21.1 GENERAL 21.1.1 All work of internal electrification shall be executed by fully qualified licensed

electricians all as per the latest Engineering practice and latest IS codes/IE Rules. Certificate of qualification shall be produced on demand by Engineer-in-Charge.

21.1.2 The position of electrical fittings and fixtures shown on drawings are tentative. The exact position of these shall be as directed by Engineer-in-Charge at the time of execution without any price adjustment.

21.1.3 The runs of wires and locations of fittings shall be marked on walls and soffits of roof/floor slabs for the wiring in a sample block for the approval of Engineer-in-Charge. The contractor may have to realign the wiring and or relocate the fittings required for final approval at no extra cost to Government. The entire work shall be completed on the basis of sample block.

21.1.4 Looping in system of wiring shall invariably be used throughout the installation. 21.1.5 Contractor shall produce sample of all the fittings accessories, materials etc

for approval by the GE, before incorporation in the work. 21.1.6 Notwithstanding, the fact that an equipment has passed the inspection carried

out during the stage of manufacture, the contractor is not relieved from his obligations to conform to the quality, workmanship, guarantee of performance etc.

21.1.7 Any defective material, equipment or workmanship which may come to the notice of the GE or his representative after installation shall be liable for rejection and the contractor shall to replace such materials, equipments etc or rectify the defects at his own cost.

21.2 WIRING 21.3 CONDUIT WIRING 21.3.1 The system of wiring shall consist of PVC insulated and PVC un-sheathed

copper conductor/PVC insulated copper conductor in stove enamelled steel/PVC conduit as specified in Schedule ‘A’.

21.3.2 Prior to laying and fixing of conduits the contractor shall carefully examine the drawings indicating the layout, satisfy himself about the sufficiency of number and sizes of conduits, location of junction boxes, sizes and location of switch boxes and other relevant details.

21.3.3 Joint between conduits and accessories shall be securely made to ensure earth continuity.

21.3.4 RIGID PVC CONDUIT AND CONDUIT ACCESSORIES

Conduit and conduit accessories shall conform to relevant Indian Standards. Each length of rigid PVC conduit and accessories shall be marked with the following:-

(a) Manufacturers name or trademark (b) Nominal size of the conduit 21.3.5 Each length of conduit and conduit accessories may also be marked with ISI

certification mark. 21.3.6 Separate conduit shall be used for normal light, fan, exhaust fan, 5 Amp

socket.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 199 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

21.3.7 In case of concealed wiring, conduits shall be laid before casting in the slab so as to conceal the entire run of conduits and ceiling outlet boxes. Vertical drops shall be buried in columns or walls.

21.3.8 All wiring from FFL up to a height of 100 cm shall be drawn through welded steel conduit, concealed in walls. Contractor’s rates for the respective item of point wiring shall included for this provision.

21.3.9 All the fan boxes shall be covered with 3 mm thick phenolic laminated sheet and contractors rate for the point wiring for fan shall included this provision.

21.3.10 Conduit pipes shall be fixed by heavy gauge saddles, secured to suitable wood plugs or other plug with screws in an approved manner at an interval of not more than half metres. Saddles shall be fixed at a distance of 30 cm from the centre of such fittings. All necessary bends in the system including diversion shall be done by bending pipes of by inserting suitable solid or inspection type normal bends, elbows or similar fittings, or fixing cast iron inspection boxes whichever is more suitable. Conduits fittings shall be avoided as far as possible a conduit system exposed to weather, where necessary solid type fittings shall be used.

21.3.11 The conduit of each circuit or section shall be completed before conductors are drawn in the entire system of conduit after erection shall be tested for mechanical and electrical continuity throughout and permanently connected to earth wire by means of suitable earthing clamp efficiently fastened to conduit pipe in a workman like manner for perfect continuity between earth wire and conduit. Gas or water pipes shall not be used as earth medium.

21.3.12 Inspection type conduit fittings such as inspection boxes drawn boxes, bends, elbows and tees shall be so installed that they can remain accessible for such purposes as to withdrawal of existing cables or the installing or additional cables.

21.4. PVC INSULATED SINGLE CORE 1100 VOLTS GRADE CABLE 21.4.1 The conductor shall be of copper wires. Cables shall be as specified in Schedule ‘A’ and shall conform to IS 694 and 8130 and shall be ISI marked IS- 694. 21.4.2 SUNK TYPE BOXES : - Boxes for housing electrical accessories recessed

into wall shall be of sheet steel and conform to IS 5133. The boxes shall be painted black with two coats of black bituminous paint. The boxes shall be covered with 3 mm thick plastic sheet. Point wiring shall be deemed to include the above provisions.

21.5 MCB AND DB 21.5.1 MINIATURE CIRCUIT BREAKER (MCB)

MCBs shall be as specified in clause No 19.46 of MES SSR Part-I. MCBs shall be ISI marked IS- 8828.

21.5.2 DISTRIBUTION BOARD (DB)

Distribution boards shall conform to relevant IS and controlled by circuit breaker as specified in schedule ‘A’. Distribution board shall be provided as specified in clause 19.107 and 19.108 of MES SSR Part-I. Distribution boards and MCBs shall be of same make. Suitable earth terminal shall be provided on the distribution boards for bonding to earth.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 200 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

21.6 SWITCHES/SOCKET OUTLETS 3 PIN 5 AMPS SP/6 PIN 15 AMPS

Switch/socket outlets shall be provided as specified in clause 19.114.1 and 19.114.5 of MES SSR Part-I. Switches and sockets outlets shall be ISI marked. Switches – IS-3854, Socket outlet- 1239-1988.

21.7 EARTHING 21.7.1 All the non-current carrying metal parts of electrical installation shall be

earthed properly. All metal conduits, cable sheaths, switch gear, distribution board, light fittings, MS boxes and alloying parts made of metal shall be bonded together and connected by means of earthing conductors to an efficient earthing system. All earthing shall be in conformity with IE Rules.

21.7.2 Neutral conductor, pipe conveying water, structural steel work, metallic

enclosures, metallic conduits and lightening protection system conductors shall not be used as means of earthing an installation of even as a link in an earthing system. The electrical resistance measured between earth connection at the main distribution board and any other point on the completed installation shall be low enough to permit the passage of current necessary to operate circuit breakers and shall not exceed phase current. All metal clad switches and other equipment carrying single phase current, shall be connected to earth by a single connection. All metal clad switches, carrying medium voltage shall be connected with earth by two separate and distinct connections.

21.7.3 No earth pit shall be made within 2.0 metre of a wall or foundation. Effort shall

be made to locate in grass lawns or near flower beds or water taps. The distance between two earthing pits shall be at least 2 metres.

21.7.4 RCC COVER FOR EARTH PIT

RCC cover for earth pit shall be 40 mm thick mix of concrete for cover shall be (1:2:4) type B-1 using 20 mm graded crushed stone aggregate and reinforced with 8 mm dia high strength deformed TMT steel bars @ 100 mm c/c both ways. Handle shall be of 8 mm dia high strength deformed TMT steel bars and shall be fixed in such as way that the gap between cover and handle is at least 150 mm.

21.7.5 Concrete chamber shall be PCC (1:3:6) type C-1. All internal surfaces of the

chamber shall be given 15 mm thick plaster in cement mortar (1:4). Funnel in chamber shall be made out of GI sheet. It shall be leak proof and provided with wire gauge duly soldered.

21.7.6 Charcoal dust and salt filling shall be done in layers as shown in electrical

plate. Surplus soil shall be disposed off and site left clean and tidy on completion.

21.8 TESTING 21.8.1 The installation after completion of work shall be tested for following:- (a) Insulation Resistance

(i) The insulation resistance shall be measured by applying between earth and the whole system of conductor or any section thereof with all fuses in place and all itches closed, and except in earthed concentric wiring, all lamps in position or both poles of installation otherwise electrically connected

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 201 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

together, a, DC voltage of not less than twice the working voltage, provided that it does not exceed 500 volts for medium voltage circuits. Where the supply is derived from three-wire (ac or dc) or a poly-phase system the neutral pole of which is connected to earth either direct or through added resistance the working voltage shall be deemed to be that which is maintained between the outer or phase conductor and the neutral. (ii) The insulation resistance in megohms of an installation measured as in (i) shall be not less than 50 divided by the number of points on the circuit, provided that the whole installation need not be required to have an insulation resistance greater than one megohm. (iii) Control rheostats, heating and power appliances and electric signs, may, if desired, be disconnected from the circuit during the test, but in that event the insulation resistance between the case or frame work, and all live parts of each rheostat, appliance and sign shall be not less than that specified in the relevant Indian Standard specification or where there is no such specification shall be not less than half a megohm. (iv) The insulation resistance shall also be measured between all conductors connected to one pole or phase conductor of the supply and all the conductors connected to the middle wire or to the neutral on to the other pole of phase conductors of the supply. Such a test shall be made after removing all metallic connections between the two poles of the installation and in these circumstances the insulation resistance between conductors of the installation shall be not less than that specified in (ii) above. (v) On completion of an electric installation (or an extension to an installation) a certificate shall be furnished by the contractor, countersigned by the certified supervisor under whose direct supervision the installation was carried out. This certificate shall be in a prescribed form as required by the Engineer in charge.

(b) Testing of Earth Continuity Path :- The earth continuity conductor including metal conduits and metallic envelopes of cable in all cases shall be tested for electrical continuity and the electrical resistance of the same along with the earthing lead but excluding any added resistance or earth leakage circuit-breaker measured from the connection with the earth electrode to any point in the earth continuity conductor in the completed installation shall not exceed one ohm.

(c) Testing of Polarity on Non-linked, Single-Pole Switches

(i) In a two wire low voltage installation, a test shall be made to verify that all non-linked, single-pole switches have been fitted in the same conductor throughout and that such conductor has been connected to an outer or phase conductor or to the non-earthed conductor of the supply. (ii) In a three-wire or four-wire installation, a test shall be made to verify that every non-linked, single-pole switch is fitted in a conductor connected to one of the outer or phase conductor of the supply.

21.8.2 The test shall be carried out in the presence of the Engineer-in-Charge and

shall be signed by Engineer-in-Charge and the contractor. Three copies of test sheet shall be submitted by contractor. In case the earth result does not fall within the specified limit, as mentioned in IS/IE Rules, the contractor shall dig earth pit beyond 2.5 metres deep to obtain the desired earth results.

21.8.3 All testing instruments labour, materials and incidentals necessary to conduct

the test shall be arranged by the contractor at his own cost.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 202 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

21.9 WIRING DIAGRAM/DRAWINGS : - Wiring diagram, inventory of the buildings

and test records/reports in five copies shall be submitted by the contractor after completion of work.

21.10 MAKES OF MATERIALS : - Makes of materials shall be as given in

Appendix ‘C. The contractor shall provide these materials from one of the manufacturers only.

22 EXTERNAL WATER SUPPLY

22.1.1 The scope of work in this tender covers external water supply to various buildings included in the tender and includes all works described in various items of Schedule ‘A’ Particular specifications and as shown on drawings.

22.1.2 The tenderer shall be responsible for supplying installing/laying, connecting,

testing and commissioning of the items covered in the tender all as specified and directed by Engineer-in-Charge. The work shall be of high standard and executed as per sound Engineering practice as per SSR/IS/Manual on water supply and treatment of Min of works and housing. Test shall be carried out on the specified length of pipeline laid and after testing the proceeding and succeeding end of pipes shall be connected by means of suitable flanged joints with jointing materials at no extra cost. The field test pressure shall not be less than double the working pressure.

22.1.3 During the currency of work and also on completion of work, testing shall be

carried out for all items and installations as a whole as per SSR/IS/Manual on water supply and treatment of Min of works and housing to the entire satisfaction of GE and a record shall be maintained duly signed by the Engineer-in-Charge and the contractor. For testing of pipe lines Para 5.4.3 and Appendix 10 of manual on water supply and treatment of Min of Works and Housing shall strictly be followed.

22.1.4 IS-3114 and IS-2065 shall specifically be read and adopted strictly. 22.2 PROTECTION AGAINST POLLUTION NEAR SEWERS AND DRAINS

Para 9.11.1 of the Manual of water supply and treatment of the Min of Works and Housing shall be adopted.

22.3 TESTING

The contractor will be responsible for the arrangement of testing. All the equipment, testing material etc will be arranged by the contractor at no extra cost.

22.4 The water supply work shall be carried out by properly skilled and licensed

fitters/plumbers under the supervision of qualified supervisors/Engineers. The contractor shall, on demand by Engineer-in-Charge produce such evidence of qualifications of his workmen/supervisors/Engineers at the time of commencement of work and at any time thereafter/during the currency of work.

22.5 SAMPLES AND MATERIALS 22.5.1 All materials (equipments, pipes, valves, fittings and accessories etc) to be

incorporated in the work shall invariably be ISI marked and of the makes specified herein-after or in Appendix `C’ and approved by the GE. In case any

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 203 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

ISI marked items is not available in the country, this shall be of the make approved by GE.

22.5.2 In case ISI does not exist for any item, it may conform to current BS/DIN/ASTM

specifications, in which case a copy of relevant standard shall be submitted by tenderer.

22.5.3 Manufacturers test certificates as per ISS test procedures for items to be

incorporated in works shall be submitted by contractor. 22.6 RECORD 22.6.1 On completion of work, the contractor shall submit one tracing cloth print and

three (blue print) copies of detailed layout plans showing (a) Actual position of pipe lines, valves etc with details (b) The following record for all buried pipelines

(i) Size and type of pipe (ii) Location of the pipes in relation to buildings, roads etc with depth (iii) Cross section showing whether pipes are laid in culverts or ducts

giving their sizes, type and depths (iv) Location of other pipes, which run along with or across the pipe

route (v) Position and depth of all cables, sewers, ducts etc which are met

as obstructions to the pipe routes. 22.7 STEEL AND IRON WORK 22.7.1 All the structural steel shall conform to IS-2062 (standard quality) Fe-410-WA

and shall be cut to length as required workmanship shall be as stipulated in MES SSR Part-I.

22.7.2 All exposed surfaces of steel/iron work shall be painted with two coats of

bituminous paint unless stated otherwise in the description of the Schedule ‘A’ item.

22.8 SLUICE VALVES

These shall be non rising type made of CI body (flanged and drilled ends) with high tensile forged stainless steel spindle and unit and bronze face rings. These shall be of class PN-1.6 and PN-1 as described in Schedule ‘A’ items and IS-14846 marked. Makes shall be as per Appendix ‘C’.

22.9 GI PIPE AND FITTING

These shall conform to IS-1239 and fittings shall be suitable for the class/grade of pipe. Make shall be as per Appendix ‘C’.

22.10 VALVE PIT 22.10.1 Cement concrete required for foundation shall be with PCC (1:5:10) type E-2

using 40 mm graded stone aggregate and for coping with PCC (1:2:4) type B-1 using 20 mm graded stone aggregate.

22.10.2 Walls of valve pit chamber shall be in bricks/PCC Block in CM (1:6), built in cement mortar (1:6) as specified herein before.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 204 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

22.10.3 Internal and exposed surfaces of valve pit chamber both concrete and stone masonry surfaces shall be plastered with cement mortar (1:4), 15 mm thick, finished even and smooth.

22.10.4 Cover with angle iron frame work for valve pit chamber shall be provided all as shown on drawings. The thickness of MS sheet for cover shall be 3 mm.

22.10.5 Frame holding bolts shall be given a thick coat of bitumen/tar before embedding in concrete.

22.10.6 Cover shall be painted all as specified in Schedule ‘A’ herein-before. 22.10.7 Excavation and earth work shall be in any type of soil and removed to a

distance not exceeding 50 metres all as directed by Engineer-in-Charge. 22.11 WORKMANSHIP OF STEEL WATER TUBING (GI PIPES)

The contractor shall use proper bends, elbows, tees at turning corners. Bending of pipes is not permitted except where the pipe has to follow the contour of masonry work or where a fitting cannot be inserted. The bends shall be gradual and firm with the written permission of the Engineer-in-Charge.

22.12 ANCHORAGES/THRUST BLOCKS

(a) Thrust blocks of the shape, size and design as directed by GE shall be provided at abrupt changes in direction/gradient. Location of thrust blocks shall be as ordered by GE in writing. (b) Anchorages for valves/fittings shall be provided as per design/size approved /ordered by GE.

22.13 CAST IRON PIPE AND FITTINGS ETC

(a) Cast iron pipes and fittings shall be suitable for Class/grade of pipe and shall bear ISI mark. CI pipes shall bear 1536-1976 and fittings shall bear IS-1538-1976. CI pipes and fittings shall be procured from firms specified in Appendix `C`. (b) Laying and jointing shall be as specified in SSR Part-I.

22.14 CHALKING LEAD: Lead shall conform to IS-782 22.15 GATE VALVES/BIB COCKS Gate valves shall be IS-778 and bib cock

shall be IS-781 marked. 22.16 ---BLANK---

22.17 JOINTING TO DI PIPE LINES/FITTINGS Jointing to DI pipe lines/fitting, run lead joints/rubber gasket etc shall be all as described in relevant items of schedule ‘A’ and as specified in clause 18.48.2, 18.48.4 and 18.48.6 respectively of MES schedule ‘A’ Part-I.

23 EXTERNAL ELECTRIFICATION 23.1 SCOPE OF WORK

The scope of work covers external electrification to various buildings in this tender and includes all works described in various items of Schedule ‘A’ particular specifications and as shown on drawings.

23.1.1 The layout of various electrical equipments, fittings/accessories cables etc shown on various drawings attached with this tender are tentative. The exact

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 205 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

layout shall be as directed by Engineer-in-Charge and approved by GE in writing to suit the site requirements. Contractor is to ensure written approval before taking work in hand. No price adjustment, whatsoever, shall be admissible to the contractor on this account.

23.1.2 Specifications of materials and workmanship in these external electrification services shall be as specified in MES SSR except where specifically mentioned in these documents. General Rules preamble to various section rates, special conditions, method of measurement etc given in MES SSR shall apply to this contract unless otherwise specified in these documents.

23.1.3 The tenderer shall be responsible for supplying, installing, laying, connection, testing and commissioning of the items covered in the tender all as specified and directed by Engineer-in-Charge. The work shall be of high standard and executed as per sound Engineering practice as per MES SSR/IE Rules/IS/National Electrical Code.

23.1.4 During the currency of work and also on completion of work testing shall be for all items/the installation as a whole as per MES SSR/IS to the entire satisfaction of GE and as record shall be maintained duly signed by the Engineer-in-Charge and contractor.

23.1.5 (i) The tenderer shall include all requisite components accessories like cable glands, cables, CTs selector switches shrouds, indication lamps. Auxillary relay connectors, toggle switches, handles, cable indicating discs, 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 tendered rates shall be deemed to include all connected works required for supplying, erecting, testing and commissioning of the entire equipments, supplying and connecting cables in ducts etc. (ii) 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 to included. (iii) 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 light shall be displayed and watchmen posted to prevent accident at crossings and diversions. After the cables are laid tested and trenches refill the road/path disturbed shall be made good to conform to the original specifications. The contractor shall be deemed to have visited site to works and made himself familiar.

23.1.6 The electrical works shall be carried out by properly skilled an licensed

electricians under the supervision of qualified electrical supervisors/engineers as per IE Rules. The contractor shall on demand by Engineer-in-Charge produce such evidence of qualifications of his workmen/supervisors/engineers at the time of commencement of work and at any time thereafter/during the currency of work.

23.1.7 The items covered in this tender and incorporated in work shall be capable of delivering satisfactory/services/operation without detriment to its life under the climatic condition of the proposed site.

23.1.8 Before taking up any item of work of this tender in and are not belonging to Min of Defence, the contractor shall give adequate notice to the local authorities through MES. He shall be responsible and guarding excavation which might be a source of danger to the public.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 206 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

23.2 TIMELY PLANNING/PROCUREMENT ACTION BY CONTRACTORS Tenderer shall submit detailed catalogues/pamphlets/drawings of major electrical supply items flame proof fittings, LT panels, HT & LT cables, LT & HT poles, ACSR conductors etc to the GE for approval within one month of placement of work order. The GE would convey his decision within two weeks and thereafter procurement action shall be initiated by the contractor and twelve weeks after acceptance of tender the contractor shall produce documents evidence to the effect that he has placed orders for various equipments of makes specified in the tender on the manufacturer or his authorised dealers to the GE and the Accepting Officer.

23.3 SAMPLES AND MATERIALS

(i) All materials (equipments, fittings, cables, accessories etc) to be incorporated in the works shall invariably be ISI marked and of the make specified herein after or in Appendix `C’ and approved by GE and ISI marked. In case any ISI marked items is not available in the country, this shall be BIS conforming to BIS and of the make approved by GE. (ii) Amendments to IS issued till the date of issuing of tender are deemed to be included. (iii) In case IS does not exist for any item, it shall conform to the current BS/DIN/ASTM, specifications in which case a copy of relevant standard shall be submitted by tenderer. (iv) The contractor after obtaining written approval of makes and samples shall obtain the materials and equipments from an approved firm or through their authorised agents and shall ensure that the materials are brought to site in the manufacturers original packing with seal intact. (v) The contractor is required to submit the original purchase vouchers/cash memos duly machine numbered and dated in respect of purchase of the articles showing all taxes, excise duty, excise duty gate pass number, make and numbers as required. The purchase vouchers shall be produced to the Engineer-in-Charge for his verification of materials/equipments and obtaining the approval/permission of GE for release of payment/incorporation in the works. On approval the Engineer-in-Charge shall deface the purchase vouchers etc and the defaced original purchase vouchers with two zerox copies thereof shall be submitted by the contractor to the Engineer-in-Charge for reference and record. The original purchase vouchers shall be released to contractor after technical checks and payment of final bill. (vi) No foreign exchange shall be made available by the Department. (vii) Manufacturers test certificate as per IS test procedures for items to be incorporated in works shall be submitted by the contractor.

23.4 RECORD DRAWINGS : -On completion of work the contractor shall submit the

tracing (on cloth) and three copies of detailed layout plans showing (a) Actual position of transformers, cable runs, HT/LT poles, overhead line etc with details. (b) Detailed schematic diagram and S/S layouts, with equipments details. (c) The following record for all buried cables:- (i) Size and type of cable and manufacturers number. (ii) Location of the cables in relation to buildings, roads etc with depth. (iii) Cross section showing where cables are laid in pipe or ducts giving their

sizes, type and depths together with an indication of any separate available.

(iv) Position and type of all joints

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 207 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(v) Location of other cables which run along with or across the cable route. (vi) Accurate length from joint to joint (d) Record of service lines as per MES SSR.

23.5 SAFETY PROCEDURE AND PARCTICES

In all major electrical installations such as Substation industrial establishments, transmission and distribution lines and cable networks safety procedures and instructions for working on low medium and high voltage mains and apparatus and safety practices listed in IS-5216 (Guide for safety procedures and practices in electrical works) shall be followed to the extent applicable. The contractor shall provide workmen with safety devices and appliance.

23.6 FIRE SAFETY

All electrical equipment shall satisfy the requirements laid down in IS-1646 code of practice for fire safety of buildings (general) electrical installations and IS-3034 code of practice for fire safety of industrial buildings, electrical generating and distributing stations to the extent applicable.

23.7 GI TUBING GI tubing shall conform to IS-1239 and as described in MES SSR.

23.8 CONCRETE PIPE

For laying under road crossings etc shall be class NP-2 conforming to IS-458 and as specified in MES SSR.

23.9 PHASE SEQUENCE

Proper phase sequence will be ensured in the entire practical system during and by testing for commissioning. Proper phase sequence colour cording/marking will be maintained throughout the installation and suitable marking/painting will be provided.

23.10 CABLES

(a) HT XLPE cable shall be manufactured by using sioplas and dry curing with nitrogen gas technology confirm to the requirements laid down in IS : 7098 (Part-II) issued by BIS. Contractor shall submit the acceptance test of HT XLPE cable as stipulated in clause 18.2.1 of IS-7098 Part-II. The acceptance test of cable is mandatory before approval of same by GE. (b) LT cables shall be XLPE insulated, heavy duty armoured all as specified in Schedule ‘A’ conforming to relevant IS. (c) All cables shall bear ISI certification marks. These shall be brought at site wound on cable drum, ends sealed and with manufacturers test certificate. (d) Cable shall be laid in trenches, fixed to walls/drawn in pipes/ducts and jointed and tested complete all as specified in clause 19.74 to 19.96 of MES SSR Part-I.

23.11 CABLE COVER

Cable cover shall be all as specified in item of schedule `A`

23.11.1 CABLE PATH INDICATOR

Cable path indicator shall be all as specified in item of schedule `A` and

shall be as specified in clause 19.88.2 of MES SSR Part-I.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 208 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

23.12 STEEL AND IRON WORK (i) All the structural steel shall comply with IS specifications conforming to IS-2062 (Standard quality) Fe-410WA and shall be cut to length as required and workmanship to conform as stipulated in MES SSR. (ii) All exposed surfaces of steel/iron work shall be painted with two coats of aluminium paint over a coat of red oxide primer unless stated otherwise in the description of schedule ‘A’ items or specified here-in-before.

23.13 (a) Tripping/protection system of HTOCB ie relays shall be tested by

secondary injection system at site after installation before commissioning at the contractors cost which is deemed to be included in rates quoted. Relay setting would be done to provide proper discrimination downstream i.e. between SCB/MES panel main incoming all as directed by GE. (b) Suitable lugs shall be provided at all cable and terminations and these shall be crimped with hydraulic, crimping machine. Cost of this work is deemed to be included in the rates quoted.

23.14 FOUNDATION BOLTS, NUTS, INSERTS ETC

(a) All foundation and other fixing bolts, nuts, brackets, cables trays and other hardware etc necessary for the erection shall be provided by the contractor and his rates shall include for the same. Adequate spacing shall be provided for lifting and handling each item of equipment.

(b) Necessary foundation pockets with channels shall be provided wherever required and / or directed by GE.

23.15 to 23.21 ----BLANK--- 23.22 EARTHING 23.22.1 Earthing shall be done in accordance with latest IS-3043 code of practice for

earthing and MES Schedule (Part-I) and IE Rules. The contractor shall obtain approval of Engineer-in-Charge before commencement of earthing work and it shall be executed in the presence of an authorised MES representative.

23.22.2 Normal earthing unless otherwise specified in Schedule ‘A’ shall be done with galvanised iron or steel plate 600x600x6 mm as per Electrical plate No 3 of MES SSR Part-I. Depth of earth plate given in Schedule ‘A’ is the minimum but this may be increased by the Engineer-in-Charge depending upon the soil conditions. Tubing GE used for earthing protection/watering shall be of medium quality.

23.22.3 LT switch gears/equipments, wherever to be earthed with normal earthing shall be earthed with 25 x 4/32 x 6 mm GI strip connection to earth electrode. Two separate earth point shall be made in such cases for two independent path to earth. In other cases such connection to electrode shall be of 8 gauge (4mm) GI wire as specified in Schedule ‘A’

23.22.4 The earth electrode shall be located at least 2 metres from the footing of nearest foundation, exact distance however being decided by GE at site considering the depth of excavation and structural safety. Distance between any two electrodes shall strictly be as per IS-3043. The overall continuity resistance of any electrode shall not exceed one ohm.

23.22.5 Test links (test point) shall be provided in earth circuit for carrying out resistance measuring test. The earth resistance of the whole system shall be

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 209 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

as per IS/STEC pamphlet HOT/IE Rules as near as possible to zero ohm and shall not in any case exceeding one ohm.

23.22.6 All joints in main earthing and between the main earthing strip and branch connections shall have the overlapping surface properly treated and jointed to prevent oxidation. Straight joints shall have overlap of 50 mm. All joints shall be riveted swerved and brazed. Four 6 mm dia copper rivets (2 in 2 rows) shall be used for jointing the main/branch earth strips.

23.22.7 Concrete pit chamber shall be PCC (1:3:6) type C-1. All internal surface of the chamber shall be given 15 mm thick plaster in cement mortar (1:4). Funnel in chamber shall be made out of CI, It shall be leak proof and provided with wire gauge duly soldered.

23.22.8 RCC cover for earth pit shall be all as specified in PS herein before. 23.22.9 Char coal dust and salt filling shall be done in layers as shown in electric plate.

Surplus spoil shall be disposed off and site left clear and tidy on completion. 24 BLANK 25 ROAD, PATH/HARD STANDING& CULVERT 25.1 EXCAVATION AND EARTH WORK

Before commencement of excavation or earth filling, the representative of the GE and the contractor will be required to take the levels jointly of existing ground surface at intervals decided by the GE (The decision of the GE shall be final and binding in this respect) and plot the same on longitudinal and cross sections to be prepared by the Engineer-in-Charge. These cross sections shall also show the proposed formation level after consolidation and shall be signed by the GE and the contractor in token of their acceptance and sent to CWE Office for record within two months from the date of commencement.

25.2 ROLLING FORMATION SURFACES

(a) The formation surfaces shall be rolled to the required gradient and camber with power roller including sprinkling the surfaces with water as required. (b) Where rolling is not feasible, prior permission of GE shall be obtained in writing for hand ramming. The laying of base course will commence only after the earth formation is approved by the GE.

25.3 DRAINAGE OF EARTH FORMATION

At all times, the formation surface 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.

25.4 Stone metal for soling, WBM and premix carpet shall be from the sources as

per Appendix ‘A’ and as approved by GE. 25.5 The grading of crushed or broken stone aggregate for WBM shall conform to

grading No 2 as specified in clause 20.A.3 of MES SSR Part-I. 25.6 Screening for WBM shall be of grading ‘B’ 25.7 Binder for tack coat shall be VG-10 grade and for semi dense asphaltic

concrete, premix carpet and sand seal coat shall be bitumen VG-30 grade. Bitumen shall not be issued under Schedule ‘B’. Paving bitumen VG-10/VG-30 shall be procured by contractor at his own from manufacturers or their

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 210 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

authorised agents and shall be brought at site of work in manufacturers sealed containers all as per clause 20A.11.4 of MES SSR Part-I.

25.8 Workmanship shall be in accordance with relevant clauses and paras of MES

SSR Part-I. 25.9 Measurement of material and finished work shall be done in accordance with

MES SSR Part-I & Part-II. 25.10 Stone edging shall not be provided where the stone berms are provided. 25.11 The compaction of approved filled earth shall be carried out as specified in

clause 3.22 of MES SSR Part-I. The compaction of earth filling in embankments shall be carried out under optimum moisture conditions so as to obtain at least 95% of standard proctor density for each layer.

25.12 STONE PAVINGS .

Stone pavings as described in respective item of Sch `A’ shall be provided all as specified in MES SSR Part-I.

25.13 CONCRETE PAVEMENTS

Concrete pavement shall be provided as described in Sch ‘A’ 25.14. BITUMEN

Binder for tack coat shall be VG-10 grade and for premix carpet and sand seal coat shall be bitumen VG-30 grade. Bitumen shall not be issued under Schedule ‘B’. Paving bitumen VG-10/VG-30 shall be procured by contractor at his own from manufacturers or their authorised agents and shall be brought at site of work in manufacturers sealed containers all as per clause 20A.11.4 of MES SSR Part-I.Bitumen shall be conforming to IS-1973-2006.Bitumen required for work shall be procured by contractor under his own arrangement from the producers listed below:-

(a) Bharat Petroleum. (b) Indian Oil Corporation. (c) Hindustan Petroleum

The contractor shall submit original receipted vouchers and test certificate for each lot of bitumen. Contractor shall also make the facility of testing of bitumen from any recognised lab/National test house and the cost of each test shall be borne by the contractor.

25.15 TESTING OF BITUMEN

The contractor shall submit the manufacturer’s test certificate of bitumen for each lot of bitumen in original. Sheets given shall have the results of each physical test as applicable in accordance with relevant IS/IRC provision. The test certificate and test sheet result shall be furnished with each batch of bitumen. The GE shall carryout independent testing as per the test mentioned in relevant IS of random samples of bitumen from various lots. The testing shall be carried out from any recognized/authorized lab as approved by the Accepting Officer. The decision as to where the testing of bitumen is to be done shall be taken by GE. In case the bitumen is not of requisite standard despite manufacturer test certificate, the contractor shall remove the total

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 211 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

material from the site at his own cost after written rejection order of the bitumen by the GE. The cost of test and transportation of sample to the approved lab/test house shall be borne by the contractor irrespective of the results of testing.

25.16 STONE AGGREGATE (FOR ROAD WORK)

Stone for WBM & Soling shall be machine crushed sand stone complying with SSR Part-I requirement. Stone aggregate for premix carpet shall be of machine crushed granite/basalt/black trap crushed stone complying with SSR Part-I requirement.

25.17 SAND (FOR ROAD WORK)

Fine aggregate or sand shall consist of natural sand or crusher run screenings or a mixture of both and shall be clean, hard, durable, uncoated, coarse dry particles and be free from injurious amounts of dust, soft or flaky particles or organic matter or other deleterious substances and shall conform to approved samples kept in the office of GE.

25.18 It will be mandatory for contractor to carry out all the following test as specified

in relevant IS. The cost of materials and transportation to different laboratories will be borne by the contractor in addition to testing charges:-

(a) Coarse aggregate:-

(i) Los angles abrasion value as per IS 2386 Part-IV (ii) Aggregate impact value as per IS 2386 Part-IV (iii) Combined Flakiness Elongation index as per IS 2386 Part-I 25.19 APPLICATION OF TACK COAT

The binder shall be heated to its appropriate temperature and applied uniformly over the prepared surfaces by mechanical sprayer. The tack coat shall be applied immediately before spreading the mix.

25.20 PREPARATION OF MIX

Hot mix plant shall be used for mixing of aggregate and binder. For small quantities improvised drum mixing may be used as approved by the GE. The binder shall be heated to specified temperature. The aggregate shall be suitably warmed or heated before loading into hot mix plant. The correct qty of each size of aggregate shall be fed into mixer with specified quantity of binder. Each batch shall be mixed to ensure thorough coating.

25.21. SPREADING The mix shall be spread by mechanical spreader (Pavers), small quantities may be spread by hand, if permitted by GE. In that case mix shall be raked to a sufficient thickness so as to get compacted thickness as specified. The edges (longitudinal and transverse) of previously laid carpet shall be cut back to its full depth and exposed surface painted with hot coat of bitumen and new mix shall be placed in contact with it.

25.22 BLANK 25.23. PREMIXED BITUMINOUS MACADAM

Aggregate for bituminous macadam shall confirm as per clause 20.B.2.5, Mix designation shall be of grading-2 as per clause 20.B.2.5.4.Mix design criteria

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 212 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

shall be as per clause 20.G.2.11 and preparation, application, transportation, laying, rolling, quality control etc shall be all as per relevant clauses of 20.B.3 of SSR PART-I.

25.24. SEMI DENSE ASPHALTIC CONCRETE

Aggregate for semi dense asphaltic concrete shall confirm as per clause 20.B.2.5. Mix design criteria shall be as per clause 20.B.2.11 and preparation, application, transportation, laying, rolling, quality control etc shall be all as per relevant clauses of 20.B.4 of SSR Part-I.

25.26. PRECAST INTERLOCKING PAVER BLOCKS ; - Interlocking pre-cast

coloured block shall be 60/80mm thick. The make of tiles shall be same as of cement flooring tiles specified in APPX ‘C’. The colour/size/pattern/design of blocks shall be as approved by GE. The block shall be laid over 25mm thick sand cushioning over 100mm thick PCC (1:4:8) type D-2 using 40mm graded stone aggregate over rammed earth. The joints shall be filled with sand. 60mm thick block shall be M-35 grade and 80mm thick block shall be M-40 grade (IS-15658 marked). The blocks shall be rubber moulded, anti-fungus.

25.27. HUME PIPE CULVERT ;- Hume pipe culvert shall be provided as per Sch “A”

item with following provisions: (a) Excavation & earthwork shall be measured under Sch ‘A’ Part-XIV. (b) RCC in foundation & in haunching/ cradle for Hume pipe shall be RCC

M-25 (Design mix) using 20 mm graded stone aggregate. (c) Masonry/ wall shall be Brickwork in CM 1:4. (d) Coping shall be PCC 1:3:6 type C-1 using 20 mm graded stone

aggregate. (e) Plaster: All exposed surface of brickwork shall be plastered 15 mm thick

in one layer in CM 1:4, with surface finished fair & even. Plaster shall be carried up-to 150 mm below GL/ made-up GL.

(f) Finish: All exposed plastered surface & coping shall be given three coats of white (lime) wash.

(g) Hume pipe shall be class NP-2 & of dia as specified in Sch. “A” item. 26. SEWAGE DISPOSAL 26.1 The work of sewage disposal shall be executed as specified in items of

respective Schedule ‘A’ (Sewage disposal) and shown in drawings. 26.2 All salt glazed stone ware pipes shall be grade ‘A’ socketed pipe. Pipe shall be

laid accurately to line and gradient. The joint shall be made by chaucking two strands of tarred gasket of yarn in thick cement slurry maximum upto one forth (or 13mm) of the depth of the socket. The remaining of the socket shall be filled with CM (1:1) all as specified in clause 18.70 of MES Schedule Part I. Width of excavation of salt glazed stone ware pipes for purpose of Payment shall be authorized width as defined in clause 3.2 of MES Schedule Part II.

26.3 SEPTIC TANK

(a) EXCAVATION AND EARTH WORK Excavation and earth work shall be all as specified here-in-before. (b) CEMENT CONCRETE (i) Cement concrete in foundation and sub base below flooring of septic tank shall be provided all as shown on drawings. The mix of concrete shall be (1:5:10) type E-2 using 40 mm graded stone aggregate.

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 213 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

(ii) All other plain cement concrete shall be PCC (1:2:4) type B-1 using 20 mm graded stone aggregate. Surfaces of PCC floor shall be finished even and smooth using extra cement. (iii) All reinforced cement concrete work shall be M-25 (Design mix) as specified herein before. (c) Random rubble stone masonry shall be all as described herein before, shall be built in cement mortar (1:4). (d) PLASTERING (i) All plaster shall be 12 mm thick in cement mortar (1:3). (ii) Plaster to all internal surfaces of walls of septic tank shall be with an admixture of integral water proofing powder conforming to IS specifications and bearing ISI mark on container. Quantities of water proofing powder to be used shall be as per manufacturers instructions. Deviations, if any shall be priced taking waterproofing powder as 3% by weight of cement. All internal plastered surfaces shall be finished even and smooth without using extra cement. (iii) Plaster to surfaces of top of slab and external faces of walls up to 15 cm below ground level all-round shall be without adding waterproofing powder to the cement. (e) PAINTING All steel and iron work shall be painted three coats (primer under and finishing coat). Under and finishing coat shall be of bituminous paint of the approved brand. (f) TARRING Portion of MS rungs etc built into wall shall be tarred and sanded before being built in.

(g) CI PIPES Irrespective of what is indicated in the drawings, vent and air inlet pipes for septic tank shall be 100 mm dia cast iron. Pipe shall be spun centrifugally cast conforming to IS : 3989 (contractor may at his discretion provided ISI marked pipe without any price adjustment) and fittings/accessories shall be as per 3989 (ISI marked) . The pipe shall project 200 cm high above top of roof slab of septic tank. Top of vent pipes shall be provided with CI cowel with cement joint and fittings shall conform to IS-3989 (ISI marked). (h) SALT GLAZED STONE WARE PIPES

(i) SGSW pipes and fittings shall be all as specified herein after. (ii) SGSW vertical inlet and outlet pipes in septic tank shall be fixed to walls

as shown on drawing each with 2 Nos 40 mm x 6 mm MS flat iron holder bats with tails embedded 15 cm in to the walls. (j) Manhole covers shall be 50 mm thick Precast RCC. (k) Septic tank shall be filled with water and tested by the contractor to the entire satisfaction of the Engineer-in-Charge before handing over the work. (l) Unit rate quoted by the contractor for septic tank shall include for 150 mm bore SWG pipe (ISI marked) inlet and outlet pipes up to and including 1 metre beyond the external face of wall. Pipe shall be bedded with PCC (1:4:8) type D-2 using 40 mm graded stone aggregate. (m) Depth of TWL shall be 300 mm as shown in drawings. Any variation in depth of TWL as per site requirement shall be adjusted through deviation order. (n) RCC Hume pipe NP-2 :- The work shall be executed in accordance with clause 18.74 of SSR Part-I.

26.4 SOAK WELL (a) Excavation and earth work in hard and dense soil and disposal of

excavated soil to a distance exceeding 250 metre and not exceeding

CA NO CEBZ/ GWL/TOKEN/ 11 OF 2018 -19 SERIAL PAGE NO. 214 PARTICULAR SPECIFICATIONS (CONTD.)

SIGNATURE OF CONTRACTOR DY. DIR (CONTRACTS)

500 metre. Returning, filling shall be done with approved earth as shown on drawings.

(b) Lean concrete shall be PCC (1:5:10) Type E2 using 40mm graded stone aggregate.

(c) All RCC work shall be in M-25 (Design mix) & shall be reinforced as shown on drawing.

(d) Brickwork shall be in CM 1:3 in lieu of random rubble dry masonry and coursed stone masonry shown in drg.

(e) Filtering materials shall be provided as shown on drawings. (f) Depth of bottom of inlet pipe shall be taken 1.5m from GL for quoting

lump sum under coursed stone masonry as shown in drg. (g) Vent pipe shall be spun centrifugally cast iron 100mm bore conforming

to IS-3989. Top of CI pipe shall be provided with CI cowl with cement joint.

(h) Manhole cover shall be pre-cast RCC cover set in CM (1:4) (i) Stone rubble filling shall be done with aggregate of gauge 80 to 150mm. (j) Inlet pipe shall be 150mm bore reinforced concrete pipe clad NP-2 or

SWG pipe and cost of pipe upto 1m beyond external face of wall shall be included in lump sum cost under Sch ‘A’. Bedding and haunching to pipe shall be PCC (1:4:8) type D-2 using 40mm graded stone aggregate.

(k) Reinforcement shall however be of TMT bars instead of deformed bars shown on drawings.

(l) Depth of soak well specified in Sch’A’ is effective depth. 27. AREA DRAINAGE

The work of area drainage shall be executed as specified in items of respective schedule ‘A’ (Area drainage) and shown in drawings. For general works like excavation & earthwork, concrete, masonry work, plaster, etc refer relevant clauses here-in-before for building work.

28. DEMOLITION AND DISMANTLING

Demolition and dismantling shall be carried out carefully as directed by Engineer-in-Charge without damaging the portions which are to kept in tact. In case the portions, which are to be kept in tact and other structures nearby are damaged they shall be made good at no extra cost to the Govt. Un-serviceable materials, if any, shall be removed off the site as directed by Engineer-in-Charge. Contractor quoted lumpsum shall be deemed to include cost of removal.

29. EXCAVATION EARTHWORK AND SITE DEVOLEPMENT The work of site clearance excavation & earth work shall be carried out as pwer items of Schedule ‘A’ and as shown on drawings and as directed by Engineer-in-Charge. For general works like excavation & earthwork, refer relevant clauses here-in-before for building work.

30 SITE CLEARANCE: - After completion of works the entire site of work shall be

cleaned all as per provisions specified in MES Sch Part -I (2009). Contractor rates shall be deemed to include for levelling/cleaning of area around the buildings, removal of any debris as directed by Engineer-in-Charge to a distance or on clause No 5.6 here-in-before, removing cement splashes, white wash splashes on floors, walls. Contractor shall handover the buildings neat & clean. Rates quoted shall be deemed to cover this aspect.

CA NO : CEBZ/JHA/TOKEN/08 OF 2018-19 SER PAGE NO.215

S.

No.Stage of Works

% age

Recommen

ded by GE

REMARKS

1 Stage - I upto Plinth LevelSurface dressing, excavation, RCC footings including steel

reinforcement, form work, RCC M-25, PCC in foundation column

reinforcement upto roof level, form work & RCC M-25 upto Plinth

level, return filling in foundation & back fill under floor complete

upto plinth level including ATT.

25.00

2 Stage - II : Plinth level to Lintel Level

Column RCC M-25, Form work upto lintel level, brick masonary,

Lintel Beams complete upto lintel level.4.00

3 Stage - III : Lintel Level to floor Slab Level

Column formwork & RCC M-25 lintel level to roof level, brick

masonary, roof Slab Beams, RCC slab including reinforcement,

form work, RCC M-25 complete.

17.00

4 Stage - IV : First Floor Slab to First Floor Lintel Level

Column RCC M-25, Form work upto lintel level, Stone masonary,

Lintel Beams complete upto lintel leveland errection of column

steel up to roof level.

4.00

5 Stage - V : FF Lintel Level to roof Level

Column formwork & RCC M-25 lintel level to roof level, Stone

masonary, Roof Beams, RCC slab including reinforcement, form

work, RCC M-25 complete RCC M-25, Form Work and Steel for

Stair Case.

16.00

6 Stage - VI : Door, Windows, ventilator, wardrobes etc

Door, Windows, ventilator wardrobes etc complete including

builders hardware6.00

7 Stage - VII : Plaster work

Plaster to internal surface of walls, ceilling and keyed external

plaster of walls etc.3.00

8 Stage - VIII : Surface finishes

Painting work for internal, external, ceilling newly plastered

surfaces, steel and wooden surfaces1.50

9 Stage - IX : Flooring

Sub base to floors, Flooring, skirting, dado, filling under floor and

ATT complete9.00

10 Stage - X : Sainitary Fitting & Fixtures

Sainitary fitting & fixtures like WC flushing cistern, WHB, soil &

waste pipes, , urinals etc, toilet fittings etc complete.2.50

11 Stage - XI : Plinth Protection to building

Plinth protection complete including ATT, hard core etc. 0.50

12 Stage - XII : Roof Treatment

Roof treatment complete 3.00

13 Stage - XIII : Misc Items

Misc Items 8.50

Total 100.00

Yard StickSchedule 'A' Part - I, Sl Item No. 1-- (Dental centre)

SIGNATURE OF CONTRACTOR DY DIR (CONTRACT)

CA NO : CEBZ/JHA/TOKEN/08 OF 2018-19 SER PAGE NO.216

S.

No.Stage of Works

% age

Recommen

ded by GE

REMARKS

1 Stage - 1 upto Plinth LevelSurface dressing, excavation, RCC footings including

steel reinforcement, form work, RCC M-25, PCC in

foundation column reinforcement upto roof level, form

work & RCC M-25 upto Plinth level, return filling in

foundation & back fill under floor complete upto plinth

level including ATT.

40.00

2 Stage - 2 : Plinth level to Lintel LevelColumn RCC M-25, Form work upto lintel level, brick

masonary, Lintel Beams complete upto lintel level. 5.00

3 Stage - 3 : Lintel Level to roof Slab LevelColumn formwork & RCC M-25 lintel level to roof level,

brick masonary, roof Slab Beams, RCC slab including

reinforcement, form work, RCC M-25 complete.

25.00

4 Stage - 4: Door Windows Door, Windows, ventilator etc complete including

builders hardware0.00

5 Stage - 5 : Plaster workPlaster to internal surface of walls, ceilling and keyed

external plaster of walls etc.5.00

6 Stage - 6: Surface finishesPainting work for internal, external, ceilling newly

plastered surfaces, steel and wooden surfaces1.00

7 Stage - 7 : FlooringSub base to floors, Flooring, skirting, dado, filling under

floor and ATT complete13.00

8 Stage - 8 : Sainitary Fitting & FixturesSainitary fitting & fixtures like WC flushing cistern, WHB,

soil & waste pipes, , urinals etc, toilet fittings etc

complete.

0.00

9 Stage - 9 : Plinth Protection to buildingPlinth protection complete including ATT, hard core etc.

1.00

10 Stage - 10 : Roof TreatmentRoof treatment complete 1.00

11 Stage - 11: Misc ItemsMisc Items 9.00

Total 100.00

Yard StickSchedule 'A' Part - I, Sl Item No. 2 & 3 (Garages for car & scooters)

SIGNATURE OF CONTRACTOR DY DIR (CONTRACT)

CA NO. CEBZ/GWL/TOKEN/ 11 OF 2018-19 SERIAL PAGE NO. 217 LIST OF DRAWINGS

Signature of contractor DyDir (Contracts)

NAME OF WORK: PROVN OF OTM ACCN FOR MDC AT GWALIOR

SRL NO

DESCRIPTION DRAWING NO SHEET NO

DATE OF DRAWING

LAST DATE

OF REVISI

ON 1 2 3 4 5 6 CHIEF ENGINEER BHOPAL ZONE ARCHITECTURAL DRAWINGS

1 SITE PLAN SHOWING EXTERNAL B/R SERVICES

SP/BPL/GWL/07/2018 1/3 26.05.1018

2 SITE PLAN SHOWING EXTERNAL E/M SERVICES

SP/BPL/GWL/07/2018 2/3 26.05.1018

3 SITE PLAN SHOWING EXTERNAL E/M SERVICES

SP/BPL/GWL/07/2018 3/3 26.05.1018

NOTE- Drawings vide sl no 1 to 3 will not be uploaded with the tender documents. It may be seen in the office of Chief Engineer Bhopal Zone during working hours.

DENTAL CENTRE

4 GROUND FLOOR AND FIRST FLOOR PLANS

WD/BPL/GWL/07/2018 1/10 26.05.1018

5 ELEVATION WD/BPL/GWL/07/2018 2/10 26.05.1018 6 SECTIONS AND DETAILS OF

RECEPTION COUNTER WD/BPL/GWL/07/2018 3/10 26.05.1018

7 ROOF PLAN AND SECTION AT CC

WD/BPL/GWL/07/2018 4/10 26.05.1018

8 STAIRCASE DETAILS WD/BPL/GWL/07/2018 5/10 26.05.1018 9 DETAILS OF TOILET AND

STRUCTURAL GLAZING WD/BPL/GWL/07/2018 6/10 26.05.1018

10 GROUND AND FIRST FLOOR PLANS SHOWINGS INTERNAL ELECTRIFICATION AND SCHEMATIC DIAGRAM

WD/BPL/GWL/07/2018 7/10 26.05.1018

GARAGES FOR CARS 11 PLAN,

ELEVATIONS,SECTION,ROOF PLAN, AND PLANS SHOWINGS INTERNAL ELECTRIFICATION

WD/BPL/GWL/07/2018 8/10 26.05.1018

GARAGE FOR SCOOTERS 12 PLAN,

ELEVATIONS,SECTION,ROOF PLAN, AND PLANS SHOWINGS INTERNAL ELECTRIFICATION

WD/BPL/GWL/07/2018 9/10 26.05.1018

13 SCHEDULE OF FINISHES WD/BPL/GWL/07/2018 10/10 26.05.1018

CA NO. CEBZ/GWL/TOKEN/ 11 OF 2018-19 SERIAL PAGE NO. 218 LIST OF DRAWINGS

Signature of contractor DyDir (Contracts)

CHIEF ENGINEER BHOPAL ZONE STRUCTURAL DRAWINGS

1 2 3 4 5 6 14 GENERAL NOTES AND

MISCELLANEOUS DETAILS CON/GWL/STR/18/A/01 1 14.03.2018

15 MISCELLANEOUS DETAILS CON/GWL/STR/18/A/01 2 14.03.2018 16 SCHEDULES OF COLUMNS ,

BEAM,FOOTINGS AND SLABS CON/GWL/STR/18/A/01 3 14.03.2018

17 MAIN BUILDING STRUCTURAL FOUNDATION PLAN AND STRUCTURAL LAYOUT PLAN OF PLINTH BEAMS

CON/GWL/STR/18/A/01 4 14.03.2018

18 MAIN BUILDING STRUCTURAL LAYOUT PLAN OF FLOOR BEAMS,. SLABS,STRUCTURAL LAYOUT PLAN OF ROOF BEAM, SLABS

CON/GWL/STR/18/A/01 5 14.03.2018

19 MAIN BUILDING TYPICAL PLANS AND SECTIONS OF CF1,CF2,CF3, RAFT1 & RAFT2 AND MISCELLANEOUS DETAILS

CON/GWL/STR/18/A/01 6 14.03.2018

20 STRUCTURAL STAIRCASE DETAILS AND MISC DETAILS

CON/GWL/STR/18/A/01 7 14.03.2018

21 STRUCTURAL LAYOUT PLAN OF FOUNDATION, PLINTH BEAMS,ROOF BEAM ,SLABS & TYPICAL DETAILS

CON/GWL/STR/18/A/01 8 14.03.2018

22 STRUCTURAL LAYOUT PLAN OF FOUNDATION, PLINTH BEAMS,ROOF BEAM ,SLABS & TYPICAL DETAILS

CON/GWL/STR/18/A/01 9 14.03.2018

23 AMENDMENT SHEET CON/GWL/STR/18/A/01 10 14.03.2018 STRUCTURAL TD DRAWING

24 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 1/9 03.07.2006 21.07.2009

25 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 2/9 03.07.2006 26 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 3/9 03.07.2006 27 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 4/9 03.07.2006 28 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 5/9 03.07.2006 29 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 6/9 03.07.2006 30 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 7/9 03.07.2006 31 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 8/9 03.07.2006 32 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 9/9 03.07.2006 33 RCC PROJECTION CEBZ/STD/05 1/1 31.10.2006 34 TYPICAL DETAIL OF RCC LINTEL

CHAJJA & SHELVING CEBZ/STD/06 1/5 31.10.2006

35 TYPICAL DETAIL OF RCC LINTEL CHAJJA & SHELVING

CEBZ/STD/06 2/5 31.10.2006

36 TYPICAL DETAIL OF RCC LINTEL CHAJJA & SHELVING

CEBZ/STD/06 3/5 31.10.2006

CA NO. CEBZ/GWL/TOKEN/ 11 OF 2018-19 SERIAL PAGE NO. 219 LIST OF DRAWINGS

Signature of contractor DyDir (Contracts)

1 2 3 4 5 6 37 TYPICAL DETAIL OF RCC LINTEL

CHAJJA & SHELVING CEBZ/STD/06 4/5 31.10.2006

38 TYPICAL DETAIL OF RCC LINTEL CHAJJA & SHELVING

CEBZ/STD/06 5/5 31.10.2006

39 MASONRY FOUNDATION FOR SINGLE STOREY LOAD BEARING WALLS, NON BEARING WALLS, NON LOAD BEARING CURTAIN WALLS AND DWARF WALLS.

CEBZ/STD/13 1/3 14.11.2006

40 MASONRY FOUNDATION FOR SINGLE STOREY LOAD BEARING WALLS, NON BEARING WALLS, NON LOAD BEARING CURTAIN WALLS AND DWARF WALLS.

CEBZ/STD/13 2/3 14.11.2006

41 MASONRY FOUNDATION FOR SINGLE STOREY LOAD BEARING WALLS, NON BEARING WALLS, NON LOAD BEARING CURTAIN WALLS AND DWARF WALLS.

CEBZ/STD/13 3/3 14.11.2006

TD DRAWINGS 42 ARCHITECTURAL NORMS &

GENERAL NOTES CEBZ/TD/01/2011 1/2 01.08.2011

43 ARCHITECTURAL NORMS & GENERAL NOTES

CEBZ/TD/01/2011 2/2 01.08.11

44 SCHEDULE OF FINISHES CEBZ/TD/02/11 1/3 01.08.11 45 SCHEDULE OF FINISHES CEBZ/TD/02/11 2/3 01.08.11 46 SCHEDULE OF FINISHES CEBZ/TD/02/11 3/3 01.08.11 47 PANELLED AND FLY PRROF DOORS

(PRESSED STEEL FRAMES) CEBZ/TD/03/11 1/4 01.08.11

48 PANELLED AND FLY PRROF DOORS (PRESSED STEEL FRAMES)

CEBZ/TD/03/11 2/4 01.08.11

49 PANELLED AND FLY PRROF DOORS (PRESSED STEEL FRAMES)

CEBZ/TD/03/11 3/4 01.08.11

50 PANELLED AND FLY PRROF DOORS (PRESSED STEEL FRAMES)

CEBZ/TD/03/11 4/4 01.08.11

51 TYPICAL DETAILS OF ALUMINIUM DOORS WITH FLOOR SPRINGS

CEBZ/TD/05/11 1/3 01.08.11

52 TYPICAL DETAILS OF ALUMINIUM DOORS WITH FLOOR SPRINGS

CEBZ/TD/05/11 2/3 01.08.11

53 TYPICAL DETAILS OF ALUMINIUM DOORS WITH FLOOR SPRINGS

CEBZ/TD/05/11 3/3 01.08.11

54 PVC DOOR WITH PVC FRAMES TYPE-I CEBZ/TD/07/11 1/1 01.08.11

55 TYPICAL DETAIL OF PVC DOOR TYPE 2 & 3

CEBZ/TD/08/11 1/1 01.08.11

56 TYPICAL DETAIL OF STEEL DOORS FOR GARAGE/ SCOOTER & CYCLE SHED

CEBZ/TD/12/11 1/3 01.08.11

57 TYPICAL DETAIL OF STEEL DOORS FOR GARAGE/ SCOOTER & CYCLE SHED

CEBZ/TD/12/11 2/3 01.08.11

CA NO. CEBZ/GWL/TOKEN/ 11 OF 2018-19 SERIAL PAGE NO. 220 LIST OF DRAWINGS

Signature of contractor DyDir (Contracts)

1 2 3 4 5 6 58 TYPICAL DETAIL OF STEEL DOORS

FOR GARAGE/ SCOOTER & CYCLE SHED

CEBZ/TD/12/11 3/3 01.08.11

59 ALUMINIUM SLIDING WINDOW CEBZ/TD/15/11 1/3 01.08.11 60 ALUMINIUM SLIDING WINDOW CEBZ/TD/15/11 2/3 01.08.11 61 ALUMINIUM SLIDING WINDOW CEBZ/TD/15/11 3/3 01.08.11 62 TYPICAL DETAILS OF ALUMINIUM

WINDOWS AND VENTILATORS CEBZ/TD/16/11 1/3 01.08.11

63 TYPICAL DETAILS OF ALUMINIUM WINDOWS AND VENTILATORS

CEBZ/TD/16/11 2/3 01.08.11

64 TYPICAL DETAILS OF ALUMINIUM WINDOWS AND VENTILATORS

CEBZ/TD/16/11 3/3 01.08.11

65 BUILT IN CUPBOARD FOR OTM ACCN (WITH PRESSED STEEL SHEET SHELVING)

CEBZ/TD/18/2011 1/1 01.08.2011

66 WARDROBES WITH WOODEN FRAME AND PRELAMINATED PARTICLE BOARD SHUTTER (BUILT IN)

CEBZ/TD/19/2011 3/6 01.08.2011

67 WARDROBES WITH WOODEN FRAME AND PRELAMINATED PARTICLE BOARD SHUTTER (BUILT IN)

CEBZ/TD/19/2011 4/6 01.08.2011

68 WARDROBES WITH WOODEN FRAME AND PRELAMINATED PARTICLE BOARD SHUTTER (BUILT IN)

CEBZ/TD/19/2011 5/6 01.08.2011

69 WARDROBES WITH WOODEN FRAME AND PRELAMINATED PARTICLE BOARD SHUTTER (BUILT IN)

CEBZ/TD/19/2011 6/6 01.08.2011

70 DETAILS OF SHELVING, RCC 3 TIRE SELVING, KOTA STONE SELVES, 2 TIER & 3 TIER CILL AND COPING

CEBZ/TD/55/11 1/1 01.08.11

71 TYPICAL DETAIL OF FALSE CEILING ON ALUMINIUM SNAP GRID SUSPENDED FROM SLAB/ BEAM/ TRUSS

CEBZ/TD/57/2011 1/1 01.08.11

72 FIXING DETAIL OF FAN HOOK IN RCC SLAB & EXHAUST FAN IN WALL

CEBZ/TD/63/2011 1/1 01.08.11

73 TYPICAL DETAIL OF FIRE POINT WITH L I. POST

CEBZ/TD/68/2011 1/1 01.08.11

74 TYPICAL DETAIL OF EXPANSION/ CRUMPLE JOINTS (JOINTS AT ROOF SLAB)

CEBZ/TD/74/2011 1/4 01.08.11

75 TYPICAL DETAIL OF EXPANSION/ CRUMPLE JOINTS (JOINTS AT FLOOR)

CEBZ/TD/74/2011 2/4 01.08.11

76 TYPICAL DETAIL OF EXPANSION/ CRUMPLE JOINTS (JOINTS AT WALL TO WALL)

CEBZ/TD/74/2011 3/4 01.08.11

77 TYPICAL DETAIL OF EXPANSION/ CRUMPLE JOINTS (JOINTS BETWEEN (I) COL & COL (II) COL & WALL (III) COL/WALL & COL & WALL

CEBZ/TD/74/2011 4/4 01.08.11

78 SEPTIC TANK 100 TO 1500 USERS CEBZ/TD/77/2011 1/3 01.08.11

CA NO. CEBZ/GWL/TOKEN/ 11 OF 2018-19 SERIAL PAGE NO. 221 LIST OF DRAWINGS

Signature of contractor DyDir (Contracts)

1 2 3 4 5 6 79 SEPTIC TANK 100 TO 1500 USERS CEBZ/TD/77/2011 2/3 01.08.11 80 SEPTIC TANK 100 TO 1500 USERS CEBZ/TD/77/2011 3/3 01.08.11 81 TYPICAL SOAK WELL CEBZ/TD/78/2011 1/2 01.08.11 82 TYPICAL SOAK WELL CEBZ/TD/78/2011 2/2 01.08.11 83 DETAILS OF MANHOLES TYPE I, II, III,

IV & V AND MISC DETAILS OF SWG / GI PIPES

CEBZ/TD/79/2011 1/4 01.08.11

84 DETAILS OF MANHOLES TYPE I, II, III, IV & V AND MISC DETAILS OF SWG / GI PIPES

CEBZ/TD/79/2011 2/4 01.08.11

85 DETAILS OF MANHOLES TYPE I, II, III, IV & V AND MISC DETAILS OF SWG / GI PIPES

CEBZ/TD/79/2011 3/4 01.08.11

86 DETAILS OF MANHOLES TYPE I, II, III, IV & V AND MISC DETAILS OF SWG / GI PIPES

CEBZ/TD/79/2011 4/4 01.08.11

87 TYPICAL DETAILS OF WC, NT, GT & SINGLE STACK SYSTEM

CEBZ/TD/83/2011 1/2 01.08.11

88 TYPICAL DETAILS OF WC, NT, GT & SINGLE STACK SYSTEM

CEBZ/TD/83/2011 2/2 01.08.11

89 DETAILS OF MS RUNGS & RAIN WATER PIPE

CEBZ/TD/84/2011 1/1 01.08.11

90 DETAILS OF LOCAL SUNK, GULLY TRAP & INSPECTION CHAMBER (FIRST MAHHOLES)

CEBZ/TD/85/2011 1/1 01.08.11

91 DETAILS OF STEPS, PLINTH PROTECTION & RAMP

CEBZ/TD/86/2011 1/1 01.08.11

92 DETAILS OF PELMET BOX, CERTAIN ROD & DRAPERY ROD

CEBZ/TD/87/2011 1/1 01.08.11

93 MISCELLANEOUS DETAILS CEBZ/TD/88/2011 1/1 01.08.11 94 TYPICAL DETAILS OF FIXING HDPE

WATER STORAGE TANKS OVER RCC ROOF SLAB

CEBZ/TD/91/2011 1/1 01.08.2011

95 PLUMBING SINGLE STACKING SYSTEM CEBZ/TD/92/2011 1/2 01.08.2011 96 PLUMBING SINGLE STACKING SYSTEM CEBZ/TD/92/2011 2/2 01.08.2011 97 DETAILS OF WASH HAND BASIN CEBZ/TD/94/2011 1/1 01.08.2011

98 MASONRY RAMP(SINGLE)( STONE MASONRY)

CEBZ/TD/101/2011 1/4 01.08.11

99 MASONRY RAMP(SINGLE)( STONE MASONRY)

CEBZ/TD/101/2011 2/4 01.08.11

100 MASONRY RAMP(DOUBLE)( STONE MASONRY)

CEBZ/TD/101/2011 3/4 01.08.11

101 MASONRY RAMP(DOUBLE)( STONE MASONRY)

CEBZ/TD/101/2011 4/4 01.08.11

102 STEEL GATE 5.5M/ 8.0 M WIDE CEBZ/TD/104/2011 1/3 01.08.2011 103 STEEL GATE 5.5M/ 8.0 M WIDE CEBZ/TD/104/2011 2/3 01.08.2011 104 STEEL GATE 5.5M/ 8.0 M WIDE CEBZ/TD/104/2011 3/3 01.08.2011 105 STEEL WICKET GATE (900 TO 1500 WIDE) CEBZ/TD/106/11 1/1 01.08.11

CA NO. CEBZ/GWL/TOKEN/ 11 OF 2018-19 SERIAL PAGE NO. 222 LIST OF DRAWINGS

Signature of contractor DyDir (Contracts)

1 2 3 4 5 6

106 PERMANENT CHAIN LINK SECURITY FENCING ON RCC POST

CEBZ/TD/111/2011 1/2 01.08.2011

107 PERMANENT CHAIN LINK SECURITY FENCING ON RCC POST CHAIN LINK FENCING ON ANGLE IRON POST

CEBZ/TD/111/2011 2/2 01.08.2011

108 CEBZ/TD/113/2011 1/1 01.08.2011 109 TYPICAL DETAILS OF ROADS CEBZ/TD/117/2011 1/3 01.08.2011 110 TYPICAL DETAILS OF ROADS CEBZ/TD/117/2011 2/3 01.08.2011 111 TYPICAL DETAILS OF ROADS CEBZ/TD/117/2011 3/3 01.08.2011 112 TYPICAL DETAILS OF FOOT PATHS &

PCC CLEAN WAY CEBZ/TD/118/2011 1/1 01.08.2011

113 TYPICAL DETAILS OF RCC/ HUME PIPE CULVERT

CEBZ/TD/119/2011 1/1 01.08.2011

114 DETAILS OF HARD STANDING CEBZ/TD/120/2011 1/1 01.08.2011 115 FUNCTIONAL HEIGHT OF

ELECTRICAL FITTINGS CEBZ/TD/127/2011 1/1 01.08.2011

116 DETAILS OF STREET LIGHT POLES CEBZ/TD/128/2011 1/1 01.08.11 117 BUILT IN CUPBOARD FOR OTM

ACCN (PRE LAMINATED PARTICLE BOARD)

CEBZ/TD/17/2011 1/1 01.08.11

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 223

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

Appendix ‘A’

SOURCES OF MATERIALS

Ser No

Name of materials Name of sources

1 2 3 1. Coarse aggregate for cement concrete

Best Locally available as approved by GE

2. Coarse stone aggregate for premix carpet, soling, hard core & WBM

Best Locally available as approved by GE

3. Fine aggregate (Sand) for all works.

Sindh/Chambal River

4. Coarse Sand for masonry

Sindh/Chambal River

5. Stone for stone masonry

Best Locally available as approved by GE

6 Stone/ Kerbs, berms, cills, coping and lintel etc.l Best Locally available as approved by GE

7. Burnt clay Bricks

Best Locally available as approved by GE

8. Fly Ash bricks

Best Locally available as approved by GE

NOTES:- 1 Sources of materials shall be as given in Srl No 1 to 8 above or in the vicinity thereof. The tenderer

shall ascertain the actual position/exact location of source before submitting his tender and no additional payment shall be made on account of misunderstanding or its distance from site of works.

2 The tenderer shall amongst other things also ascertain all information such as royalties, taxes, duties

and other charges etc, on the materials and no additional payment shall be made on account of the foregoing.

3. However, if due to any ban imposed by the state Govt authority on obtaining the materials from the

sources specified above and or specified materials is not available at the sources mentioned above these materials conforming to specifications as given in particular specifications will be procured from any other place/source after getting the same approved from GE in writing and without any extra cost to Govt.

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 224

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘B’

LIST OF BIS CERTIFICATE NOS OF VARIOUS PRODUCTS

List of BIS Nos are given below for various items. Items for which Makes are not specified in Appendix `C` shall be procured from any manufacture holding valid CML No

1. CONCRETE:

(a) Plywood for concrete shuttering work (IS-4990-1981) (b) White Portland cement (IS-8042-1978)

2 BUILDING HARDWARE:

(a) Steel Butt hinges (IS:1341-1981) (b) Non-ferrous butt hinges (IS:205-1978) (c) Ferrous Tower bolts (IS:204 Part-I-1978) (d) Non-ferrous tower bolts (IS:204, Part-II-1978) (e) Door handles ferrous and non-ferrous (IS:208-1979) (f) Parliament hinges, ferrous (IS:362-1982) (g) Hydraulically operated door closer (IS:3564-1986) (h) Continuous piano hinges (IS:3818-1986) (i) Non-ferrous metal sliding door bolts (IS:2681-1979) (j) Tee and strap Hinges (IS:206-1981) (k) Mild steel sliding door bolts (IS:281-1979)

3 ROOF COVERING:

(a) Bitumen felts for water proofing and damp proofing (IS - 1322-1982). 4. CEILING AND LINING:

(a) Plywood for general purposes (IS:303-1975(Second revision) (b) Block boards (IS:1659-1986) (c) Veneered particle board (IS:3097-1985) (d) Marine plywood (IS:710-1976) (e) Fiber hardboard (IS:1658-1977) (f) Pre-laminated particle board (IS:12823)

5. FLOORING:

(a) Cement concrete flooring tiles (IS: 1237-1980) (b) Glazed earthenware tiles (IS: 777-1970)

6. WATER SUPPLY PLUMBING, DRAINS AND SANITARY APPLIANCES:

(a) Concrete to pipes with or without reinforcement (IS:458-1971) (b) Salt glazed stone ware pipes and fittings (IS:651-1980) (c) Flushing cistern for water closets and urinals other than plastic (IS:774-1984) (d) Galvanised mild steel tubes (IS:1239 Part I-1979) (e) Cast copper alloy screwed down bib taps and stop valves (IS:781-1984) (f) Galvanised mild steel tube fittings (IS:1239 Part-II-1982) (g) Sand cast iron spigot and socket soil, waste and ventilating pipes and fittings (IS:1729-1979) (h) Ball valves (Horizontal plunger type) including floats for Water supply “purposes (IS: 1703-

1977) (i) Cast iron manhole covers and frames (IS:1726-Part-I to VII-1974) (j) AC pressure pipes (IS:1592-1980) (k) Automatic flushing cisterns (IS:2326-1987) (l) Vitreous china sanitary appliances

(i) Wash down water closets (IS:2556-1981 Part-II) (ii) Squatting pans (IS:2256-1981 Part III) (iii) Wash basins (IS:2556-1972 Part IV) (iv) Laboratory sinks (IS:2556-1979 Part V) (v) Urinals bowl type (IS:2556-1979 Part VI Section I) (vi) Foot rests (IS:2556-1974 Part X) (vii) Plastic WC seats and covers (IS:2548-1983) (viii) Vertically cast iron pressure pipes for water, gas and sewage (IS:1537-1976) (ix) Pillar Taps (IS:1795-1982)

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 225

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘B’ (CONTD)

LIST OF BIS CERTIFICATE NOS OF VARIOUS PRODUCTS (x) Centrifugally cast(spun) iron pressure pipes for water, gas and sewage (IS:1536-1979) (xi) Centrifugally cast(spun) iron spigot and socket soil, water and ventilating pipes, fittings

and accessories (IS:3989-1984) (xii) Rubber sealing rings for gas mains, water mains and sewage(IS:5382-1985) (xiii) Cast Iron fittings for pressure pipes for water, gas and sewage (IS:1538-1976) Part II to

XXIV (xiv) Sluice valves (IS:14846-2000)

7. ELECTRICAL WORKS:

(a) Ceiling rose (IS:371-1979) (b) Tumbler switches (IS:3854-1966) (c) Socket, outlet 3 pin plug and socket (IS:1293-1988) (d) Switch fuses (Main switch) (IS:4064-1978, Part I & II) (e) Rigid steel conduits (IS:9537-Part II-1988) (f) Single core cable polyethylene insulated and PVC sheathed cable (IS: 1596-1977) (g) Rigid non metallic conduit (IS:9537 – 1983 Part III) (h) Starter for tube light (IS:2215-1983) (i) Fluorescent lamps (IS:2418-1977 Part I to Part IV) (j) Aluminium stranded conductor (IS:398-1976-Part -I& II) (k) Switch gear (IS:2268-1969) (l) HRC cartridge fuse links up-to 650 volts (IS:9224-1979-Part II) (m) Porcelain insulators for overhead power lines (IS:731-1971)

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 226

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’

SL NO

DESCRIPTION OF ITEM LIST OF MAKES/BRANDS/MANUFACTURERS Remarks

1 2 3 4 (A) BUILDINGS MATERIALS

1 STEEL AS SPECIFIED IN PARTICULAR SPECIFICATIONS

2 CEMENT AS SPECIFIED IN PARTICULAR SPECIFICATIONS

3 MOSAIC/ CEMENT FLOORING TILES ( ISI MARKED)

(A) M/S MEHATAB TILES, 8, RANI SHOPPING CENTRE BHANWAR KUAN MAIN ROAD, INDORE-452001 Ph- 0731-4092550, 2761223(FAX)

(B) M/S GWALIOR GRANITE, SHABAD PRATAB ASHRAM ROAD, GWALIOR

(C) M/S B G SHRIKE CONSTN TECNOLOGY LTD. 72-76 MUNDHAWA PUNE-411036 (D) M/S NAVYA TILES, 68, NEHRU PARK, SARDARPUR, JODHPUR- 342003 Ph. 0291-2650094, 2627963

4 PVC TILES/ FLOORING (A) M/S MARBLEX TILES

(B) M/S KRISHNA VINYL

(C) M/S POLYFIN

5 CORRUGATED, SEMI-CORRUGATED AND PLAIN AC SHEETS

(A) M/S ETERNIT EVEREST LTD (B) M/S UP ASBESTOS (C) M/S CHARMINAR (D) M/S RAMCO (E) M/S SWASTIK (F) M/S EVERST INDUSTRIES LTD

6 PLAIN/PINHEADED / FROSTED/ TOUGHTENED GLASS

(A) HINDUSTAN PILKINGTON GLASS WORKS (B) SAINT GOBAIN (C) MODI FLOAT/MODIGUARD (D) ATUL GLASS INDUSTRIES (E) GOLD FISH (F) TIRUPATI

7 MIRROR (A) MAYUR (B) MODI (C) ATUL (D) GOLD FISH (E) TIRUPATI

8 PVC RAINWATER/ SEWERAGE PIPE (ISI MARKED)

(A) FINOLEX (B) SUPREME (C) KISAN (D) PRINCE (E) RELIANCE INDUSTRIES (F) DINESH IRRIGATION PVT LTD, JAIPUR

9 COLOUR COATED METAL SHEET ROOFING

(A) ASIAN COLOUR COATED ISPAT LTD , GURGAON

(B) PRESTAR INFRASTRUCTURE PROJECT LTD KOLKATTA

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 227

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

10

(A) CERAMIC TILES (NORMAL/ANTI SKID)

(A) SPARTEK (B) JOHNSON TILES (C) KAJARIA CERAMIC LTD (D) SOMANY CERAMIC LTD (E) REGENCY (F) NITCO (G) MURUDESHWAR CERAMICS LTD (H) ASIAN (J) ORIENT (K) SWASTIK CERCON LTD (L) CRYSTAL CERAMIC INDUSTRIES PVT LTD

(B) GLAZED WALLING /CLADING TILES

(A) SPARTEK (B) JOHNSON TILES (C) KAJARIA CERAMIC LTD (D) SOMANY CERAMICS LTD (E) REGENCY (F) NITCO (G) MURUDESHWAR CERAMICS (H) ASIAN

(J) ORIENT (K) SWASTIK CERCON LTD (L) CRYSTAL CERAMIC INDUSTRIES PVT LTD

11 VITRIFIED TILES (A) MURUDESHWAR CERAMIC LTD (NAVIN DIAMOND TILE)

(B) JOHNSON MARBONITE. (C) BELL GRANATO (D) SOMANY CERAMIC LTD (E) KAJARIA CERAMIC LTD (F) ASIAN (G) ORIENT (H) EURO TILES (J) SWASTIK CERECON LTD

12 CEMENT CONCRETE INTERLOCKING PAVER BLOCKS /TILES

(A) MEHTAB TILES INDORE, (B) NAVYA TILES JODHPUR, (C) SAP PAVERS JODHPUR, (D) SAGAR TILES SAHARANPUR (E) SUPREME (M/s Supreme tiles Morbi Guj)

(B) IRON/BRASS/MS ITEMS 13 SOIL AND WASTE CI

(CENTRIFUGALLY CAST ) SPUN PIPES & FITTINGES ISI MARKED

(A) NECO (M/S JAYASWAL NECO INDUSTRIES LTD, F-8, MIDC INDUSTRIAL AREA, HINGANA ROAD, NAGPUR), (B) KAPILANSH ( M/S KAPILANSH, 112, HANDLOOM MARKET, GANDHIBAGH, NAGPUR-440 002 (C) ANAND FOUNDER & ENGINEERS (D) “SKF”, SINGHAL IRON FOUNDARY Pvt Ltd , MATHURA. (E) BENGAL IRON CORPORATION, .

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 228

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

(C) JOINERY ITEMS 14 BUILDERS HARDWARE/

ALUMINIUM FITTINGS AND IRON MONGRY

(a) ELITE ENTERPRISES C/6, SHALIMAR HARDWARE 133, JARG MAHAL, DHOBITALOO MUMBAI-02

(b) MOHAN METAL INDUSTRIES, 178/2A, BHOL NATH NAGAR, SHAHADARA, DELHI-32 (c) AJANTA STEEL PVT LTD, 14 NETAJI SUBASH MARG KOLKATTA-01

(d) ORRISA ALUMINUM PRODUCT , B-24 INDUSTRIAL ESTATE CUTTAK-01 (e) ALUMINIUM UDYOG , NEW DELHI

(f) KICH ARCHITECTURAL PVT LTD (g) MC POWJEE & CO. 46 EZRA STEEL KOLKATTA-01

15 FACTORY MADE PANELLED/ GLAZED/WIRE GAUGE SHUTTERS

(A) M/S GOEL BROTHERS, RAIPUR. (B) M/S RAJ UDYOG BHAWAN, DUMKA. . (C) M/S GOYAL INDUSTRIES CORPN, NEW DELHI. (D) M/S MP WOOD PRODUCTS 124 DHAR ROAD,INDORE-2 (E) M/S A-1 TEAK PRODUCTS 124/1 GNT MARKET, DHAR ROAD, INDORE (MP) (F) M/S NORTHEN DOORS PVT LTD. RANIA KANPUR. (G) M/S SUPREME DOORS AND ALLIED PRODUCT INDUSTRIES KANPUR. (H) M/S PIONEER TIMBER, PRODUCT CHANDIGARH (J) M/S SURBHI METAL (INDIA) PVT LTD, JODHPUR (K) M/S JAIN DOORS PVT LTD, HARYANA (L) M/S SWASTIC PLYWOOD PVT LTD, JAIPUR (M) M/S VPRP ART, H-399, MINI GROWTH CENTRE PH-II SANGARIYA JODHPUR (N) M/S CHOITHI INDUSTRIES, ZEENAT MARKET, KANPUR (O) “JAYNA” (M/S JAIN WOOD INDUSTRIES) (A) M/S SWASTIK BRAND. (B) M/S NORTHERN DOORS PVT LTD. RANIA KANPUR. (C) M/S MP WOOD PRODUCTS 124 DHAR ROAD,INDORE-2 (D) A-1 TEAK PRODUCTS , INDORE (E) “JAYNA” (M/S JAIN WOOD INDUSTRIES) (F) “ASHISH” (M/S Ashish Enterprises) Dist Navsari, Gujrat

16 FLUSH DOORS (ISI MARKED)

17 PVC/FRP DOOR FRAME & PVC SHUTTERS

(A) M/S SINTEX INDUSTRIES LTD (B) M/S RAJSHRI PLASTIWOOD ,10/1, SOUTH TUKOGANG, KANCHAN BAGH MAIN ROAD, INDORE- 452001 (C) M/S NANDI PROFILES

(D) M/S ASHISH CANS & CONTAINERS PVT LTD, PUNE (E) M/S ENGCO INDUSTRIES, SPECIAL -1, INDUSTRIAL ESTATE, NEW POWER HOUSE ROAD, JODHPUR- 342001,

(F) M/S ACCUCELL

(G) M/S DHABRIYA AGGLOMERATES PVT LTD, B-9 D(1), MALVIYA INDUSTRIAL AES, JAIPUR-3021017.

(H) ASHWANI & SONS GAZIABAD

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 229

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-) 1 2 3 4

18

STEEL WINDOWS, VENTILATORS AND PRESSED STEEL DOOR/WINDOW FRAMES/ CUPBOARD SHUTTERS/ STEEL LOCKERS ( FOR STEEL WINDOWS VENTILATORS CONFIRMING TO IS -1038 OF 1983) )

(A) M/S BIHAR BOBBIN & ENGG WORK KATIHAR (BIHAR). (B) M/S SEN-HARVIC, VORA BUILDING IST FLOOR, 50, NAKHODA STREET BOMBAY-400003. (C) M/S AGEW STEEL MFG PVT LTD, AHMEDABAD. (D) M/S SHIV MULLAR, AHMEDABAD. (E) M/S HANUMAN STRUCTURALS PVT LTD, BADA BAZAR, KATIHAR (BIHAR)-854015.

(F) M/S METRO INDUSTRIES, KATNI ROAD JABALPUR. (G) M/S MULTIWYN INDUSTRIAL CORPN CALCUTTA (H) M/S ASHWANI & SONS E-15 PATEL NAGAR II, GAZIABAD (UP).

(J) M/S TRISUL INDUSTRIES, 284-A, CHAPPEL STREET, MERRUT.

(K) M/S GS UDYOG, PANKI INDUSTRIAL AREA KANPUR.

(L) M/S JANGID ENGINEERING, JAIPUR (M) M/S SURBHI METAL (INDIA) PVT LTD, JODHPUR (N) M/S MOHATA ENGG & CONST CO. BIKANER (O) M/S ENGCO INDUSTRIES, JODHPUR (P) M/S UMAR STEEL PRESS, 186 CATAGORISED

MARKET, BHOPAL(EXCEPT FOR STEEL WINDOWS)

18A

PRECOATED GI STEEL WINDOWS AND VENTILATOR

(A) M/S ASHWANI & SONS E-15 PATEL NAGAR II, GAZIABAD (UP).

(B) NCL ALLTEK & SECCOLAR LTD (C) ANY OTHER MANUFACTURER APPROVED

BY E-in-Cs Branch

19 ALUMINIUM SECTIONS FOR DOOR/WINDOWS

(A) HINDALCO (B) AJIT INDIA (C) INDAL (D) JINDAL (E) STERLITE

20 FABRICATORS FOR ALUMINIUM WORKS

SECTION FOR ALUMINUM WORK SHALL BE PROCURED FROM JINDAL/INDAL/AJIT INDIA/HINDALCO/STERLITE. FABRICATION CAN BE DONE BY M/S ASHWANI & SONS GAZIABAD OR ANY FABIRACATOR AS APPROVED BY GE. (SAMPLE OF FABRICATED ARTICLE SHALL FIRST BE SUBMITTED AND WRITTEN APPROVAL OF GE SHALL BE OBTAINED BEFORE ENTIRE FABRICATION IS TAKEN IN HAND)

21 UPVC DOORS & WINDOWS (a) H2O SOLUTION , NEW DELHI

(b) RAMTEX OVERSEAS PVT LTD

(D) PAINTS

22 CEMENT PUTTY (A) BIRLA CEMENT

(B) JK WHITE

23 SYNTHETIC ENAMEL PAINT ( IST

QUALITY )

(A) ICI PAINT (DULUX GLOSS)

(B) ASIAN PAINTS (APCOLITE)

(C) SHALIMAR PAINTS (SUPERLAC HI GLOSS)

(D) GOODLASS NEROLAC PAINTS (NEROLAC FULLGLOSS) (E) JENSON & NICHOLSON PAINTS LTD (BOROLAC)

(F) BERGER PAINTS (LUXOL HI GLOSS)

24 CEMENT BASE PAINT (A) SUPER SNOWCEM (B) DURACEM (C) ACCROCEM

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 230

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

25 OIL BOUND DISTEMPER/ACRYLIC WASHABLE DISTEMPER

(A) GOODLASS NEROLAC (SUPER ACRYLIC) (B) SHALIMAR PAINTS (No. 1 PREMIUM ACRYLIC DISTEMPER) (C) JENSON & NICHOLSON (JENSOLINE ACRYLIC DISTEMPER) (D) ASIAN PAINTS (TRACTOR ACRYLIC DISTEMPER) (E) ‘BERGER’ PAINTS (BISON SUPER) (F) ICI INDIA (MAXILITE ACRYLIC DISTEMPER)

26 PLASTIC EMULSION PAINT (A) GOODLASS NEROLAC (ALL ESCAPES) (B) SHALIMAR PAINTS (HUSSAIN COLLECTION) (C) JENSON & NICHOLSON (SPECIAL EFFECT) (E) ASIAN PAINTS (ROYAL) (F) BERGER’ PAINTS (LUXOL SILK SPLENDER)

(G) ICI INDIA (DULUX VELVET TOUCH)

SANITARY FITTINGS & PIPES 27 FLUSHING CISTERN PVC ISI

MARKED (A) M/S JOHNSON PEDDAR (B) M/S HINDUSTAN SANITARY WARE INDUSTRIES (C) COMMANDER-WATER BIRD (D) PARRYWARE-SLIMLINE (E) CERA (F) PRAYAG (G) SPEED FLO (H) SHAKTI (J) JAQUAR. (K) POLYTUF (L) PRECISION PRODUCTS NOIDA

28 PLASTIC SEAT COVER FOR EWC (A) HINDUSTAN (B) PARRY WARE (C) CERA (1

ST QUALITY)

(D) COMMANDER (E) PRAYAG (F) SPEED FLO (G) JAQUAR

29 MIRROR CABINET (A) PRAYAG

(B) COMMANDER

30 SANITARYWARE ISI MARKED Ist QUALITY

(A) HINDUSTAN SANITARY WARE (B) PARRY WARE( SUPER FINE) (C) CERA (1

ST QUALITY)

(D) HINDWARE (1ST

QUALITY). (E) NEYCER KERMAG (F) JOHNSON PEDDAR (G) JAQUAR

31 STAINLESS STEEL SINK WITH OR WITHOUT DRAINING BOARD & PLATE RACK

(A) DIAMOND (B) PRAYAG (C) ANJALI (D) NIRALI (E) PLASTOCRAFT SANITARY (I) PVT LTD (F) PARRYWARE (G) BLUE STAR (SHILVER SHINE) (H) JAYNA (J) SHAKTI

1 2 3 4

(F) MISC ITEMS 32 BITUMEN ISI MARKED MAKE BEARING IS-702

32(A) BITUMEN PRIMER ISI MARKED MAKE BEARING IS-3384

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 231

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

33 CHEMICAL FOR ANTI TERMITE TREATMENT CHLOROPHYSOPHORUS 20% EC

(a) DE-NOCIL BOMBAY (b) PEST CONTRAL INDIA (c) KANORIA CHEMICAL & INDUSTRIES LTD (d) INDIA PESTICIDES LTD, E-17 TO 23 UP SIDE INDUSTRIAL AREA, CHINHAT, LUCKNOW-227105 (e) SINGHAL PESTICIDES, AGRA

34 INTEGRAL WATER PROOFING COMPOUND (POWDER/ LIQUID)

(A) WATER SEAL (B) IMPERMO (C) ACCOPROOF (D) PIDILITE (E) ROFF CHEMICALS (F) CICO (G) FOSROC (H) MC BOUCHAMIE, MUMBAI

35 LAMINATED SHEETS (A) SUN GLASS (B) FORMICA (C) SUNMICA (D) BACKLYTE HYLUM (E) GREENPLY INDUSTRIES LTD

36 PLAIN AND PRELAMINATED PARTICLE BOARD

(A) KITPLY (B) ARCHIDLAM FROM MYSORECHIPBOARD, HUNSUR ROAD, HINKAL, MYSORE-570017 (C) GREENLAM FROM GREENPLY (D) NOVAPAN (E) ECO BOARD INDUSTRIES LTD, KARVE ROAD PUNE-04 (F) BAJAJ BOARDS (G) A-1 BOARD (H) BALAJI ACTION BUILDWELL, NEW DELHI

37 PLAIN AND PRELAMINATED MDF BOARDS

(A) BAJAJ BOARDS (B) NUW WOOD (C) A-1 BOARD (D) BHUTAN BOARD (E) BALAJI ACTION BUILDWELL, NEW DELHI

38 PLYWOOD FOR GENERAL PURPOSES

(A) KITPLY (B) MYSORECHIPBOARD (ARCHIDPLY) HUNSUR ROAD, HINKAL, MYSORE-570017 (C) GREENPLY (D) CENTURY PLYWOOD (E) DUROBOARD FROM SHARADA PLYWOOD

39 FALSE CEILING (A) ANCHOR CEILING TILES (B) GYPBOARD (C) ARM STRONG (D) USG BUILDING (E) RAMCO INDUSTRIES LTD (F) BISON PANEL (G) AEROLITE CEILING SYSTEM (G) EVERST INDUSTRIES PRODUCTS INDIA PVT LTD

40 CEMENT PARTICAL/FIBRE BOARD IS 14276 & IS 14862

(A) BISON PANEL (B) EVEREST

41 SGSW PIPE MAKE SHALL BE ISI MARKED IS-651 OF 1992

42 OIL PUTTY FOR GLAZING (A) GOLD MOHAR. (B) BURGER (C) J&N (D) SHALIMAR HARDWARE

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 232

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

43 HDPE WATER STORAGE TANKS (ISI MARKED)

(A) ROTAX (B) SINTEX (C) POLYWELL M/S OKAY POLYMERS PVT LTD. 50, ADHCHINI, SHRI AUROBINDOW MARG NEW DELHI-110017 (D) JS POLYPLAST (E) POLYCON, M/S POLYCON INTERNATIONAL LTD, F-11, HIRAWALA INDUSTRIAL AREA, P.O. KANOTA, JAIPUR -303012 (F) ERGEN PLASTIC INDUSTRIES (G) VECTUS INDUSTRIES LTD

44 APP MODIFIED POLYMERIC MEMBRANE

(A) M/S TEXSA INDIA LTD. A-4/8, IST FLOOR, DLF CITY GURAGAON-122002 (B) M/S M K PRODUCTS INDIA (PVT) LTD, 315 THAPER CHAMBER-II, OPP KAINDI COLONY, RING ROAD, DELHI (C) M/S TIKKI TAR DONASA (INDIA) PVT LTD VILLAGE ROAD, BHANDUP (W), MUMBAI – 400078 (D) M/S IWL INDIA LTD, C&D LAKSHMI BHWAN, 609, ANNA SALAI, CHENNAI-600006 (E) M/S BENGAL BITUMEN G-003, SALCON AURUM, JASOLA, NEW DELHI – 110025 (F) M/S SHALIMAR TAR PRODUCTS LTD, STP HOUSE, 570, PHASE-V , UDYOG VIHAR, GURGOAN- 122016 (G) JALNIDHI BITUMEN SPECIALITIES PVT LTD (H) MODERN BITUMEN PVT LTD, FARIDABAD (J) SHIVAM TAR PRODUCTS (K) PIDILITE (DR FIXIT TORCH SHIELD) (L) SUPREME BITUCHEM INDIA PVT LTD 73A, CENTRAL AVENUE KAMDAR BHAVAN SEVASADAN SQUARE NAGPUR 440018 (M) AR INDUSTRIES VADODARA

45 METALLIC FLOOR HARDNER (A) IRONITE (B) HARDONATE (C) KIRONITE

46 PEB (a) KIRBY BUILDING SYSTEM (b) TIGER STEEL ENGINEER INDIA PVT (c) RCC ECO-BUILD SYSTEM LTD (d) LIOYD INSULATIONS (INDIA) (e) METCO ROOF PVT LTD CHENNAI (f) JINDAL BUILDINGS LTD (g) ERA BUILDINGS LTD (h) OCTAMAC ENGINEERING LTD (J) SAXENA MARINR- TECH (P) LTD GREATER NOIDA

47 STEEL ROLLING SHUTTER/GRILLS AND COLLAPSIBLE GATES

(A) SHREE LAKSHMI ENGINEER WORKS, BANGLORE (B) PRAKASH & CO. NEW DELHI (C) SENTHIL ROLLING SHETTERS & ENGINEER CO. CHENNAI (D) SWASTIK ROLLING SHUTTERS, MUMBAI (E) JAYARAJ INDUSTRIES, CHENNAI (F) SHALIMAR ROLLING SHUTTERS & CO. (G) GANESH ROLLING SHUTTERS, HYDERABAD (H) SHAPARIA DOCK & STEEL

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 233

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

48 HYDRAULIC DOOR DOSER (A) EVERLITE (B) UNIVERSAL (C) PRABHAT DOOR KING (D) PERFECT HYDRAULIC (E) DYANA (F) HARDWIN (G) RANJAN (H) KELIN (I) AMAR ENGINEER CO, NEW DELHI

49 ACID RESISTANT TILES (A) JOHNSON, MUMBAI (B) SOMANY CERAMICS LTD (C) KAJARIA CERAMICS LTD (D) BURN STANDARD CO, JABALPUR (E) PURSHURAM POTTERY WORKS, MARVI (F) COROMANDAL PRODUCTS (G) ISHWAR INDUSTRIES , DELHI (H) REGENCY CERAMICS (J) DURACRETE

50 EPOXY INDUSTRIAL FLOORING (A) PIDILITE (B) TUFF SHIELD (C) POLY PLUS (D) CICO (E) BASF (F) MC BAUCHEMIE (G) SIKA

51 RCC DRAIN PIPES (A) DHERE CONCRETE PRODUCT, PUNE (B) EVEREST (C) HIMALAYA (D) INDIAN HUME PIPES (E) VARDHAMAN CONCRETE PRODUCT, PUNE (F) POONA CONCRETE PRODUCT (G) AWASTHY SPUN PIPES (H) THULUVARANIKAL PIPES

52 SHOWER ROSE (A) JAGUAR (B) MARC (C) ESS- ESS (D) SOMA (E) PARKO (F) KINGSTON (G) CRABTREE (H) KOHLER (J) MEERA

53 POLYMER MODIFIED BITUMEN/ANTI STRIPPING AGENT/ EXPANSION JOINT FILLER/SEALING COMPOUND/EDGE REPAIR PREMIX

M/S TIKI TAR INDUSTRIES (BARODA) LIMITED TELE; 0265 2337992/7862/8142 OR ANY OTHER MAKE APPROVED BY E-IN-Cs BRANCH

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 234

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

(i) EXTERNAL ELETRIFICATION ITEMS 1 UNDERGROUND HIGH

TENSION(UG HT) XLPE INSULATED, ALUMINUM CONDUCTOR CABLE FOR 33/11 KV EARTHED SYSTEMIS-7098 PART-II

(A) RPG CABLES LIMITED (UNIT: ASIAN CABLE & INDUSTRIES), POKHRAN RAO NO 2 , P.B. NO.11, THANE, MAHARASTRA, -400601 CML NO. 0821646 (B) INDUSTRIAL CABLES (INDIA) LIMITED, INDUSTRIAL AREA, RAJPURA, PATIALA, PUNJAB-140401, EMAIL:[email protected], CML NO. 0865767 (C) CABLE CORPORATION OF INDIA LIMITED DATTAPADA ROAD, BORIVALI (E), GREATER MUMBAI, MAHARASTRA-400066 CML NO. 0820038 (D) CABLE CORPORATION OF INDIA LIMITED DATTAPADA ROAD, BORIVALI (E), GREATER MUMBAI, MAHARASTRA-400066 CML NO. 0820038 (F) UNIVERSAL CABLES LIMITED (UNISTAR), PB NO 9 SATNA, MADHYA PRADESH,-585005 TEL: 07672-50621-7, FAX- 50631, EMAIL : [email protected] CML NO. 0781357 (G) HAVELLS INDIA LIMITED, A-461/462 M.I. AREA ALWAR RAJASTHAN -301030 CML NO. 8368389 (H) PRIMECAB, M/S RAVIN CABLE (G) PLAZA CABLES (J) POLYCAB (K) M/S PARAMOUNT CABLES , PARAMOUNT COMMUNICATIONS LTD C-125, NARAINA INDUSTRIAL AREA , NEW DELHI – 110028. (L) M/S KEI INDUSTRIES LTD -D-90, OKHLA INDUSTRIAL AREA PH-I, NEW DELHI-110020 (M) CRYSTAL CABLE INDUSTRIES LTD (N) ASIAN GALAXY PVT LTD

2 LOW TENSION(LT) CABLES, 1100 VOLT GRADE XLPE/PVC INSULATED WITH ALUMINIUM CONDUCTOR IS 1554, IS-7098 PART-I

(A) ASIAN CABLE CO, 2, IND ESTATE, RAIGARH, CHATTISHGARH, TEL: 07762-22808 CML NO. 8785914 (B) RPG CABLES LIMITED (UNIT: ASIAN CABLE & INDUSTRIES), POKHRAN RAO NO 2 , P.B. NO.11, THANE, MAHARASTRA, -400601 CML NO. 0115017 & PLOT NO 273/4 DEMNI ROAD, DADRA, SILVASA, DADAR AND NAGAR HAVELI-396191 CML NO 7271571 (C) CABLE CORPORATION OF INDIA LIMITED, DATTAPADA ROAD, BORIVALI (E), GREATER MUMBAI, MAHARASTRA-400066 CML NO. 0034926 & PLOT NO. F3/1, MIDC SINNAR INDAREA, MALEGOAN, NASIK, MAHARASTRA- 422103, CML NO. 7145970 (D) INCAB INDUSTRIES LIMITED,CABLE HOUSE, HADSAPAR IND ESTATE, PB NO 22, PUNE-411013, MAHARASTRA, TEL : 020-26870011-14, FAX: 26872045 EMAIL:[email protected] (E) FINOLEX CABLE LTD. 26-27, MUMBAI-PUNE ROAD, PIMPRI, PUNE-411018 MAHARASTRA, CML NO. 0689571 (F) ECKO CABLES PVT LTD, C-113, PHASE-VIII, IND AREA, MOHALI, ROOPNAGAR,PUNJAB-160055 TEL: 0172-256727,256440 FAX: 256727 (G) HAVELLS INDIA LIMITED, ALWAR RAJASTHAN-301030 CML NO. 8157482 (H) PRIMECAB ( M/S RAVIN CABLE) (J) POLYCAB (K) M/S KEI INDUSTRIES LTD -D-90, OKHLA INDUSTRIAL AREA PH-I, NEW DELHI-110020 (L) CRYSTAL CABLE INDUSTRIES LTD (M) CABCOM CABLES (N) KONARK (M/S POWER CABLE IND) (O) ELEKTRON, M/s PARAGON CABLES (P) MARC CABLES (Q) RAVI CABLES (R) KALINGA CABLES (S) PLAZA CABLES (T) M/S PARAMOUNT CABLES , PARAMOUNT COMMUNICATIONS LTD C-125, NARAINA INDUSTRIAL AREA , NEW DELHI – 110028. (U) M/S GRANDLAY EECTRICALS INDIA (V) ASIAN GALAXY PVT LTD

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 235

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

3 TRANSFORMER 66/ 11 KV, 33/11 KV, 33/0.433 KV , COPPER WOUND (NOTE :ONLY TYPE TESTED TRANSFORMERS SHALL BE PROVIDED) IS-2026

(A) BHARAT HEAVY ELECTRICALS LIMITED (BHEL) BHOPAL TEL:0755 2500100 FAX:2500023,2500425 WWW.BHEL.COM (B) AREVA T&D INDIA LTD.(PREVIOUSLY AREVA ), A-21-24, SECTOR 16, NOIDA-201301(U.P.) TEL 0120-2510248/49/50FAX:2510032/07923, WWW.AREVA.COM (C) SIEMENS LIMITED, POSTAL ADDRESS :POST BOX NO 6597, WORLI, MUMBAI-400018, OFFICE ADDRESS: 130, PANDUKAR BHUDKAR MARG,WORLI, MUMBAI-400018, TEL :02224987000 FAX: 24987500 , WWW.SIEMENS.COM (D) ABB LIMITED, CORPORATE OFFICE : KHANJA BHAVAN, IIND FLOOR, EASTERN SIDE, 49 RACE COURSE ROAD, BANGALORE-TEL : (E) VOLTAMP LIMITED, MAKARPURA BARODA GUJRAT- 390014 TEL:0265 642011 642012 FAX: 646774 (F) BHARAT BIJLEE LIMITED HEAD OFFICE ELECTRIC MANSION, 6TH FLOOR, APPASAHEB MARATHE MARG, PRABHADEVI, MUMBAI 400 025 TEL. NO.: 022 - 2430 6237 / 6071 FAX NO.: 022 - 2437 0624 (G) CROMPTON GREAVES , REGD OFFICE :CG HOUSE, 6TH FLOOR, DR ANNIE BESANT ROAD , WORLI, MUMBAI-400030 TEL 022 24382211/77, 2423777, FAX: 24237788 (H) ITE GURGAON (J) ANDREW YULE

4 TRANSFORMER COPPER WOUND, 11 /0.433 KV , 500 KVA AND ABOVE CAPACITY IS-2026

(A) VOLTAMP LIMITED (B) BHARAT BIJLEE LTD (C) AREVA T&D LTD (D) CROMPTON GREAVES LTD (E) ANDREW YULE (F) URJA TECHNIQUES INDIA PVT LTD (G)INDIAN TRANSFORMERS ELECTRICALS, 38

TH KM STONE, DELHI JAIPUR HIGHWAY, BEHRAMPUR ROAD,

GURGAON-122004, TEL 911242373100/200, 09811078611, (H) SANKLA UDHYOG , A-48 MLA IIND PHASE, BASNI, JODHPUR -5 TEL 2656830, 2742605

5 TRANSFORMER 11 /0.433 KV , COPPERWOUND BELOW 500 KVA CAPACITY IS-2026

(A) M/S RAJASTHAN TRANSFORMERS AND SWITCHGEARS LTD, 306 BALRAMA, KARAMPURA NEW DELHI 110015 TEL 011 5178306, 5116212 (B) VOLTAMP LIMITED (C) M/S PATSON TRANSFORMERS. CO OPERATIVE IND ESTATE, OLD NH NO 8, BHOLAR, BHARUCH, GUJRAT-392002 TEL 02642 247430, 247576 FAX:247624 (D) POWER WARE (E) M/S PM TRANSFORMERS NOIDA (F) M/S INDO TECH TRANSFORMERS, DP 36, SIDCO IND ESTATE, THIRUMAZHIGAI, CHENNAI 602107 TEL 26811569, 26811570 WWW.INDO-TECH.COM (G) M/S TESLA TRANSFORMERS,30-B IND AREA, GOVINDPURA BHOPAL-462023 TEL : 0755-2586778, 2586328, FAX:2581865 EMAIL; [email protected] (H) SANKLA UDHYOG , A-48 MLA IIND PHASE, BASNI, JODHPUR -5 TEL 2656830, 2742605 (J) JINDAL TRANSFORMERS (K) INDIAN TRANSFORMERS ELECTRICALS, 38

TH KM STONE, DELHI JAIPUR HIGHWAY, BEHRAMPUR ROAD,

GURGAON-122004, TEL 911242373100/200, 09811078611, 09811808900 (L) RJA TECHNIQUES INDIA PVT LTD

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 236

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 6 HIGH TENSION

SWITCHGEAR 66/33/11 KV ,3 PHASE TOTALLY ENCLOSED METAL CLAD WITH GAS CIRCUIT BREAKER (SF-6 TYPE)

(A) SCHNEIDER, A-29 MOHAN COOPERATIVE IND ESTATE, MATHURA ROAD NEW DELHI -110044 (B) SOUTHERN SWITCHGEAR, POST BOX NO 114 AVADI ROAD AMBTR IND ESTATE CHENNAI (C) ANDREW-YULE (D) CROMPTON- GREAVES (E) AREVA T&D LIMITED (F) ABB LIMITED (G) SIEMENS LIMITED

7 VACUUM CIRCUIT BREAKERS(VCB) AND SF-6 CB SUITABLE FOR 36 KV/12 KV EARTHED SYSTEM IS-3422, IS-12729

(A) ABB LIMITED, CORPORATE OFFICE : KHANJA BHAVAN, IIND FLOOR, EASTERN SIDE, 49 RACE COURSE ROAD, BANGALORE-TEL : (B) AREVA T&D LIMITED (C) JYOTI LTD, NANUBHAI AMIN MARG,INDUSTRIAL AREA,P.O. CHEMICAL INDUSTRIES,VADODARA - 390 003 TEL:EPABX :- 3054631 TO 3054639 3054444 FAX :- 0265-2281871 0265-2280671 JYOTI (D) BHEL (E) SIEMENS (F) CROMPTON GREAVES (G) SCHNEIDER (H) MEGAWIN SWITCHGEAR (P) LTD, POST BOX NO. 434 ALAGAPURAM POST PERUMAL MALAI ADVIVARAM, SALEM -636004, TEL 0427-2330498, 0427-2330502 (J) ITE GURGAON

8 HIGH TENSION 11 KV ,3 PHASE AUTOMATIC SWITCH FUSE UNIT / ISOLATORS ISOLATING LINK SWITCH OIL IMMERSED TYPE , TRIPPLE POLE INDOOR/ OUTDOOR TYPE WITH/ WITHOUT AUTOMATIC TRIPPING DEVICE IS-9921/ IS-9920

(A) SCHNEIDER (B) SOUTHERN SWITCHGEAR (C) ANDREW-YULE (D) CROMPTON GREAVES (E) AREVA T&D LIMITED(F) ABB LIMITED (G) JYOTI

9 AIR BREAK SWITCH GANG OPERATED (33 KV/11KV) FOR HORINZONTAL/VERTICLE MOUNTING , MOUNTED ON 12 NOS INSULATORS OF BHEL/ JAYSHREE MAKE, COMPLETE WITH STEEL FRAME WITH OPERATING MECHANISM WORKED FROM GROUND WITH DROP OUT EXPULSION FUSES

(A) PACTIL 6, SAMARTH NAGAR, BLD NO 1 IST FLOOR, CHUNABHATTI(E) MUMBAI 400022 TEL 24055053, 65747100 FAX 24055052 (B) MYSORE ELECTRICAL INDUSTRIES (C) HEI (D) SOUTHERN SWITCHGEAR (E) MULL & CO (F) ATLAS (G) JAIPURIA BROTHERS

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 237

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

10 DIESEL ENGINE DRIVEN GENERATING SETS

Engines: KIRLOSKAR GREEN POWER, CUMMINS, MAHINDRA, EICHER, GREAVES-COTTON, ASHOK-LEYLEAND, RUSTON, TATA Alternator: KIRLOSKAR GREEN POWER IDEA, AREVA, JYOTI, STAMFORD, CROMPTON GREAVES , CONTROL & SWITCHGEAR (LEROY SOMER) Sound Proof Assembled DG Sets : KIRLOSKAR GREEN POWER, JACKSON, SUDHIR, MEERA & CO, CONTROL & SWITCHGEAR, CUMMINS INDIA, MAHINDRA

11 VOLTAGE STABILISERS AND UPS IS-9845-1994

(A) AUTOMATIC ELECTRICAL (B) VINITEC (C) VOLTAMP (D) BRENTFORD (E) PIXELS -2-DHA-5,Vigyan Nagar, Kota (Raj) (F) ITL (G) POWER WARE (M/S SAI ELECTRICALS, SAI DHAAM, VICTORIA PARK MEERUT- 250000) (H) PRAGATI ELECTROCOM PVT LTD (J) ITE GURGAON (K) VOLINA ( M/S VINTEK ELECTRONICS NEW DELHI)

12 CURRENT TRANSFORMERS AND POTENTIAL TRANSFORMERS OF 33 KV RANGE. IS-2705, IS-3156

(A) AUTOMATIC ELECTRICAL (B) PRAGATI ELECTRICALS PVT LTD R-230, TTC MIDC IND AREA, RABALE , NAVI MUMBAI, 400701 TEL 022- 27607813, 27697225 (C) LAXMI (D) JYOTI

13 CURRENT TRANSFORMERS AND POTENTIAL TRANSFORMERS OF 11 KV RANGE IS-2705, IS-3156

(A) PRAGATI (B) KAPPA ELECTRICALS 11 MOUNT ROAD, SAIDAPET , CHENNAI 600015 (C) AUTOMATIC ELECTRICAL (D) AREVA T&D LIMITED (E) LAXMI (E) JYOTI (F) CROMPTON GREAVES

14 CURRENT TRANSFORMERS (LT)

(A) AREVA T&D LIMITED (B) AUTOMATIC ELECTRICAL (C) KAPPA ELECTRICALS (D) SIEMENS (E) L&T (F) ESSMA

15 INDICATING LAMPS NEON / LED TYPE

(A) LARSEN & TUBRO (B) SIEMENS (C) BHARTIA INDUSTRIES LIMITED,(BCH) CORPORATE OFFICE: 1105, NEW DELHI HOUSE, 27 BARKHAMBA ROAD NEW DELHI,-110001 TEL:011 23316029/3610/6539 FAX:23715249 EMAIL MARKETING @ BCHINDIA. COM WWW. BCHINDIA. COM (D) CONTROLS & SWITCHGEAR CONTACTORS LTD., 222, OKHLA IND ESTATE,NEW DELHI-110020, TEL:01130887420-28,41613503, FAX:26848241,26847342 EMAIL:INFO@ CONTROLSINDIA.COM,

16 SELECTOR SWITCH/PUSH BUTTONS FOR AMMETER/ VOLTMETERIS-6875

(A) KAYCEE (B) SIEMENS (C) BCH (D) L&T

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 238

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

17 RELAY ELECTROMECHANICAL IS-3231

(A) AREVA T&D (B) L&T (C) SCHNIEDER (D) JAIPUR

18 RELAY NUMERICAL, STATICIS-3231

(A) SIEMENS (B) ABB (C) AREVA T&D (D) L&T (E) SCHNIEDER

19 AMMETER/VOLTMETER/POWER FACTOR METER/FREQUENCY METER. IS -722

(A) AUTOMATIC ELECTRICAL (B) IMP (C) MECO (D) DIGITRON (E) CONZERV

20 DIGITAL METERING WITH BUILT IN SELECTOR SWITCHES FOR VOLTMETER AMMETER, FREQUENCY METER , ENERGY, KW, POWER ANALYSER

(A) AUTOMATIC ELECTRICAL (B) HPL SOCOMEC (C) ENERCON (D) SECURE METER (E) BCH (F) L&T

21 AIR CIRCUIT BREAKER LT 600 VOLTS IS-2516

(A) L&T (B) SIEMENS (C) ABB (D) ENGLISH ELECTRIC (E) SCHNEIDER (F) CROMPTON GREAVES (G) CONTROL AND SWITCHGEAR (H) BCH (J) INDO ASIAN (K) BENTEC ELECTRICALS & ELECTRONICS PVT LTD (L) GE INDIA INDUSTRIAL PVT LTD

22 MOULDED CASE CIRCUIT BREAKER (MCCB) LT 415 VOLTS IS-13947 PART-I&II

(A) L&T (B) SIEMENS (C) ABB (D) STANDARD (E) SCHNEIDER (F) CROMPTON GREAVES (G) CONTROL AND SWITCHGEAR (H) AREVA T&D (J) HAVELL’S/ HPL (K) LEGRAND (L) ADHUNIK SWITCHGEARS (M) INDO-ASIAN (N) BENTEC ELECTRICALS & ELECTRONICS PVT LTD , NEW DELHI . (O) GE INDIA INDUSTRIAL PVT LTD

23 MICROPROCESSR BASED MOULDED CASE CIRCUIT BREAKER (MCCB) LT 415 VOLTS IS-13947 PART-I&II

(A) L&T (B) SIEMENS (C) ABB (D) SCHNEIDER (E) INDO-ASIAN

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 239

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 24 METAL OXIDE LIGHTENING

ARRESSTOR / SURGE ARRESSTOR FOR DISTRIBUTION NETWORK 5 KA OR 10 KA , 12 KV IS-3070

(A) AREVA T&D (B) OBLUM (C) BHEL (D) GEC-ELPRO (E) ATLAS

25 METAL OXIDE LIGHTENING ARRESSTOR / SURGE ARRESSTOR FOR SUBSTATIONS 5 KA OR 10 KA , 12 KV IS-3070

(A) AREVA T&D (B) OBLUM (C) BHEL (D) GEC-ELPRO (E) RASHTRIYA

26 BATTERY EQUIPMENTS (A) EXIDE (B) AMCO (C) STANDARD

27 BATTERY CHARGER (A) BCH (B) ESCORP (C) NUCLEAUS

28 HEAT SHIRNKABLE / COLD/PUSH ON CABLE JOINTS/ END TERMINATIONS/LT (EPOXY ) JOINT

(A) RAYCHEMS (B) DENSONS, (C) CCI (D) M-SEAL (E) BIRLA-3M

29 INDUCTION MOTORS (A) SIEMENS (B) CROMPTON GREAVES (C) KIRLOSKAR ELECTRIC (D) AREVA T &D (E) BHARAT BIJLEE (F) JYOTI LTD (G) MATHER & PLATT

30 STEEL TUBULAR POLES HT/LT WITH CI BASE PLATE OFF SIZES IS-2713 Part II

(A) P.S. STEEL TUBES PVT LTD (UNIT II) 27 AKUSH GANGA COMPLEX, SUPELA, BHILAI, RAIPUR, CHATTISHGARH-490023TEL 355087 FAX; 223543 CML NO 8678105 (B) INDIA ELECTRIC POLES MFG CO , PLOT NO 28 A SHED NO 143 GUT 236/2 VILL DHEKU KHALAPUR, RAIGARH MAHARASTRA. 410203 TEL;02192 325846 FAX 022-26347194 CML NO 7580685 (C) SURJIT STEEL INDUSTRIES D130 INDUSTRIAL AREA PHASE VII SAS NAGAR MOHALI, ROOPNAGAR PUNJAB TEL 253286 CML NO. 9272179 (D) FABRICO (I) (P) LTD. VILL- RITHANI MOHANPURAM, DELHI ROAD MEERUT (UP) 250103, TEL 2768941 FAX 2769806 CML NO 8299396 (E) QUALITY STEEL PRODUCTS LTD 133/1 JUHI GAYSHALA KANPUR (UP) 208014 TEL:0512 2641293 FAX 2662490 ML CNO 9500570 (F) ADVANCE STEEL TUBES LTD 45/3 IND AREA SITE 4 SAHIBABAD , GHAZIABAD (UP) 201001 TEL 4771355 CML NO 8247680 (G) RAMA STEEL TUBES LTD B-21 SITE 4 IND AREA SAHIBABAD, GHAZIABAD(UP CML NO 8707486 (H) THE NATIONAL TUBING COMPANY, 123/444, FY AREA, FAZAL GANJ, KANPUR – 208012, PH – 2236556, 2236796

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 240

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

31 PRESTRESSED CONCRETE ELECTRICAL POLES IS-1678 of 1978

(A) M/SHINDUSTAN PRESTRESSED CONCRETE - FARIDABAD (B) M/S CEMENT FABRIC INDIA-JODHPUR, (C) M/S INDIAN PCC POLES, (D) M/S CONCRETE UDYOG-JHANSI (E) M/S SANKLA UDHYOG JODHPUR (F) ANY MANUFACTURER MAKING ISI MARKED POLES WITH VALID CML NO, (G) ANY MAKES APPROVED BY MPSEB (OR ITS DISCOM) FOR WORKS IN MP, RSEB (OR ITS DISCOM) FOR WORKS IN RAJASTHAN, AND UPSEB (OR ITS DISCOM) FOR WORKS IN UP.

32 SINGLE PHASE PREVENTOR/ STARTERS/ CONTACTORS/ THERMAL OVERLOAD RELAYS

L&T, SIEMENS, ABB, BHARTIYA CUTLER HAMMER, AREVA, MDS-LEGRAND, GE(POWER CONTROL), CONTROL AND SWITCHGEAR, BCH, HAVELS/HPL, INDO-ASIAN

33 AUTOMATIC POWER FACTOR CONTROL UNITS (APFC)

L&T, GEC, ASIAN, SHAKTI, SHREEM, SIEMENS, BCH, PIXELS, POWERWARE

34 POWER FACTOR IMPROVEMENT CAPACITOR BANKS

L&T, SHREEM, SIEMENS-EPCOS, BCH, MALDE

35 ELECTRONIC /PHOTO ELECTRIC TYPE TIME SWITCH SINGLE/THREE PHASE FOR AUTOMATIC OPERATION OF STREET LIGHTS

L&T, GE LIGHTING, INDO-ASIAN, ACE-SPARKWAVE(SECUNDERABAD), HARPAL ELECTRONICS, SWADEEP NATURE SWITCH (HEALER ENTERPRISES, BHOPAL). GOLDWYN LTD

36 ALUMINIUM CONDUCTOR STEEL RIENFORCED (ACSR) IS-298

ALL-IND, ICC, BHARAT CONDUCTORS, NICCO, INDIAN ALUMINIUM CO., UJALA, KONARK (M/S POWER CABLE IND)

37 CABLE LUGS/THIMBLES/ CABLE TERMINATIONS IS-1897

DOWELLS, EVEREST, GEC, AREVA, BAJAJ, INDO-ASIAN

38 HT PANEL/HT CAPACITOR PROTECTION PANEL

(A) AREVA (B) CROMPTON GREAVES (C) HAVELLS (D) ABB (E) MCLAYERS- BHOPAL

39 LT PANEL/ FEEDER PILLAR BOX

(A) BAFNA ELECTRIC PANEL, GOLE BUILDING ROAD JALORI GATE, JODHPUR (B) ADITYA (C) SHASHI ENGG CONSTN PVT LTD JAIPUR (D) MCLAYERS- BHOPAL (E) BSPL,BHOPAL 0755-2581316, 2580562 FAX-0755- 2781726 (F) JUHI ELECTRICALS PVT LTD, BHOPAL (G) JOHN ELECTRIC CO. JODHPUR (H) DOER CONTROLS PVT LTD, BHOPAL (I) DIVYA SWITCH GEAR , JODHPUR (j) NATIONAL ENGG WORKS, NEW DELHI (k) UNIVERSAL SWITCH GEAR, NES DELHI (L) M/S PREM ASSOCIATES , KOTA (M) A.I. AUTOMATION PVT LTD, GOVINDPURA, BHOPAL (N) SHALABH (O) HYDERABAD INDUSTRIES LTD (P) ALSTONE (Q) ITE GURGAON

NOTE FOR ITEM No 38 & 39 :- (A) The above makes are subject to their possessing CPRI test report for equivalent rating. (B) The accessories shall be of makes given elsewhere in respective items.

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 241

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

40 HT/LT INSULATORS (DISK/PIN/ SHACKELE/ LOOP/STRINGS ETC TYPES )

BHEL, JAYSHREE, AREVA, ABB, PACTIL, SOUTHERN INSULATORS, MADRAS-PLCELAIN

41 DOL / STAR-DELTA / SYNCHRONOUS STARTERS AND CONTACTORS AND ON-LOAD/OFF LOAD CHANGE OVER SWITCHES

BHARTIAY CUTLER HAMMER, HAVELLS/HPL , SIEMENS, CONTROL AND SWITCHGEAR, CROMPTION GREAVES, L&T, ABB, GE (POWER CONTROL), AREVA, INDO-ASIAN

42 ELECTRONIC DIGITAL MOTOR PROTECTION RELAYS

CONTROL AND SWITCHGEAR, GE , L&T, BCH, HPL

43 UPS SYSTEMS CONTROL AND SWITCHGEAR, GE , L&T, BCH, HPL

44 DOUBLE WALL CORRUGATED HIGH DENSITY POLYETHENE PIPES FOR PROTECTION OF CABLES IS-14930 (Part I &II)

(A) REX POLYEXTRUSIONS LTD PLOT NO. H-5/2 MIDC KUPWAD SANGLI MAHARSTRA-41436 CML NO. 7479797 (B) DURALINE INDIA PVT LTD, PLOT NO. 24 VERNA ELECTRONICS CITY, PHASE-IIA, VERNA, SALCETE, GOA-403722 CML NO. 7643582 & PLOT NO. 19-22 PHASE-III A, SANCOALE IND ESTATE, ZUARINAGAR GOA 403726 (C) AVADH POLYTUBES (P) LTD KANPUR, G-11 JAINPUR IND AREA, KANPUR DEHAT (UP) CML NO. 9455288

45 BUS BAR TRUNKING SYSTEMS/ PLUG-IN BOXES/ TAP OFF SWITCHES.

GE, LEGRAND, SLCHEIDER, CONTROL & SWITCHGEAR, L&T

46 STREET LIGHT FITTINGS, POST TOP LANTERNS, BOLLARDS, FAÇADE LIGHT LUMINAIRES

BAJA, PHILIPS, CROMPTON, SURYA ROSHANI, WIPRO, HALONIX LTD, GOLDWYN LTD

47 HIGH MAST TOWERS AND LUMINAIRES

BAJAJ, PHILIPS, CROMPTION

48 EARTH ELECTRODE M/S KAPILANSH, ASHLOK, JMV

(ii) INTERNAL ELECTRIFICATION ITEMS 1 CABLE PVC INSULATED /FLAME

RETARDENT LOW SMOKE(FRLS) PVC INSULATED/ HEAT RESISTANT PVC INSULATED, 1100 VOLT GRADE, COPPER CONDUCTOR SHEATHED /UNSHEATHED SINGLE CORE MULTISTRAND FOR HOUSE WIRING IS-696

FINOLEX, ECKO, STANDARD, NICCO, RPG, L&T, ANCHOR, POLYCAB, HAVELLS, BRITE, PLAZA,RAVIN,HPL, KONARK (M/S POWER CABLE IND), INDO-ASIAN, KALINGA, SHALABH , BENTEC ELECTRICALS & ELECTRONICS PVT LTD , NEW DELHI , KEI INDUSTRIES LTD, GRANDLAY ELECTRICALS INDIA, ASIAN GALAXY PVT LTD

2 ELECTRONIC ENERGY METERS TAMPER PROOF

L&T, HPL, AREVA, SECURE METERS, JAIPUR METERS, LEGRAND, INDO-ASIAN, BENTEC KOLKATA.

3 SWITCH FUSE, FUSE, SWITCHES, CHANGE OVER SWITCHES, CONTACTORS

AREVA, CROMPTON GREAVES, HAVELLS/ HPL, BHARTIYA CUTLER HAMMER, L&T, SCHNIDER, ANCHOR, SIEMENS, STANDARD, CONTROL AND SWITCHGEAR, BRITE’ INDO-ASIAN, SHALABH, GE INDIA INDUSTRIAL PVT LTD, NEW DELHI

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 242

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 4 DISTRIBUTION BOARDS FOR MCBS,

MCB PLUG AND SOCKETS,ISOLATORS AND MCBS SP/DP/TPN/4 PLOE,EARTH LEAKAGE CIRCUIT BREAKERS(ELCBS)/ RESIDUAL CURRENT CIRCUIT BREAKERS(RCCB)/ RCBO IS-13032/IS-8864

LEGRAND, INDO-ASIAN, SCHNEIDER, HAVELLS, HPL, CROMPTON GREAVES, MERLIN-GERRIN, CONTROL AND SWITCHGEAR, L&T, ANCHOR, ABB, STANDARD, BRITE (M/S SHALABH SWITCH GEAR (INDIA), ADHUNIK SWITCHGEARS, BENTEC INDIA PVT LTD, GE INDIA INDUSTRIAL PVT LTD, NEW DELHI GE INDIA INDUSTRIAL PVT LTD , NEW DELHI (NOTE : ISOLATORS, MCBS, ELCB/RCCB AND DBS TO BE OF SAME MAKE AS FAR AS POSSIBLE)

5 FLOURSCENT TUBE LIGHT LUMINAIRES/ T5 LUMINAIRES / CFL FITTINGS

PHILLIPS, WIPRO, BAJAJ, CROMPTON, SURYA ROSHNI, INDO-ASIAN, HALONIX LTD

6 FLOURSCENT LAMPS LIGHT SOURCE/ T5 LAMPS LIGHT SOURCE/ CFL LAMPS

PHILLIPS, OSRAM, WIPRO, BAJAJ, CROMPTON, SURYA, INDO-ASIAN, HPL

7 LED LIGHT FITTINGS AND LIGHT SOURCES

OSRAM, PHILLIPS, WIPRO, BAJAJ, CROMPTON, HALONIX LTD, INSTAPOWER LTD, TURNPOINT TECHNOLOGIES, SYSKA LED

7A LED TUBE LIGHT, LED BULB AND LED PANEL LIGHT

OSRAM, PHILLIPS, WIPRO, BAJAJ, CROMPTON, HALONIX LTD, INSTAPOWER LTD, M/S LUKER ELECTRIC TECHNOLOGIES PVT LTD, SYSKA LED

8 CEILING FANS AND FAN REGULATORS

BAJAJ, CROMPTON, KHAITAN, ORIENT, GEC

9 EXHAUST FANS, WALL MOUNTED FANS, AIR CIRCULATORS, PEDASTAL FANS

PHILIPS, CROMPTON, KHAITAN, BAJAJ, ALMONARD, ANCHOR

10 INCREASED SAFETY/ TOTALLY ENCLOSED/ FLAME PROOF LIGHT FITTINGS, ROTARY SWITCHES, LT SWITCHGEAR, EXHAUST/CEILING FANS, AIR CIRCULATORS ETC

BALIGA, SUDHIR SWITCHGEAR, FLEXPRO, BAJAJ, CROMPTON, PHILLIPS, SHYAAM SWITCHGEARS PVT LTD 36 SUMTINATH INDUSTRIAL ESTATE, 2ND FLOOR BEHAND INORBIT MALL OFF LINK ROAD MALAAD (W) MUMBAI-400064

11 ELECTRICAL ACCESSORIES, i.e PIANO TYPE SWITCHES, SOCKET OUTLETS, SWITCH SOCKET COMBINATIONS, CEILING ROSE, CALL BELLS, BUZZERS, LAMP HOLDRERS, ETC. SWITCHES( IS-3584-1966) CEILING ROSE (IS-371 -1979), SOCKET OUTLETS (IS-1293)

ANCHOR, FINE, CONA, ELLORA, LEADER, KINJAL, KAY, SAINICO, SSK, LICA, FINOLEX, SHYAAM SWITCHGEARS PVT LTD

12 MODULAR ELECTRICAL ACCESSORIES, i.e PIANO TYPE SWITCHES, SOCKET OUTLETS, SWITCH SOCKET COMBINATIONS, CEILING ROSE, CALL BELLS, BUZZERS, LAMP HOLDRERS, FAN REGULATORS ETC

ANCHOR, CRABTREE, NORTHWEST, LEGRAND-MOSIAC, M/S TOYAMA ELECTRIC LTD, 338(A2), KIADB, INDUSTRIAL ESTATE HOSKOTE BANGALORE-562114 FINOLEX, L&T, ABB, INDO-ASIAN

13 FLEXIBLE CORD TWISTED WITH COPPER CONDUCTOR IS-9968

PARAGON, PARAFLEX, PLAZA, KALINGA, ANCHOR, HPL, EMGEE CABLES, BRITE, KONARK

14 NON METTALLIC RIGID PVC CONDUIT IS-2509

FINOLEX, ANCHOR, LEGRAND-MDS, NEW INDIA CONDUITS PVT LTD, CAP PLASTIC TUBES PVT LTD, R K ELECTRICALS, SHREENATH, PRECISION, POLYCAB

15 ERW STEEL CONDUITS IS-9537 (PART III)

KALINGA, ASIAN, JINDAL, VIRAJ INDUSTRIES, ANY ISI MARKED WITH VALID CML NO.

16 CASING CAPPING AND ACCESSORIES

PRECISION, PRESTO PLAST, MODI, POLYCAB ANY ISI MARKED WITH VALID CML NO

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 243

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

(iii) EXTERNAL WATER SUPPLY ITEMS

1 BLEACHING DOZER 2 BIB COCK/STOP COCK VALVES

ISI MARKED, L&K-ELITE, SIECO, MARC, PARCO, DRIPLESS, LEADER, GEM, JINDAL, JAQUAR, SOMA, PRAYAG, VARDHMAN, SHAKTI, PRIMA, M/S STATUS SANITECH (P) LTD (PLAYER), JAINKO (VARDHMAN ENTERPRISES), M/S PLASTOCRAFT SANITARY (I) PVT LTD (KINGSTON)

3 CHLORONOME PLANTS PEARL-FILTER, PATTERSON, AQUA, CANDY-FILTER, AVON, BANA CO. NAGPUR CHEMICALS

4 ELECTRO CHLORINATOR (A) M/S HES WATER ENGINEERS (INDIA) PVT LTD, K-27 , FIVE STAR INDUATRIAL ZONE MIDC, BUTIBORI, NAGPUR – 441122, NOBLE ECO SYSTEMS, 6 GURUSWAMY NAGAR, EXT 73 CHENNAI (B) M/S NOBLE ECO SYSTEM, CHENNAI

5 WATER DISINFECTANT TABLETS M/S BM AQUATECH PVT LTD,

6 CI PIPES (A) CENTRIFUGALLY CAST IS-1536/1976

ELECTRO-STEEL, KALINGA,, NECO ( M/S JAYASWAL NECO INDUSTRIES LTD, F-8, MIDC INDUSTRIAL AREA, HINGANA ROAD, NAGPUR) KAPILANSH (M/S KAPILANSH, 112, HANDLOOM MARKET, GANDHIBAGH, NAGPUR-440 002)

(B) VERTICALLY/ HORIZONTALLY CAST IS-1537/1976, IS 7181

IISCO, ELECTRO-STEEL, KESORAM, KALINGA, KEJRIWAL M/S TRU-FORM ENGINEERS 118, HANDLOOM MARKET, GANDHIBAGH, NAGPUR -440002 PH-0712-6462720

7 CI PIPES FITTINGS ELECTRO-STEEL, KAPILANSH, KEJRIWAL, NECO, SKF

8 GI PIPES IS-1239/Pt-I TATA, SWASTIK, JINDAL, PRAKASH, ZENITH,BST, SURYA,

9 GI PIPES COLLARED END,MADE FROM COLD ROLLED STEEL IS-11722

NIDHI, PREMIER, ANY ISI MARKED WITH VALID CML NO

10 MS PIPES IS-1239/1982 TATA, SWASTIK, ZENITH, BST, JINDAL

11 HDPE PIPES ISI MARKED SINTEX, FINOLEX, PRINCE, RELIANCE INDUSTRIES, KISAN

12 CPVC PLUMBING PIPES AND FITTINGS (a) M/S AASHIRWAD (b) M/S ASTRAL (c) M/S DINESH IRRIGATIONS PVT LTD JAIPUR (d) M/S AJAY FLOWGUARD, AJAY INDUSTRIAL CORPORATION, 54-56, OKHALA INDUSTRIAL ESTATE, PH-II NEW DELHI-20

12A UPVC PLUMBING PIPES AND FITTINGS / PPR PIPES AND FITTINGS

(a) PRAYAG (b) M/S SAROVARAM INDUSTRIES LLP, 2161/T6, LAL RATAN BUILDING, BASEMENT, WEST PATEL NAGAR, NEAR SATYAM CINEMA, NEW DELHI. (c) AKG, M/S AKG EXTRUSIONS PVT LTD NOIDA (d) VECTUS INDUSTRIES LTD (e) SFMC, M/S SAVOIR FAIRE MANUFACTURING CO PVT LTD (FOR PPR PIPES & FITTINGS)

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 244

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

13 DI PIPES (IS 8329 :2000) (A) LANCO INDUSTRIES LIMITED, RACHAGUNNERI, VILL SRIKALAHAST MANDAL, RACHAGUNNERI, CHITTOR ANDHRA PRADESH, -517641 TEL : 08578 287650, 51,52,53 FAX:287657 EMAIL : [email protected] CML NO. 624564 (B) JINDAL SAW LIMITED, SAMGHOGHA, MANDVI PARAGPUR ROAD, MUNDRA TALUKA, KACHCHH, GUJRAT, 370415, TEL 02838 240755 FAX 240788 CML NO. 7549085 (C) ELECTROTHERM (INDIA) LTD SURVEY NO 325, NH NO 8A, 310 KM STONE, VILL SAMAKHIYALI, TALUKA : BHACHAU, KACHCHH GUJRAT 370140 TEL 02837 283329 FAX: 02837 283329 EMAIL : STEEL@ ELECTROTHERM.COM CM NO. 7622574 (D) ELECTROSTEEL CASTINGS LTD. 30 B T ROAD, KHARDAH, PO SUKCHAR, 24 PARAGANA (N) W.B. CML NO. 5037452 (E) TATA METALIKS, KUBOTA PIPES LIMITED, 6/1A, MIDDILTON STREET ( 1ST FLOOR), KOLKATA-700071, TEL NO. 91-33-64591384/85(O), FAX-91-33-22820781/22884372 (F) M/S AARKO PIPE GRAM UDYOG, HOSHIYARPUR ROAD, VILLAGE DHADHA, PO HAZARA, DIST JALANDHAR PUNJAB

14 DI FITTINGS /RUBBER GASKET (IS 9523-1980)

(A) LANCO INDUSTRIES LIMITED, RACHAGUNNERI, VILL SRIKALAHAST MANDAL, RACHAGUNNERI, CHITTOR ANDHRA PRADESH, -517641 TEL : 08578 287650, 51,52,53 FAX:287657 EMAIL : [email protected] CML NO. 624564 (B) JINDAL SAW LIMITED, SAMGHOGHA, MANDVI PARAGPUR ROAD, MUNDRA TALUKA, KACHCHH, GUJRAT, 370415, TEL 02838 240755 FAX 240788 CML NO. 7549085 (C) ELECTROTHERM (INDIA) LTD SURVEY NO 325, NH NO 8A, 310 KM STONE, VILL SAMAKHIYALI, TALUKA : BHACHAU, KACHCHH GUJRAT 370140 TEL 02837 283329 FAX: 02837 283329 EMAIL : STEEL@ ELECTROTHERM.COM CM NO. 7622574 (D) ELECTROSTEEL CASTINGS LTD. 30 B T ROAD, KHARDAH, PO SUKCHAR, 24 PARAGANA (N) W.B. CML NO. 5037452 (E) TATA METALIKS, KUBOTA PIPES LIMITED, 6/1A, MIDDILTON STREET ( 1ST FLOOR), KOLKATA-700071, TEL NO. 91-33-64591384/85(O),FAX-91-33-22820781/22884372 (F) KEJRIWAL (G) UPADHAYA (H) LNT (J) M/S AARKO PIPE GRAM UDYOG, HOSHIYARPUR ROAD, VILLAGE DHADHA, PO HAZARA, DIST JALANDHAR PUNJAB

15 PUMPS & MOTORS (A) CENTRIFUGALLY

CAST IS-1520 OF 1972

KIRLOSKAR, JYOTI, CROMPTON GREAVES, BEACON, KSB, BE, MATHER & PLATT ( MOTORS AND PUMPS SHALL BE OF SAME MAKE AS FAR AS POSSIBLE)

(B) SUBMERSIBLE PUMPS IS-8034

KIRLOSKAR, JYOTI, CALAMA, KSB, WASP, MODI-ATLANTA, KISHOR, BAJAJ, MATHER & PLATT, SHAKTI

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 245

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

(C) VERTICAL TURBINE PUMPS IS-1710 OF 1973

KIRLOSKAR, KSB, WASP, MODI-ATLANTA, JOHNSTON, WORTHINGTON, MATHER & PLATT, JYOTI

(D) NON-CLOG SEWAGE SUBMERCIBLE PUMPS

KSB, KISHOR, KIRLOSKAR, MATHER & PLATT

(E) PUMPS FOR FIRE FIGHTING APPLICATIONS

PUMPS:- KIRLOSKAR, MATHER AND PLATT, CROMPTON MOTOR : ABB, CROMPTON, AREVA, BHARAT BIJLEE, SIEMENS, KIRLOSKAR

16 VALVES

(A) AIR RELEASE VALVES BIR, VENUS, KIRLOSKAR, LEADER, SANT, NORMAX, AUDCO, L&T, UPADHYA, KEJRIWAL

(B) FOOT VALVES IS-4038 OF 1979

VENUS, KIRLOSKAR, LEADER, SANT , NORMAX, VARUN, VENUS, AUDCO, L&T, UPADHYA, KEJRIWAL, M/S AARKO PIPE GRAM UDYOG, HOSHIYARPUR ROAD, VILLAGE DHADHA, PO HAZARA, DIST JALANDHAR PUNJAB

(C) REFLUX VALVES IS-5312 OF 1969

KIRLOSKAR, LEADER, SANT , NORMAX, VARUN, VENUS, AUDCO, L&T, UPADHYA, KEJRIWAL, M/S AARKO PIPE GRAM UDYOG, HOSHIYARPUR ROAD, VILLAGE DHADHA, PO HAZARA, DIST JALANDHAR PUNJAB

(D) SLUICE VALVES IS-780, PN 1.6, IS-2906

VENUS, KIRLOSKAR, LEADER, SANT, AUDCO, L&T, UPADHYA, KEJRIWAL, M/S AARKO PIPE GRAM UDYOG, HOSHIYARPUR ROAD, VILLAGE DHADHA, PO HAZARA, DIST JALANDHAR PUNJAB

(E) BUTTERFLY VALVES/ DISC VALVES

AUDCO, L&T, SIR, ANDREW, CASTLERS, NORMAX KIRLOSKAR, M/S AARKO PIPE GRAM UDYOG, HOSHIYARPUR ROAD, VILLAGE DHADHA, PO HAZARA, DIST JALANDHAR PUNJAB

(F) GUN METAL LANDING VALVES, BRANCH PIPES, HYDRANT OUTLETS , FIRE BRIGADE CONNECTIONS ETC FOR FIRE FIGHTING APPLICATIONS

NEWAGE, VIJAY, MINIMAX, GETEC ,BIR, KIRLOSKAR

(G) GATE VALVE KIRLOSKAR/SANT/RAMCO/LEADER

17 FERRULES CAPSTAN, DASHMESH, KIRLOSKAR

18 WATER METERS CAPSTAN , DASHMESH

19 PRESSURE GUAGES FIEBAG, GURU

20 PRESSURE SWITCHES FOR AUTOMATIC OPERATION OF PUMPS

INDFOSS, DANFOSS, SWITZER

21 MICRO PROCESSOR BASED LEVEL MONITOR AND CONTROLLER FOR WATER SUPPLY SYSTEM

ADITYA, RDS

(iv) INTERNAL WATER SUPPLY ITEMS

1 GI PIPES IS-1239/Pt-I AS SPECIFIED IN EXTERNAL WATER SUPPLY

2 BIB COCKS, STOP VALVES (IS-781/1984) PILLAR TAPS, SURGICAL WATER MIXERS, SHOWER ROSE ETC

SIECO, MARC, PARCO, DRIPLESS, LEADER, GEM, JINDAL, JAQUAR, SOMA, PRAYAG, VARDHMAN, SHAKTI, PRIMA,PARYWARE, M/S PLASTOCRAFT SANITARY (I) PVT LTD (KINGSTON), M/S STATUS SANITECH (P) LTD (PLAYER), CORONET, JAINKO (VARDHMAN ENTERPRISES)

3 WALL MIXER UNITS ETC GEM, PARKO, JAQUAR, MARC, PRAYAG, JAQUAR,PARYWARE

4 CPVC PIPES & FITTINGS AS SPECIFIED IN EXTERNAL WATER SUPPLY

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 246

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

5 GEYSER (A) BAJAJ (B) RACOLD (C) USHA (D) PEARL (E) MADHUBAN (F) BHARAT (G) VENUS

(v) MISCELLANEOUS ITEMS

1 WINDOW/ SPLIT/ DUCTABLE SPILT TYPE AIR CONDITIONERS IS: 1391(PT I&II):1992

CARRIER, BLUE STAR, VOLTAS, USHA-DAIKIN, HITACHI, LG, SAMSUNG

2 PACKAGE TYPE ACS IS 8148 :1991

CARRIER, BLUE STAR, VOLTAS, USHA-DAIKIN, FEEDERS LLYOD

3 OPEN TYPE COMPRESSORS

KIRLOSKAR, ACCEL, VOLTAS, CARRIER, BLUE STAR

4 COMPERSSOR DRIVE MOTORS

SIEMENS, CROMPTON , BHARAT BIJLEE, KIRLOSKAR

5 MONOBLOCK PUMPS KIRLOSKAR, JYOTI, BEACON, CG 6 AIR HANDLING UNITS CARRIER, BLUE STAR, VOLTAS,

7 COOLING TOWERS PAHARPUR, MIHIR, DELTA

8 INSULATION LLYODS, UP-TWIGA, OWNES-CROWNING

9 DUCTING SAIL, TATA, JINDAL, BHUSHAN

10 CURTAINS (A) ALMONARD (B) AIRCON (C) CROMPTON GREAVES (D) SNEHA VERDHAN (E) FILTROX (F) TECHNOCRAT (G) NATIONAL (H) CARRIER (J) VOLTAS

11 OPTICAL / IONISATION/ RATE -OF-RISE-CUM-FIXED TEMPERATURES TYPE SMOKE/HEAT DTEECTOR FOR FIRE FIGHTING APPLICATIONS

APOLLO, SYSTEM-SENSOR, EDWARD, PHILLIPS, WORDMALD, FENWEL

12 MANUAL CALL BOXES, HOOTERS, REMOTE RESPONSE INDICATORS FOR FIRE FIGHTING APPLICATIONS

AGNI, ASE, VIJAY, PCD SENSORS

13 FIRE PANEL MATHER & PLATT/MELTRON, STEELAGE INDUSTRIES (MINIMAX), VIJAY, SAFEWAY SECURITY SYSTEMS

14 PA SYSTEMS PHILLIPS, AHUJA, MOTWANI, AKG

15 HOOTERS AHUJA, AGNI, PHILLIPS, MOTWANI, VAISHNOI

16 HOSE REELS ISI MARK HAVING VALID CML NO

17 HOSE PIPE ISI MARK HAVING VALID CML NO

18 FIRE EXTINGUISHERS ISI MARK HAVING VALID CML NO

CA NO: CEBZ/GWL /TOKEN/11 OF 2018-19 Serial Page No. 247

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

19 SOLAR WATER HEATING SYSTEMS

BHEL, TATA-BP SOLAR SYSTEMS, BEST AND CROMPTON NOVEL ENERGY(P) LTD, (NEW DELHI), SOLAUTOMATIC ELECTRICAL EQUIPMERNT MANUFACTURING CO.(NOIDA), SOLCHROME SYSTEMS INDIA LTD(PARWANOO-HIMACHAL), SURYA JYOTI DEVICES INDIA LTD (ROPAR-PUNJAB),DIGIFLIC CONTROLS (INDIA) PVT LTD, BANGLORE

20 MICRO PROCESSOR RELAY FOR APFC PANEL

(A) EPCOS (SIEMENS) ( B) CE (C) L &T

21 LIGHTENING ARRESTERS

(a) ELPRO (b) ALSTONE (c) BHEL (d) RASHTRIYA

22 SEWAGE TREATMENT PLANT

(a) ION EXCHANGE INDIA LTD (b) HYDRO PARYAVARAN (INDIA) PVT LTD (c) FONTUS WATER PVT LTD (d) NITASHA CONSTRUCTION (e) THERMAX LTD (f) SIMA LABS PVT LTD (g) INDWA TECH PVT LTD

APPENDIX ‘C’