CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call - EQMagPro

342
CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 1 CONTD …… MILITARY ENGINEER SERVICES CHIEF ENGINEER BAREILLY ZONE NAME OF WORK: - PROVISION OF 2 MW SOLAR ENERGY PROJECT AT MEERUT UNDER GE (U) E/M MEERUT CONTENTS Sl. No. PARTICULARS PAGES FROM TO 1. Index Sheet. 01 2. Forwarding Letter 02 To 03 3. Instructions to Tenderers 04 To 06 4. Notice of Tender IAFW-2162 including Appendix „A‟ to Notice of Tender alongwith errata / amendment thereof 07 To 5. Lump sum tender and Contract for Works required IAFW- 2159 (Revised 1947) To 6. * General Conditions of Contracts IAFW-2249 (1989-Print) To 7. * Errata and Amendments to General Conditions of Contracts IAFW-2249 (1989-Print) To 8. * Schedule of Minimum Wages 9. Special Conditions To 10. Particular Specifications including Appendix „A‟, Annexure-I to IV to Particular Specifications and List of Drawings To 11. Errata / Amendments to Tender Documents To 12. Relevant Correspondence To 13. Acceptance Letter. To Total Nos. of pages Drawings : Sheets * These documents are not attached with tender documents and can be seen in the office of CEBZ BAREILLY, CWE MEERUT and GE (U) E/M MEERUT during working hours. (Signature of Contractor) AD/DD (Contracts) Dated…………………………. For Accepting Officer

Transcript of CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call - EQMagPro

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 1

CONTD ……

MILITARY ENGINEER SERVICES CHIEF ENGINEER BAREILLY ZONE

NAME OF WORK: - PROVISION OF 2 MW SOLAR ENERGY PROJECT AT MEERUT UNDER GE (U) E/M MEERUT

CONTENTS

Sl. No.

PARTICULARS PAGES FROM TO

1. Index Sheet. 01

2. Forwarding Letter 02 To 03

3. Instructions to Tenderers 04 To 06

4. Notice of Tender IAFW-2162 including Appendix „A‟ to Notice of Tender alongwith errata / amendment thereof

07 To

5. Lump sum tender and Contract for Works required IAFW-

2159 (Revised 1947) To

6. * General Conditions of Contracts IAFW-2249 (1989-Print) To

7. * Errata and Amendments to General Conditions of Contracts IAFW-2249 (1989-Print)

To

8. * Schedule of Minimum Wages

9. Special Conditions To

10. Particular Specifications including Appendix „A‟, Annexure-I to IV to Particular Specifications and List of Drawings

To

11. Errata / Amendments to Tender Documents To

12. Relevant Correspondence To

13. Acceptance Letter. To

Total Nos. of pages

Drawings : Sheets * These documents are not attached with tender documents and can be seen in the office of CEBZ BAREILLY, CWE MEERUT and GE (U) E/M MEERUT during working hours.

(Signature of Contractor) AD/DD (Contracts) Dated…………………………. For Accepting Officer

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 2

CONTD ……

BY REGISTERED POST

Tele Mil : 6055 Headquarters Chief Engineer Bareilly Zone

Military Engineer Services Sarvatra Bhawan, Station Road

Bareilly Cantt Bareilly -243001

884284 / 204 / E-8 22 Jan 2018 Shri / M/S ………………………………………...

………………………………………………………..

………………………………………………………..

TENDER FOR PROVISION OF 2 MW SOLAR ENERGY PROJECT AT MEERUT

UNDER GE (U) E/M MEERUT

Dear Sir (s),

1. Tender documents in respect of above work are uploaded on the site www.defproc.gov.in. The tender is on single stage two cover e-tendering system. The contents of Cover 1 & Cover II are specified in NOTICE OF TENDER. 2. Bids will be received online by ACCEPTING OFFICER (Chief Engineer, Bareilly Zone, Bareilly) up to the date and time mentioned in the NIT. No tender/bid will be received in physical form and any tender/bid received in such manner will be treated as non bonafide tender/bid. 3. Bid will be opened on due date and time fixed for opening in the presence of tenderers/bidders or their authorized representatives, who have uploaded their quotation bid and who wish to be present at the time of opening the bids. 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your points on tender documents and/or depute your technical representative for discussion on tender/drawings and to clarify doubts, if any, on or before _____ 2018. You are requested not to write piece meal points and forward your points duly consolidated before due date ie _____ 2018. 5. Un-enlisted contractors are required to submit the scanned copies (in pdf file) of documents required as per eligibility criteria mentioned in instructions for filling the tender documents and Appendix „A‟ to NIT alongwith EARNEST MONEY DEPOSIT (EMD) and tender fee on e-procurement portal and submit the physical documents in the office of Chief Engineer Bareilly Zone, Bareilly 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) Contractors 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 and time fixed for this purpose. In case of failure to abide by any of these two requirements, the finance bid will not be opened.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 3

CONTD ……

(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 MES for calculation of “EARNEST MONEY” enhanced by 25% subject to maximum of Rs 18,75,000.00 (Rupees eighteen lakh 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 e-procurement portal and submit physical documents in the office of Chief Engineer Bareilly Zone, Bareilly before date and 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 documents 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. 12. (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 (NIT) and shall ensure receipt of hard copy of EMD in the office of Chief Engineer, Bareilly Zone, Bareilly before date and time fixed for this purpose. In case of failure to abide by any of these two 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 MES for calculation of “EARNEST MONEY” enhanced by 25% subject to maximum of Rs 1875000.00 (Rupees eighteen lakh seventy five thousand only).

13. The work lies in UNRESTRICTED AREA.

14. This letter alongwith „Instructions to tenderers‟ shall form part of tender documents.

15. Your attention is invited to „Instruction to tenderers‟ attached herewith for strict compliance.

Yours faithfully, ______________________________ AD/DD (Contracts) SIGNATURE OF CONTRACTOR for Accepting Officer DATED : _____________________

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 4

CONTD ……

INSTRUCTIONS TO THE TENDERER (S) (INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS

TO BE COMPLIED WITH BY THE TENDERER (S))

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, alongwith their tender/bid :-

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

(b) Receipted Treasury challan, the amount being credited to the Revenue Deposit in favour of Garrison Engineer.

Note :- Earnest Money in the form of Cheque/Bank Guarantee etc. will not be accepted.

NON-SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) (SCANNED COPY ALONGWITH TECHNICAL BID & HARDCOPY BEFORE THE DATE AND 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 GCC (IAFW-2249)). 3. CONTRACTORS ENLISTED WITH CHIEF ENGINEER CENTRAL 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 IAFW-2249). 4. CONTRACTOR(S) ENLISTED IN MES FORMATIONS OTHER THAN CE CENTRAL COMMAND

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

Central Command and who have deposited standing security and have executed standing security bond may tender/bid without depositing earnest money with the tender/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. 5. GENERAL INSTRUCTIONS FOR COMPLIANCE 5.1. The bids received only in the electronic form will be considered. All bids shall be submitted on „eprocuremes.gov.in‟ portal. Documents should be scanned and forwarded in „pdf‟ form and „xls‟ form as indicated.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 5

CONTD ……

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS

TO BE COMPLIED WITH BY THE TENDERER(S) (Contd…) 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 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 or the firm or the company as the case may be, in all matters pertaining to the contract including the Arbitration Clause. 5.7 Even in case of firms or companies which have already given Power of Attorney to an individual authorizing him to sign tender and in pursuance of which tenders/bids are being uploaded by such person as a routine, fresh Power of Attorney duly executed in his favour stating specifically that the said person has authority to bind such partners of the Firm, or the Company as the case may be, including the condition relating to Arbitration Clause, should be uploaded in „pdf‟ form with the tender/bid; unless such authority has already been given to him by the Firm or the Company. It shall be ensured that power of attorney shall be executed in accordance with the constitution of the company as laid down in its Memorandum & Article of Association. 5.8 Hard copies of all above documents should be sent by the contractor to the Tender issuing authority well in advance to be received before the date & time fixed for the same. 5.9 Bid (Cover 1 & 2) shall be uploaded online well in time. 5.10 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty. Attention is also drawn to special condition 3 referred hereinafter and also conditions 24 & 25 of IAFW- 2249 (General Conditions of Contract). 5.11 Tenderers/bidders who uploaded their priced tenders/bids and are desirous of being present at the time of opening of the tenders/bids, may do so at the appointed time.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 6

CONTD ……

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE TENDERER(S) (Contd…)

5.12 The tenderer/bidder shall quote his rate on the BOQ file only. The amount shall be filled against the items in green column provided to quote the rates only and schedule of credit if any shall be deducted manually at the time of acceptance of tender. 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 eprocuremes.gov.in site only before the bid closing time and date.

5.14 Site visit by the contractor before quoting the tender is compulsory. The department, in this regard, will entertain no claim subsequently.

5.15 Uploading of documents related to Provident Fund Code number and Service Tax number is essential for eligibility of quoting of bids, failing which the bid shall not be opened.

6. REVOKATION/REVISION OF OFFER UPWARD/OFFERING VOLUNTARY REDUCTION, AFTER OPENING OF FINANCIAL BIDS BY LOWEST BIDDER

In the event of lowest tenderer/bidder revoking his offer or revising his rates upward/offering voluntary reduction, after closing bid submission date and 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, failing which the amount shall be recovered from payment due to such Contractor or shall be adjusted from his Standing Security Deposit. In addition, such tenderer and his related firm shall not be issued the tender in second call or subsequent calls. Issue of further tenders to such tenderer shall also remain suspended till the aforesaid Earnest Money is deposited in the Govt. Treasury. Reduction offered by the tenderer/bidder on the freak high rates referred for review shall not be treated as voluntary reduction.

7. CPM (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 the 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 wilt all the errata/amendments / corrigendum, if any, issued by the department.

8. These instructions shall form part of the contract documents and shall be signed and returned alongwith the tender documents. ___________________________ AD/DD (Contracts) SIGNATURE OF CONTRACTOR for Accepting Officer DATED : _____________________

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 7

CONTD ……

MILITARY ENGINEER SERVICES

NOTICE OF TENDER

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 even. 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 lodged 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 alongwith the tender/bid and if the tender /bid submitted by such a tenderer/bidder is accepted, the contractor will be required to lodged with the Controller of Defence Account concerned the amount of „Individual security deposit‟ within the 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 firm 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 Chief Engineer, Bareilly Zone, Bareilly-243001 will be the Accepting Officer hereinafter referred to as such for the purpose of this 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 tender/bid on e-tendering portal. DD is refundable if 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 eprocuresmes.gov.in / eprocure.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-1 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 Nationalized Bank / Scheduled Bank/or in receipted treasury challan, the amount being credited to the revenue deposit of the concerned GE (see Appendix 'A').

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 8

CONTD ……

NOTICE OF TENDER (Contd…)

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/tender without depositing earnest money alongwith the tender, but if the Accepting Officer accepts the tender/bid, the contractor will be required to lodged with the Controller of Defence Account concerned the amount of „Individual security deposit‟ within the 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 the 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 receipt of his notification of acceptance of his tender/bid, failing which this sum will be recovered from 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 receipt by him of notification of acceptance of tender/bid, the amount of additional security deposit shall be recovered from such payment.

6.5. 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.

6.7. Copies of the drawings and other documents pertaining to the work signed for the purpose of identification by the Accepting Officer or his accredited representative, 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 office 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 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 heaving bearing on the execution of the work.

10. Tenderers/bidders must be in possession of copy of MES Standard Schedule of Rates Part I-2009 & Part II-2010 including errata/ amendments 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 financial bid of any applicant/bidder. „T‟ bid validation shall be decided by the Accepting Officer based

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 9

CONTD ……

NOTICE OF TENDER (Contd…) on, inter alia, capability of the firm as per criteria given in Appendix „A‟ to this NIT. The applicant contractor/bidder will be informed regarding non-validation of his „T‟ bid assigning reasons thereof through the defproc.gov.in website. The applicant contractor/bidder if he so desires may appeal to the next higher Engineer authority viz Chief Engineer, Central Command Lucknow on email id ceengrll-

[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 the tender submitted by a Public Undertaking, giving a price preference over other. Tender(s)/bid(s) which may as 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. 14. Accepting Officer does not bind himself to accept the lowest or any tender/bid or to give any reason for not doing so. 15. Court of the place from where tender has been issued shall alone have jurisdiction to decide any dispute out of or in respect of this tender. After acceptance of tender, Condition 72 – Jurisdiction of Courts of IAFW-2249 shall be applicable. 16. This Notice Inviting Tender (NIT) including Appendix „A‟ shall form part of the contract. (Signature of Contractor) AD/DD (Contracts) Dated…………………………. For Accepting Officer

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 10

CONTD ……

APPENDIX 'A' TO NOTICE OF e-TENDER INVITING APPLICATION

MILITARY ENGINEER SERVICES

1 Name of Work : PROVISION OF 2 MW SOLAR ENERGY PROJECT AT MEERUT UNDER GE(U) E/M MEERUT

2 Estimated Cost : Rs. 1608.00 Lakhs (At Par Market)

3. Period of completion : 12 (Twelve) Months / 365 days

4. Cost of tender documents : Rs 3000.00 in the shape of DD/Bankers cheque from any schedule Bank in favour of GE (U) E/M MEERUT and payable at Meerut.

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 GCC (IAFW-2249) with Sch „A‟ (list of items of work) to be priced by the 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. Information & Details :

(a) Bid submission start date

: As per critical dates

(b) Last date of bid submission

: As per critical dates

(c) Date of bid opening

: As per critical dates

8. Eligibility Criteria

(A) For MES enlisted contractors : (i) Contractors of Class “SS” (and below eligible class as per existing policy) shall be considered eligible. (ii) Firm should have experience as given in para 8(C)(ii). (iii) Residual capacity requirement as per para 8(C)(i) below. (iv) They should not have any adverse remarks in WLR of competent engineer authority.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 11

CONTD ……

APPENDIX 'A' TO NOTICE OF e-TENDER INVITING APPLICATION (Contd…)

(B) For Un-enlisted contractors (i) Contractors meeting the criteria of annual

turnover, financial criteria, solvency, working capital, fixed assets commensurate with enlistment criteria of class “SS” contractor in MES. (ii) Firms should have experience as given in para 8(C)(ii). (iii) Residual capacity requirement as in Para 8(C) (i) below.

(iv) No recovery outstanding in any Government Department.

(v) They should not have any adverse remarks in WLR/or any other similar report of any authority. Note: - Meeting engineering establishment criteria of Class “SS” contractor of MES is not required.

(C) For All Contractors (i) Applicants’ residual capacity as worked out by following formula should be more than estimated cost of work:-

Residual capacity = (2xAxN)-B Where; A = Maximum turnover in last 5 financial years N = Period of completion of contracted (Tendered) work (in years calculated till 2 decimal places) B = Value of balance work in all Govt. & Private works.

(ii) Experience of having successfully completed Solar Power Plants in Government Department / PSU during last seven years ending last day of the month previous to the one in which applications are invited should be any of the following:-

One work of capacity ≥ 1600 KWp

OR Two works of capacity ≥ 1000 KWp OR Three works of capacity ≥ 800 KWp

(iii) Contractor will not be allowed to execute the work by subletting or through power of attorney holder on his behalf to a third party/ another firm except sons/ daughters of proprietor/ partner/ Director, Project Manager as per contract conditions.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 12

CONTD ……

APPENDIX 'A' TO NOTICE OF e-TENDER INVITING APPLICATION (Contd…)

9. Tender issuing and Accepting Officer

: Chief Engineer, Bareilly Zone, Bareilly-243001

10. Executing agency : GE (U) E/M Meerut

11. Earnest Money : Rs. 11, 29,000/- in the form of FDR/TDR in favor of GE (U) E/M Meerut.

12. Date of handing over of site

: Within 15 days from the date of acceptance.

13. Tenderers must be in possession of

: MES standard schedule of rates Part-I (2009) (Specifications) and MES standard schedule of Rates Part-II (2010) (Rates) including amendments thereto.

14. Refer “Para 7, Critical Dates”.

(i) Publishing date and time of tender document

On or after 22 Jan 2018, 1000 hrs

(ii) Starting date of time of tender documents download

On or after 22 Jan 2018, 1200 hrs

(iii) Starting date and time of bid submission (Cover 1 & 2)

On or after 12 Feb 2018, 1000 hrs

(iv) Bid documents download end date and time

On or after 17 Feb 2018, 1800 hrs

(v) Closing date and time of bid submission (cover No 1 & 2)

On or after 17 Feb 2018, 1800 hrs

(vi) Date and time of bid opening (Cover No 1)

On or after 23 Feb 2018, 1200 hrs

(vii) Date and time of bid opening (Cover No. 2)

Will be intimated after completion of evaluation of tech bid (Cover

No.1)

NOTES :

(a) The contractor enlisted up to one class below the eligible class may also apply/bid. Application/bids from two class below eligible class applicants may be considered in the event of inadequate response/bids from the applicants of eligible class.

(b) Contractors enlisted with MES will upload following documents (scanned copy in pdf format) for checking eligibility:-

(i) Application for the tender on Tenderer‟s Letter Head. In this, the contractor should explain with calculation details supported with documentary evidence as to how he is qualifying for this tender in terms of conditions given in Para 8(A) above.

Tenderer/ bidder to note that if they do not submit their calculation details and/or supporting documents correctly, Deptt will make calculation. If the firm does not qualify as a result of Deptt calculation, then bidder only will be responsible for the same. This is notwithstanding the fact that Deptt will check the details and calculations also in respect of the contractors who have given the calculations.

(ii) Enlistment letter.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 13

CONTD ……

APPENDIX 'A' TO NOTICE OF e-TENDER INVITING APPLICATION (Contd…) (iii) DD toward cost of tender.

(iv) Working detail of residual capacity which shall include:-

(aa) Copy of turnover certificate from CA for last 5 (five) years (FY), notarized copy of relevant pages of balance sheet of those FYs showing the turnover (gross receipts).

(ab) List of works in hand for contracts with Government Department and private works, completed value thereof and residual work to be completed during completion period of subject work in a self-explanatory tabular form. This shall be submitted duly signed by proprietor/ all partners / authorized Director of Pvt/Public Ltd as applicable.

(ac) Affidavit on non judicial stamp paper of Rs 100/- (minimum) in the form of hard copy declaring their turnover for last 5 (Five) years and value of contracts in hand in Government department & private and details of works completed and residual work to be completed.

Hard copy of these documents will be submitted within 5 (Five) days of the last date & time of opening of „T‟ bid.

(c) Contractors not enlisted with MES will be required to upload the following :-

(i) Application for the tender : In this the contractor should explain with calculation details supported with documentary evidence, how he is qualifying for this tender in terms of conditions given in Para 8 above .

Tenderer/bidder to note that if they do not submit their calculation details and/or supporting documents correctly, Deptt will make calculation. If the firm does not qualify as a result of Deptt calculation, then bidder only will be responsible for the same. This is notwithstanding the fact that Deptt will check the details and calculations also in respect of the contractors who have given the calculations.

(ii) Necessary documents to prove their eligibility for enlistment in required class & category of work, including Affidavit for no recovery outstanding. List of documents required for enlistment in MES has been given Para 1.5 of section 1 of Part I MES Manual on Contracts 2007 (Reprint 2012). The work experience shall include details of similar nature of works executed during last five years, financial year wise in tabular form giving name of work, Accepting Officer‟s details viz, Address , telephone , Fax No, e-mail ID etc, date of acceptance of tender and actual date of completion . This shall be duly signed by proprietor / all Partners / authorized Director of Pvt / Public Ltd, as applicable. It should indicate whether extension was granted or compensation was levied. Attested copy of acceptance letter and completion certificate shall be enclosed of each work. In case performance report has been given by the client same shall also be submitted duly attested.

The documents will also include the following amongst others:-

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

(ab) Affidavits for possession of movable & immovable properties by proprietor/ partner owning the immovable property along with Valuation Certificate from 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. In case of Limited Company, the immovable property is required to be in the name of the Company.

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

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 14

CONTD ……

APPENDIX 'A' TO NOTICE OF e-TENDER INVITING APPLICATION (Contd…)

(iv) Documents in support of residual capacity which shall include:-

(aa) Copy of turn over certificate from CA for last 5 (five) years ( FY), notarized copy of relevant pages of balance sheet of those FYs showing the turnover (gross receipts). (ab) List of works in hand for contracts with Government Department and private works, completed value thereof and residual work to be completed during completion period of subject work in a self-explanatory tabular form. This shall be submitted duly signed by proprietor/ all partners/ authorized Director of Pvt/Public Ltd as applicable. (ac) Affidavit on non judicial stamp paper of Rs 100/- (minimum) in the form of hard copy declaring their turnover for last 5 (Five) years and value of contracts in hand in Government department & private and details of works completed and residual work to be completed.

Hard copy of these documents will be submitted within 5 days of the last date & time of opening of „T‟ bid. (d ) (i) Applications /bids not accompanied by scanned copies of requisite DD/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) Tenderers / bidders to note that they should ensure that their original DDs and earnest money (as applicable) are received within 5 days of bid submission end date. (iii) In case of applications/bids from enlisted contractors of MES , where scanned copies 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 be opened. However non-submission of physical copies of cost of tender shall be considered as willfull negligence of the bidder with ulterior motives and such bidder shall be banned from bidding for a period of six months commencing from the date of opening of finance bid. (iv) In case of applications/bids from unenlisted contractors , where scanned copies 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 not be opened. Name of such contractors alongwith complete address shall be circulated for not opening of their bids for a period of six months commencing from the date of opening of finance bid. (v) In case of applications /bids (enlisted contractor/ as well as unenlisted contractor) where scanned copies 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. (e) In case of rejection of technical / prequalification bid, contractor may appeal to next higher Engineer authority i.e. HQ Chief Engineer Central Command, Lucknow on email [email protected] or [email protected] against rejection, whose decision shall be final and binding. However contractor / bidder shall not be entitled to any compensation whatsoever for rejection of technical/prequalification bid.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 15

CONTD ……

APPENDIX 'A' TO NOTICE OF e-TENDER INVITING APPLICATION (Contd…)

DOCUMENTS REQUIRED TO BE UPLOADED

Ser No.

Particulars of Documents

(A) For all Contractors including Enlisted Contractors

(i) Details of works of Solar Power Plant executed by the firm as mentioned here-in-before along with copy of Work Order, Completion Certificate and Performance Certificate.

(ii) Scan copy of application, demand draft, enlistment letter, PF Code number, GST Registration number and any other requisite documents mentioned here-in-before.

(B) For Un-enlisted Contractors only

(i) List of works executed by the firm during last 05 years along with details

(ii) Annual Turnover for last Five years with form 16A (TDS)/ 26AS, Balance sheets

(iii) Copy of (i) Self sworn affidavit in case of proprietorship. (ii) Copy of Partnership deed & certificate of registrar of firm in case of partnership.

(iii) Copy of memorandum and article of association with certificate of incorporation of registrar of company in case of company.

(iv) Affidavit for no near relatives working at any post in MES & Ministry of Defence Deptt.

(v) Affidavit for the firm not black listed, suspended, banned or removed from MES or other Central/ State Govt. Deptt.

(vi) Affidavit for not involved in litigation/ arbitration, no recovery outstanding in any Govt/ Semi Govt Deptt or Banks and No any type of court case pending in any Court of India or in MES.

(vii) Affidavit for no sister concern firm enlisted in MES.

(viii) Affidavit of immovable property along with copy of sale deed.

(ix) Report of Valuation of immovable property by Govt Registered / Approved Valuers.

(x) Bank Solvency Certificate issued by Bank and Working Capital Certificate as per format included in the

tender documents uploaded.

(xi) Affidavit of the Proprietor/ Partner of the firm & engineers supervising, execution of works along with

copy of qualification certificate [Not applicable in case the un-enlisted firm is channel partner with MNRE (Ministry of New and Renewable Energy) ].

(xii) Copy of PAN Card of Firm/ Company & Partners/ Proprietor.

(xiii) Police Verification/ Certificate in respect of Proprietor/ All Partners/ All Directors. In lieu of Police

Verification a copy of valid passport duly notarized may be submitted.

(xiv) Scanned copy of Demand Draft / Bankers Cheque for Rs. 3000/- drawn in favor of GARRISON

ENGINEER (U) E/M Meerut payable at Meerut for Tender fee and Earnest Money for Rs. 11,29,000/- in the form of FDR/TDR in favor of GARRISON ENGINEER (U) E/M Meerut shall be

uploaded.

(xv) Scan copy of application, demand draft, enlistment letter, PF Code number, GST Registration number

and any other requisite documents mentioned here-in-before.

(xvi) Details of works of Solar Power Plant executed by the firm as mentioned here-in-before along with copy of Work Order, Completion Certificate and Performance Certificate.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 16

CONTD ……

APPENDIX 'A' TO NOTICE OF e-TENDER INVITING APPLICATION (Contd…)

DOCUMENTS REQUIRED TO BE UPLOADED (Contd…) (xv) Though adequate care has been taken while preparing the Bidding documents, the Bidders/Applicants shall

satisfy themselves that the document is complete in all respects. Intimation of any discrepancy shall be given to this office immediately. If no intimation is received from any Bidder within twenty (20) days from the date of publication

of tender, it shall be considered that the tender documents are complete in all respects has been received by the Bidder.

(aa) Military Engineer Services (MES), Chief Engineer Bareilly Zone, Bareilly, the Employer, reserves the

right to modify, amend or supplement this NIT documents including all formats and Annexures.

(ab) While this bidding documents have been prepared in good faith, neither Employer or its authorized representatives nor their employees or advisors make any representation or warranty, express or implied, or

accept any responsibility or liability, whatsoever, in respect of any statements or omissions herein, or the

accuracy, completeness or reliability of information, and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of this bidding documents, even if any loss or

damage is caused by any act or omission on their part.

(ac) The specification mentioned for all the equipment which include Solar modules, PCU, combiner boxes, DC cables, module mounting structures, transformer, CT, PT, LT/ HT cables, interfacing panels,

switch gears & other associated equipment etc., to complete the power generation and interconnection at

designated substation, in the present bidding documents is for the reference only. It is subject to revise/ alters as per the design/ planning/Good engineering practices etc., to be carried out by the selected bidder,

to the satisfaction of the Employer or its authorized representatives. It is advised that the bidders must satisfy himself with the prevailing site conditions before design/ plan.

The design must be optimized for the site conditions and directed to achieve the maximum output from the

installed capacity at all times. Moreover, the components not separately mentioned, but are required to complete the Plant for successful operation is also included in the scope of bidder and shall be vetted by the

Employer or its authorized representatives.

(xvi ) This NIT shall supersede the NIT already issued.

AD/DD (Contracts)

884284 / / E8 for Accepting Officer Dated : Jan 2018

Headquarters Chief Engineer Bareilly Zone Military Engineer Services Sarvatra Bhawan, Station Road Bareilly Cantt Bareilly – 243 001

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 17

CONTD ……

Copy to :-

1. CE Central Command, Lucknow 28. GE AF Izatnagar

2. CE Jabalpur Zone, Jabalpur 29. GE (P) AF Izatnagar

3. CE Lucknow Zone, Lucknow 30. GE Lansdowne

4. CE (AF) Allahabad Zone, Allahabad 31. AGE (I) Raiwala

5. CWE Bareilly 32. Builders Association of India, G-1/G-20, Commerce Centre, 7th floor Tradeo, Mumbai-400034

6. CWE Dehradun 33. MES BAI, 807, Sahyog, 58, Nehru Place, New Delhi-110019

7. CWE (Hills) Dehradun 34. Hony Secy, MES BAI, Bareilly Branch, C/O M/S Nijhon Constructions, M-1, Neel Kanth Flats, Stadium Road, Bareilly-243005

8. CWE Meerut Cantt 35. Hony Secy, MES BAI, 119-D, Race Course, Dehradun - 248001

9. CWE (P) Meerut Cantt 36. Hony Secy, MES BAI Kanpur Branch, C/O M/s Kali Charan Pandey & Co., P.O Building, Ganga Ghat Unnao (U.P)

10. CWE (Hills) Pithoragarh 37. Hony Secy, MES BAI, Agra Branch, B-103, New Agra Colony, Agra – 282005

11. GE Premnagar Dehradun 38. MES BAI, Lucknow Branch, C/O M/S Pratap Builders, 210-Ram Das Ka Hata, Lucknow Cantt

12. GE Dehradun 39. MES BAI, Meerut Branch, 10, Rajan Kunj, Roorkee Road, Meerut

13. GE (P) Dehradun 40. MES BAI, Roorkee Branch, “SHALABH HOUSE”, 490, Purani Tehsil, Roorkee (U.A.)

14. GE Clement Town 41. State Bank of India, Main Branch, Bareilly

15. GE (P) IMA Dehradun 42. Muncipal Corporation, Bareilly

16. GE (MES) Roorkee 43. Executive Engineer, CPWD, Bareilly

17. GE (N) Meerut 44. Executive Engineer, UPPWD, Bareilly

18. GE (S) Meerut 45. Station Master, Bareilly Junction

19. GE (U) E/M Meerut 46. Construction Industry Development Council, 801 (8th floor), Hemkunt Chambers, 89, Nehru Place, New Delhi-110019

20. GE(P) No 1 Meerut 47. Employment Exchange, Bareilly

21. GE(P) No 2 Meerut 48. Employment Exchange., Dehradun

22. GE Pithoragarh 49. Head Post Office Bareilly

23. GE Ranikhet 50. Commercial Supdt., N E Railway, Izatnagar Bareilly

24. GE 871 EWS, C/O 56 APO 51. Cantonment Board, Bareilly

25. GE (East) Bareilly 52. Notice Board

26. GE (West) Bareilly

27. GE (P) Bareilly

Internal E-2 (Plg)/ E-2(Wks)/ E-3/ E-4/ E-2(D)/ E-6/ E-7(Adm) and C-884284/E8

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO.18

CONTD … …

In lieu of IAFW-2159 (Revised-1947)

(TO BE USED IN CONJUNCTION WITH GENERAL CONDITIONS OF CONTRACT IAFW-2249 (1989 PRINT)

BY REGISTERED POST Tele Mile : 6055 Headquarters

Chief Engineer Bareilly Zone Military Engineer Services

Sarvatra Bhawan, Station Road Bareilly Cantt-243 001 Case No. 884284 / / E8 Jan 2018 LUMP SUM TENDER AND CONTRACT FOR PROVISION OF 2 MW SOLAR ENERGY PROJECT

AT MEERUT UNDER GE(U) E/M MEERUT .

Shri / M/s ____________________________________________________________________

of __________________________________ is / are hereby authorised to tender for the above work.

The tender (Quoted Financial Bid) is to be uploaded by the tenderer on MES website

www.eprocuremes.gov.in by 1800 HOURs on the DAY of 2018.

Any correspondence concerning this tender should be addressed as indicated at the top of this

sheet, quoting the reference as given above.

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

(Signature of Officer issuing the Documents) (Signature of Contractor) Appointment: AD/DD (Contracts) Dated………………………….

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO.19

CONTD … …

SCHEDULE 'A' (LIST OF WORKS AND PRICES)

NAME OF WORK: - PROVISION OF 2 MW SOLAR ENERGY PROJECT AT MEERUT UNDER GE(U) E/M MEERUT NOTES :- (A). GENERAL (APPLICABLE TO ALL PARTS OF SCHEDULE ‘A’)

1. The schedule is divided into the following parts as detailed below: -

(i) Schedule „A‟ Part-I A : Solar Power Plant (To be quoted by contractor)

(ii) Schedule „A‟ Part-I B : Building Work (To be quoted by contractor)

(iii) Schedule „A‟ Part-II A : Internal Water Supply

(iv) Schedule „A‟ Part-II B : Internal Water Supply (To be quoted by contractor)

(v) Schedule „A‟ Part-III A : Internal Electrification

(vi) Schedule „A‟ Part-III B : Internal Electrification (To be quoted by contractor)

(vii) Schedule „A‟ Part-IV : Site Clearance and Earthwork

(viii) Schedule „A‟ Part-V : Road, Path and Hard standing

(ix) Schedule „A‟ Part-VIA : Sewage Disposal

(x) Schedule „A‟ Part-VIB : Sewage Disposal (To be quoted by contractor)

(xi) Schedule „A‟ Part-VII : Area Drainage

(xii) Schedule „A‟ Part-VIII : Compound wall & Gate

(xiii) Schedule „A‟ Part-IXA : External Water Supply

(xiv) Schedule „A‟ Part-IXB : External Water Supply (To be quoted by contractor)

(xv) Schedule „A‟ Part-XA : External Electric Supply

(xvi) Schedule „A‟ Part-XB : External Electric Supply (To be quoted by contractor)

(xvii) Schedule „A‟ Part-XI : Manning and Operation of Solar Power Plant

(To be quoted by contractor)

2. Entire work under this contract shall be completed in two Phase:-

(a) Phase-I:- 12 Months from the date of commencement of work shown in work order No.1 ( All works except mentioned in Phase-II). Completion for Phase I of the contract shall be issued once solar plant is Commissioned and tested to achieve a minimum Performance Ratio of 0.78 or above.

(b) Phase-II:- The work Manning & Operation of Solar Power Plant mentioned under Schedule ‘A’ Part-XI. The Phase-II will commence only after satisfactory completion of Phase-I Works and run for a period of 60 Months as mentioned under respective items of Manning and Operation of Solar Power Plant.

Notes:- Separate completion certificate shall be issued for all phases. Maintenance period as per Condition No. 46 of IAFW -2249 shall start only after completion of Phase-I Work. The whole work shall be deemed completed only after completion of Phase-II Work. Two final bills shall be progressed separately (One Final Bill for Phase-I and one Final Bill for Phase-II Work). Preparatory works, collection of materials, and all such preliminary works and site clearance after completion shall be deemed to be included in the period of completion stated above.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO.20

CONTD … …

SCHEDULE 'A' NOTES (Contd….) (LIST OF WORKS AND PRICES)

3. Site for execution of entire work will be made available on the date of commencement of work as per W.O. No. 01. In case, however, it is not possible for the department to make the entire site available on the date of commencement of work, the contractor will have to arrange his working programme accordingly. No claim whatsoever, for not handing over the entire site on the date of commencement of the work & handing over balance site for execution gradually will be tenable. 4. Pre-priced rates inserted under column 4 of Schedule „A‟ Part-IIA, IIIA, IV, V, VIA, VII, VIII, IXA and XA shall 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. Accordingly, the lump sum price shall be worked out by contractor independently of the prices or rates inserted by MES in the tender and irrespective of any errors or inaccuracies therein. The percentage to be inserted by the contractor above or below the prices inserted by MES against a particular part of schedule „A‟ shall be as derived by him from the amount tendered by him against that particular part of Schedule „A‟ as compared to the amount inserted by MES against it. 5. In respect of Schedule „A‟ Part-IA,IB, IIB, IIIB, VIB,IXB, XB and XI, the tenderer is required to insert his rates under column 7 of BOQ for entire completion of concerned items of work as described and specified inclusive of his all overhead and profit complete. 6. Descriptions of building works and services given in various parts of schedule „A' are in brief. These are deemed to be amplified and read in conjunction with Special Conditions, Particular specifications, specifications for materials and workmanship and conditions in relevant trade sections of the MES Standard Schedule of Rates (Part-I 2009 Print & Part-II 2010 Print) and contract drawings, including notes thereon. 7.1 Reference to drawings as per list of drawings has been given under col. 3 of schedule `A'. In case, details in respect of items shown in the main drawings are not given in drawings referred to in the main drawings, the same shall be followed from any other drawing, included in the list of drawings. 7.2 Any drawing mentioned in the contract drawings / Particular specifications if inadvertently not included in the list of drawings, shall also be deemed to form part of the contract. Tenderer shall see such drawing in the office of Accepting Officer / concerned CWE / concerned Garrison Engineer. 7.3 Any drawing that is mentioned on the drawings forming part of the tender but not specifically mentioned in the list of drawings shall be deemed to form part of the tender. Tenderer shall see such drawings / details in the office of Accepting Officer / concerned CWE / concerned GE. 8. Probable distribution of various items of internal / external services are indicated on drawings. These are tentative and may be varied as per site requirement where necessary at the discretion of the GARRISON ENGINEER within the limits laid down in Condition 7 of IAFW-2249. The contractor shall not be entitled for any claim on account of such varied alignment and consequent variation in quantities.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO.21

CONTD … …

SCHEDULE 'A' NOTES (Contd….) (LIST OF WORKS AND PRICES)

9. The lump sum amount quoted by contractor shall be deemed to include for all minor details / items of work / extra constructional details which are obviously and fairly intended and which may not have been specifically shown on drawings or given in Particular Specifications but are essential for the execution of works and services in the workman like manner, sound construction and established engineering practice. The details of such items not specifically shown on drawings / specified shall be furnished during execution of work. In case of difference in opinion between contractor and the Garrison Engineer as to whether or not certain items of work constitute minor details / items of work / extra construction details which are deemed to have been included in the contractor‟s lump sum, the decision of the Accepting Officer shall be final, conclusive and binding. Some of the details / items which are deemed to be essential for execution and entire completion of work are given hereunder for guidance:

(a) Reinforcement for any RCC member not indicated in the drawings but which is structural or codal requirement. (b) Dwarf wall in situations like verandah, passage etc. not indicated in drawings. (c) Lintels over doors, windows and openings not shown in drawings (d) Builders hardware for doors / windows etc. though not indicated on drawings but essential for usage. In all the above and other similar cases, the details indicated elsewhere in the drawings that

are similar or near similar to the missed out items of work shall be followed. In the absence of any other similar or near similar details, minimum essential requirement for completion of the work from structural and utility point of view shall deemed to be included in the lump sum quoted. 10. The layout of buildings indicated in site plan / layout plan is tentative and may be varied where necessary at the discretion of the Garrison Engineer. The contractor shall not be entitled for any claim on account of any such variation. 10.1. Before commencement of excavation or earth filling, the Engr-in-Charge and the contractor will be required to take the levels jointly of the existing ground surfaces at intervals as decided by the GE (the decision of the GE being final and binding in this respect) but not greater than 3m x 3m grid. 11. Unless specifically mentioned otherwise such as labour only / fixing only / laying only, the unit rates for all items of works shall be deemed to include cost of all materials, labour, tools and plants, testing and commissioning work in position complete as required for entire completion of works. 12. The rates quoted by contractor shall include all taxes / duties i.e. GST and any other taxes / duties as applicable. Form 3D, 31 & 32 or any other form shall not be issued by MES. This is an express condition of this contract that no claim of the contractor shall be entertained by MES on this account. 13. The whole work under this contract lies in UNRESTRICTED AREA. 14. In laying out building, the centre line dimensions, mentioned in drawings or derived there from, shall be strictly followed. 15. In case of varying provisions between drawings(s) for schedule of finishes and other drawings with regard to finishes, the drawing(s) for schedule of finishes shall take precedence over other drawings. However, in case there are varying provisions with regard to height of skirting / dado in drawings for schedule of finishes and other drawings, provisions in other drawings shall be followed.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO.22

CONTD … …

SCHEDULE 'A' NOTES (Contd….) (LIST OF WORKS AND PRICES)

16. The contractor shall take the minimum 15 photographs of all important stages for each building as directed by Engineer-in-Charge and shall submit to GE(U) (E/M) MEERUT on completion of work. The minimum size of photograph shall be 4” x 6”. 17. Wherever only one make has been specified in Schedule „A‟ and / or make(s) are specified with equivalent make, the makes for the same item given in Appendix „B‟ of Particular specifications shall also be applicable to be incorporated in the work.

18. It is an express condition that for crumple joints wherever shown in drawings or specified in tender documents, only one drawing No. STD-158 R sheet No. 1/3 to 3/3 shall be followed. Wherever reference to any other drawing for crumple joints is given (whether in the tender documents or in any drawings) the same shall deemed to be deleted. 19. FLY ASH BRICKS.

19.1 Irrespective of whatever is mentioned in the drawings, particular specification, Sch „A‟ or elsewhere in tender documents, fly ash bricks shall be used conforming to IS 12894-2002 for all works involved in this work for schedule „A‟ Part I (Building Work).

19.2 In case of fly ash bricks conforming to IS specification are not readily available in nearby station, contractor shall procure /produce fly ash bricks under his own arrangement conforming to IS specifications from anywhere without any extra cost of the Govt. after getting proper approval for the same from Accepting Officer.

(B) NOTES APPLICABLE TO SCHEDULE ‘A' PART-I A Scope: The scope of Solar Power Plant is as described in BOQ item No. 1 to 2.30 and as specified in Particular Specifications. I. PAYMENT TERMS FOR SOLAR PORTION OF PROJECT :-

(AA) Proportion of the components for solar portion of work as given in sub para (BB) (a to c) here-in- below shall be approved by CWE. (BB) Payments shall be released against each component of Price Bid in the following manner after signing of Agreement as per provisions of bidding document as decided by GE:-

(a) For supply of Plant and Equipment including PV Modules, Inverter and BOS up to site including transportation and insurance along with mandatory spares (i) 70% of the total price of supplies of Plant and Equipment shall be paid against delivery of supplies on submission of purchase voucher as verified by Engineer-in-Charge against receipt of material at site under the Contract.

(ii) 20% of the total price of supplies of Plant and Equipment shall be paid on operational Acceptance of the Facility pursuant to successful Guarantee Tests and demonstration of PR and submission of all as – build documentation.

(iii) 10% of the total price of supplies of Plant and Equipment shall be paid on demonstration of CUF for the successful first year operation from actual date of completion.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO.23

CONTD … …

SCHEDULE ‘A’ NOTES (Contd…)

(LIST OF WORKS AND PRICES)

(b) For Erection, Testing and Commissioning (i) 80% of the total price of Erection, Testing and Commissioning shall be paid on pro-rata basis on completion of installation of equipment on certification by the Engineer-In-Charge for the quantum of work completed and by the certification of Engineer-In-Charge‟s field quality assurance & surveillance representative for the successful completion of quality check points involved in the quantum of work billed. (ii) 10% of the total price of Erection, Testing and Commissioning shall be paid on completion of all the erection & installation works including testing and commissioning. (iii) 10% of the total price of Erection, Testing and Commissioning shall be paid on demonstration of CUF for the successful first year operation.

(c) For Civil Works (i) 80% of the total price of Civil Works shall be paid progressively on certification by the Engineer-in-Charge for the quantum of work completed / mile stone achieved and by Engineer-In-Charge‟s field quality surveillance representative for the successful completion of quality check points involved in the quantum of work / milestones billed.

(ii) 10% of the total price of Civil Works shall be paid on completion of all the civil works including finishing and debris removal.

(iii) 10% of the total price of Civil Works shall be paid on demonstration of CUF for the successful first year operation.

II. PERFORMANCE GUARANTEE :-

(a) 5% of the amount of Sch „A‟ Part-I, BOQ Item No- 2.00 shall be retained from contractor‟s dues as PERFORMANCE GUARANTEE for 5 years from actual date of completion of phase-I works. Alternatively the contractor may also submit the security deposit in the shape of FDR from a scheduled bank in favour of GE for equal amount of performance warranty. For this, GE shall ensure that at the time of completion of Phase-I, 5% of the amount of Solar Power Plant (BOQ Item No- 2.00) is retained from contractor‟s dues on this account apart from other recoveries till the contractor submit the Performance Guarantee amount.

(b) During Operation & Maintenance Period, in case of any breakdown/occurrence of fault/ failure in Energy Generation/Penalty etc and encashment shall take place in line with as per para II (c) as applicable.

(c) Whenever a fault / failure / breakdown / malfunctioning occurs, the Contractor has to attend to rectify the fault & the fault must be rectified within the 48 hours from the time of occurrence of fault, failing which penalty will be applicable in line with para II (d) or para II (e)

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO.24

CONTD … …

SCHEDULE ‘A’ NOTES (Contd…) (LIST OF WORKS AND PRICES)

depending upon nature of fault / failure / defect / breakdown / malfunctioning. The

contractor must maintain all the records pertaining to such faults / failure / breakdown / malfunctioning and necessary measures taken. The date of Comprehensive Operation & Maintenance Contract period shall begin on the date of Successful demonstration of guaranteed PR i.e., Operational acceptance. However, operation of the Power Plant means operation of system as per bid and workmanship in order to keep the project trouble free covering the guarantee period. The contractor must demonstrate the committed CUF at the end of every year in accordance with commitment made in the Techno-Commercial Enclosures of the Bid.

(d) In case of any defect in the system after commissioning & before Operational Acceptance,

the Contractor shall repair it within 48 hours. Otherwise penalty shall be charged for shortfall in generated units beyond 48 hours as per Tariff of Rs. 4.85/unit, with the cumulative maximum of 5% of the total contract value, and the same shall be deducted from their payments due / Bank guarantee / FD available with the Employer. If the breakdown/defect is there with respect to associated infrastructure where direct correlation with generation of Power from Solar PV Plant cannot be established, the penalty shall be calculated with reference to para II (f).

(e) Penalty during O&M period against breakdown of other Infrastructure of Solar Power Plant which doesn‟t affect the generation of power, directly such as but not limited to Roads, water supply system/network, SCADA, CCTV & other Infrastructure developed by the Contractor as a Scope of Work for the Project shall be in as per para II (f).

(f) Any complaint related to unserviceability /improper functioning of any & all component of the plant including but not limited to PV Module, PCU, Transformers, switchgears, SCADA, roads, drainage, water supply lighting system, office infrastructure, CCTV system which is not attended & rectified within 48 hours, shall attract a penalty of Rs. 1000 per 24 hours. If such complaint is not rectified within 48 hours from logging of complaint, Employer may choose to rectify the same through any other agency at the risk and cost of Contractor and Employer shall recover 110% of such cost incurred from subsequent payment to the contractor. Cumulative value of such penalty shall be limited to 50% of yearly O&M Cost.

(g) Penalty for PR and CUF deviations

(i) While testing the Plant for Operational Acceptance, any shortfall in the Performance Ratio (PR) as determined through the PR Test Procedure, will attract imposition of penalty. For every 0.01 shortfall in PR below 0.78 by the tenderer, a penalty of 0.5% of the total Contract Value shall be levied. In case the Plant PR result is 0.05 below 0.78, i.e., 0.73 or lower, the total performance bank guarantee submitted by the tenderer will be encashed. In case the Performance guarantee has already been encashed on account of delays, the due amount will be recovered from the Final Bill of the EPC payable at the end of the first year.

(ii) In case of any defect in the system after commissioning & before Operational Acceptance, the Contractor shall repair it within 48 hours. Otherwise penalty shall be charged for shortfall in generated units beyond 48 hours as per Tariff of Rs. 5.5 /unit, with the cumulative maximum of 5% of the total contract value, and the same shall be deducted from their payments due / Bank guarantee available with the Employer. If the breakdown/defect is there with respect to associated infrastructure where direct correlation with generation of Power from Solar PV Plant cannot be established, the penalty shall be calculated with reference to para II (f).

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO.25

CONTD … …

SCHEDULE ‘A’ NOTES (Contd…) (LIST OF WORKS AND PRICES)

(iii) Penalty for during O&M period shall be charged at a rate of difference in units derived from committed and achieved CUF x Rs. 5.5 per unit; for period after commissioning till the O&M contract closure. Penalty applicable shall be on annual basis. The CUF shall be evaluated as per the formula mentioned in tender document. During the O&M period, at any point of time, the Contractor has to ensure the

availability of BG / FD of requisite value with Employer.

(iv) Penalty during O&M period against breakdown of other Infrastructure of Solar Power Plant which doesn‟t affect the generation of power, directly such as but not limited to Roads, water supply system/network, SCADA, CCTV & other Infrastructure developed by the Contractor as a Scope of Work for the Project shall be in accordance with para II (f).

(v) In case the Project fails to generate any power continuously for 1 month any time during the O&M period, apart from the force majeure and grid outages as certified by competent authority from STU/ CTU, it shall be considered as “an event of default”. In the case of default the entire Performance Bank Guarantee will be encashed.

(vi) The penalties specified on account of delays, as specified in Condition – 50 of IAFW-2249 (General conditions of contracts) and penalty specified on account of deviations in Functional Guarantees as specified above shall be assessed independent of each other. Even penalties specified above are also independent of each other.

III. (a) Detailed design and other parameters of Solar Power Plant are given in detailed Particular Specifications in the tender documents.

(b) Lowest Bidder (Contractor) shall prepare the detailed project report & design basis report and submit a copy to Chief Engineer Bareilly Zone, Bareilly for evaluation within 4 weeks from the date of acceptance based on detailed specifications, design parameters and scope of work given in Particular Specifications for Solar Power Plant. Chief Engineer shall give approval within reasonable period after taking into consideration the recommendation of his authorized consultant. Contractor shall be liable to carryout changes as notified to him by CE or his authorized representative before approval of scheme within 07 (Seven) days of being notified such changes.

(c) Procurement action and commencement of work for Solar Power Plant shall be undertaken only after approval of scheme as well as other details by CE.

(d) Design of modules/ Array mounting steel structure with concrete foundation/ grouting work shall be duly vetted from Govt. Engg College/ IIT/ NIT.

IV. The contractor shall be liable to obtain an undertaking from the Channel Partner with regard to carrying out comprehensive maintenance for five year after completion of installation of solar plant.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO.26

CONTD … …

SCHEDULE ‘A’ NOTES (Contd…) (LIST OF WORKS AND PRICES) (C) NOTES APPLICABLE TO SCHEDULE ‘A' PART-I B 1. The lump sum quoted by the tenderer for works under Schedule „A‟ Part-I shall be deemed to include all relevant items of works shown on drawings, notes therein and as specified in Particular Specifications complete for entire completion of work except services and other works covered under Schedule `A' Part-II to XI. 2. The lump sum quoted by the tenderer for works under Schedule „A‟ Part-I shall also be deemed to include the cost of following items of works amongst others :-

(a) Service water tanks as specified and shown on drawings including PVC ball cock of 25 mm bore of make Symet Prayag with epoxy coated aluminium rod and HD ball, over flow pipe and wash out pipe. Over flow GI pipe 25 mm nominal bore medium grade shall be extended upto 150 mm above top of plinth protection from each water tank. All inlet and outlet pipe (for supply) shall be measured and paid separately.

(b) Sanitary and toilet fittings and appliances. (c) Fittings and fixtures shown on drawings.

(d) Cost of 1st Manhole deemed to be included in cost of building. CI soil waste and vent pipe including its fixing arrangement and accessories for sanitation work upto 1st manhole i.e. upto 3.0 m beyond the face of external wall including necessary earth work, bedding, haunching of pipes, nahani trap and Gully trap with chamber . NOTE: However, gully trap shall be connected to nearby drain with SGSW pipes of suitable dia & 50 mm CI vent pipe shall be extended minimum 15 cm above the top level of water tank.

(e) Gully / Nahani traps.

(f) Seismic strengthening measures and crumple joint to be provided to the extent shown on drawing.

(g) Anti-termite treatment shall be carried out in the building covered under item No.3 to 5 of Schedule „A‟ Part-I B. (h) Fan hooks/fan boxes, curtain rods including necessary clamps/ brackets etc, pelmet boxes, drapery rods including all fittings, nitches, peg sets, towel rails, MS rungs, cupboards, ward robes, electric meter boxes, water meter boxes, main switch boxes, paper holder etc. (j) Leaving / Forming / Cutting necessary chases, holes, openings, nitches etc. in walls, floors and ceilings wherever required for embedding pipes, conduits, sunken boxes, electric metre boxes and making good to match the adjoining surfaces. No price adjustment shall be made for variation in the quantities of chases, holes, nitches etc consequent to the variation in provisional quantities of items given in other schedules. Nitches shall be provided with frame and shutters all as specified here-in-after and shown in drawings.

(k) Format / plaster plate for numbering to building after completion of work to be made as directed at site during execution of work.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO.27

CONTD … …

SCHEDULE ‘A’ NOTES (Contd…) (LIST OF WORKS AND PRICES)

(l) Format / plaster plate for recording details of anti termite treatment.

(m) Furniture item whether built in or otherwise shown in main plan of building such as show case, mirror, bin soiled linen, notice board, writing table, lockers, cupboard, steel wash hand basin ,chalk board etc. In case specification of any built-in-furniture shown on main drawings are not given, the specifications for the same shall be intimated by GE. (n) All other items which are not covered in notes but indicated in drgs and/or specified in Particular Specifications

(o) PCC drains along with plinth protection as shown in drawings. (p) Angle iron to be provided in each window for fitting of desert cooler as shown in drawing or as directed by Engineer-in-Charge. (r) Door shutter shall be flush door shutter irrespective of whatever shown on drawing or in tender documents elsewhere.

(s) All other items which are not covered in notes but indicated in drgs and / or specified in PS. (t) The plinth height of all buildings shall be as shown in respective drawings after surface dressing and filling under floor with approved earth. (u) Any other components left out here-in-before and covered in drawing, BOQ and other notes as given here-in-before and after shall also be followed and are deemed to be included in the rates quoted by the contractor. 3. Buildings under Sch „A‟ Part-I B shall have the foundation for soil bearing capacity of soil as shown in respective structural drawings or schedule of RCC beam / slab / column footing drawings. Variation in SBC of soil if found at site requiring redesigning of the foundation, the same shall be regularized through proper deviation order. 4. Rates quoted by the contractor for Schedule „A‟ Part-I B shall be for excavation and earth work in any type of soil. Any type of soil mentioned in Schedule „A‟ shall be soft/ loose / hard/ dense soil. Irrespective of whatever strata is met with during excavation i.e. soft/loose/hard/dense soil, the same shall be considered as any type of soil. Soft/hard rock met with during excavation shall be measured and paid separately as a deviation. Hard rock shall become the property of contractor and recovery at the rate of Rs 300.00 per cubic metre (solid contents) shall be made for hard rock. 5. Details/fittings/fixtures/furniture items/finishes shown in one part of building shall also be provided in other similar parts of buildings, though the same may have not been repeated in the drawings. 6. DEVIATIONS :- For the purpose of pricing deviation orders against Sch „A‟ Part-I B (i.e. Building Works), a deviation percentage of PLUS 20% (TWENTY PERCENT) shall be applied at par rates contained in MES Standard Schedule of Rates 2010 Part-II. (C) NOTES APPLICABLE TO SCHEDULE `A' PART-II TO IX

1. The quantities given under column 5 are provisional.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO.28

CONTD … …

SCHEDULE ‘A’ NOTES (Contd…) (LIST OF WORKS AND PRICES) 2. Special Conditions in MES schedule Part-II and preamble for items given in MES schedule 2009 Part-I under respective trades shall be applicable. If any provision in the description of item of schedule 'A' and or Particular Specifications is at variance with the provisions given in special conditions in MES schedule 2010 Part-II and preamble to MES schedule, provision in Schedule „A‟ and or Particular specifications shall take precedence there over. (D) NOTES APPLICABLE TO SCHEDULE ‘A’ PART-II AND IX 1. CPVC / GI pipes and fittings, when fixed above ground shall run on surface of the walls or ceilings unless specified to be concealed. Where unavoidable, pipes may be buried for short distance provided adequate protection is given against damage. A GI tube light grade sleeve shall be fixed where the pipe is passing through a wall or floor for protection of the pipe and to allow freedom for expansion and contraction and other movements. Pipes, which are embedded in walls, ceiling or floors shall be painted with bituminous paint of approved quality.

(E) NOTES APPLICABLE TO SCHEDULE ‘A’ PART-III AND X 1. Recessed terminal boxes for housing switches, socket, outlets, power plug, regulator/electronic speed controller etc shall be provided flush with the walls. In case of half brick walls boxes may be fixed on surface of walls. The covers of these boxes shall be modular with inner and outer sheets. 2. The wiring for points, outside the building shall run on internal face of wall as far as practicable. Only at terminal points it shall be taken out by puncturing the walls to fix and connect light fittings/switches. 3. Conduit pipes embedded in RCC members shall be PVC conduit medium grade of appropriate size and the cost of the same shall deemed to be included in the unit rate inserted by MES. The contractor shall quote his lump sum accordingly. 4. Wherever in description of Sch „A‟ 5 Amps, 15 Amps, 30 Amps, 60 Amps have been mentioned, the same shall be amended to read as 5/6 Amps, 15/16 Amps, 30/32 Amps, 60/63 Amps respectively.

5. Opening of fan boxes shall be covered with laminated sheet 3 mm thick. The cost of these provisions shall deemed to be included in the lump sum cost of Schedule „A‟ Part-I (Building work). 6. Cost of flexible PVC insulated copper wire from connecting block to ceiling rose of suitable size is inclusive in the S&F/fixing only cost of fittings/fixtures/luminaries 7. Unless otherwise specifically mentioned, the unit rates for various items shall be deemed to include the cost of materials & labour complete including fixing in position & testing as required. 8. The rates for point wiring include any length of wiring. 9. The maximum No. of point wiring / fan points / light points / socket 5 amp points on an independent circuit from DB shall not exceed 8 No. in any case and for power points maximum number of points on an independent circuit from DB shall not exceed 2 power points.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO.29

CONTD … …

SCHEDULE ‘A’ NOTES (Contd…) (LIST OF WORKS AND PRICES) (F) NOTES APPLICABLE TO SCHEDULE ‘A' PART-XI 1. Once the completion certificate has been issued by the Garrison Engineer for the Phase-I of the project, the work under Phase-II i.e., Manning and operation of Solar Power Plant for the period of 2 (two) years shall commence all as shown in Schedule „A‟ of BOQ from the date of issue of completion certificate for the Phase-I of the project. 2. A compensation with double the wages of the persons with respective trade as per the prevailing labour rates shall be charged on the contractor for the persons absented themselves from the duty. A shift of 08.00 hrs shall be considered as one unit for the compensation charged on the contractor. An attendance register duly bound shall be maintained by the concerned JE on daily basis endorsing the initials of contractor and Engineer-in-Charge. The attendance register shall form a part of payment of RAR and final bill. (G) NOTES APPLICABLE TO SCHEDULE ‘A' PART-I TO XI 1. The following description may please be inserted under the appropriate columns:- Column 3 : Refer list of drawing for all items . Column 7 : Refer schedule 'A' Note (A) 2 here-in-before for all items. Column 8 : Refer schedule 'A' Notes here-in-before for all items. 2. Unit RM, Cum or CUM, Sqm or SQM, 10 SQM and Quintal or Qtl, Kg or KG wherever mentioned in the tender documents denotes the unit, Running metre, cubic metre, square metre, ten square metre, Quintal and Kilogram respectively. (H) COMPLETION DRAWINGS Before one week of completion of work, a completion drawing set showing plan, sections and other details as directed by GE shall be submitted by the contractor on tracing cloth to GE for his approval. These drawings shall be got approved by the contractor from Garrison Engineer. The cost of the same shall be borne by the contractor and the lump sum quoted by contractor shall deem to be included for this provision. (J) MODEL Contractor shall provide a model made of plastic material showing all the buildings and external services in different colour codes as directed by GE and shall be displayed at site highlighting its salient / special features. The scale of model shall be 1:400. The cost of the same shall be borne by the contractor and the lump sum quoted by the contractor shall be deemed to included for this provision. (K) After completion of the work, the contractor shall submit the PSMB of entire completed building. The cost of the same shall be borne by the contractor and the Lump sum quoted by the contractor shall deemed to be included for the same. (L) All the site material testing record shall be maintained by the contractor with initials of concerned JE, Contractor, Engineer-in-Charge and countersigned by GE with date of testing. The same shall be produced at the time of submission of final bill. The cost of the material testing including material required for testing as per latest IS, transportation and maintaining record shall be borne by the contractor and the Lump sum quoted by the contractor shall be deemed to be included for the same.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO.30

CONTD … …

SCHEDULE ‘A’ NOTES (Contd…) (LIST OF WORKS AND PRICES) (M) EMPLOYMENT OF ENGINEERS BY THE CONTRACTOR. The contractor at his own expense shall employ three graduate engineers from a Government recognized institution with minimum experience of 5 years and five diploma engineers from Government recognized institution with minimum experience of 8 years and one of the engineer shall have capability to use project management software like MS Project / Primavera in the project which is deemed to be included in the quoted rate. For all other notes condition No 25 of IAFW-2249 (GCC) shall be followed. (Signature of Contractor) AD/DD (Contracts) Dated…………………………. For Accepting Officer

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 61

S.

No.

Description of item of work Drg

No.

Rate

per

unit

(in Rs.)

Nos. of

unit

required

Amount Period of

completion

of

individual

item from

date of

handing

over site

Re

ma

rks

1 2 3 4 5 6 7 8

1 Supply, fixing, laying and testing of 15 mm

bore steel water tubing medium grade

galvanised with and including all fittings and

fixed to walls and ceilings or laid under floors

(Concealed or Exposed surface) complete all

as specified and directed.

116.60

RM

18.00 2098.80 Refer

Schedule

'A' Notes.

Refer

Sch 'A'

Notes.

2 Supply, fixing, laying and testing of 20 mm

bore steel water tubing medium grade

galvanised with and including all fittings and

fixed to walls and ceilings or laid under floors

(Concealed or Exposed surface) complete all

as specified and directed.

153.80

RM

30.00 4614.00

3 Supply and fixing of 15 mm bore bib tap, long

body cast copper alloy fancy type chromium

plated with crutch or butterfly handle, screwed

down, screwed for iron pipe or for brass

ferrule complete all as specified and directed.

185.90

Each

2.00 371.80

Rs. 7084.60

NOTES: -

(a) All quantities are provisional.

(b) Chase cutting for concealed work shall deemed to be included in quoted lumpsum amount

of respective Building under Schedule 'A' Part-I B.

SCHEDULE 'A' PART-II A

(LIST OF WORKS AND PRICES - INTERNAL WATER SUPPLY)

NAME OF WORK :- PROVISION OF 2 MW SOLAR ENERGY PROJECT AT MEERUT

UNDER GE (U) E/M MEERUT

TOTAL AMOUNT CARRIED OVER TO NEXT PAGE

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 62

1 2 3 4 5 6 7 8

Rs. 7084.60

4 S & F of 20 mm bore, stop valve, cast copper

alloy, screwed down, high pressure with crutch

or butterfly handle, screwed both ends for iron

pipe or for unions complete all as specified and

directed.

215.00

Each

6.00 1290.00

5 S & F of 450 mm long PVC connection with

two Nos. PTMT nuts internally threaded and

PVC washer suitable for 15 mm bore pipe line

complete all as specified and directed.

73.90

Each

8.00 591.20

6 S & F of 15 mm bore, chromium plated brass

angle stop valve, long shank concealed type

with sheel head, screwed both ends suitable

for iron pipe or for unions complete all as

specified and directed.

271.00

Each

8.00 2168.00

7 Supply and fixing of 15 mm bore bib tap

(Fancy type), fancy type chromium plated with

crutch or butterfly handle, screwed down,

screwed for iron pipe or for brass ferrule

complete all as specified and directed.

180.30

Each

2.00 360.60

8 Supply and fix brass chromium plated shower

rose 125 mm size with swivel joints, including

fixing to 15 mm bore pipe or union complete

all as specified and directed

234.40

Each

1.00 234.40

9 S & F of 15 mm bore fancy type, chromium

plated stop valve, with long shank and cup

(Concealed Type) cast copper alloy, screwed

down, high pressure with crutch or butterfly

handle, screwed both ends for iron pipe or for

unions complete all as specified and directed.

271.00

Each

1.00 271.00

Rs. 11999.80TOTAL AMOUNT CARRIED OVER TO NEXT PAGE

TOTAL AMOUNT BROUGHT FORWARD FROM LAST PAGE

SCHEDULE 'A' PART-II A

(LIST OF WORKS AND PRICES - INTERNAL WATER SUPPLY)

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 63

1 2 3 4 5 6 7 8

Rs. 11999.80

= Rs. 11999.80

AD/DD (Contracts)

For Accepting Officer

SCHEDULE 'A' PART-II A

(LIST OF WORKS AND PRICES - INTERNAL WATER SUPPLY)

TOTAL AMOUNT BROUGHT FORWARD FROM LAST PAGE

Dated ………………………

(Signature of Contractor)

TOTAL AMOUNT CARRIED OVER TO BOQ

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 64

S.

No.

Description of item of work Drg

No.

Rate

per

unit

(in Rs.)

Nos. of

unit

required

Amount Period of

completion

of

individual

item from

date of

handing

over site

Re

ma

rks

1 2 3 4 5 6 7 8

1 Supply and fixing of switch piano, flush type,

ivory finish 5/6 Ampere single pole, one way

240 volts complete all as specified and

directed.

34.30

Each

97 3327.10 Refer

Schedule

'A' Notes.

Refer

Sch 'A'

Notes.

2 S & F stepped type electronic fan regulator

flush type hum free and including modular

white surround complete all as specified and

directed.

219.80

Each

8 1758.40

3 S & F of switch piano, flush type, ivory finish

15/16 Ampere single pole, one way complete

all as specified and directed.

86.50

Each

10 865.00

4 S & F of socket out let 3 pin 5/6 Ampere 2 in

1, 240V AC flush type complete all as specified

and directed.

51.50

Each

12 618.00

5 S & F of socket out let 2 in 1, 3 Pin suitable for

5/6 Amrere and 3 Pin suitable 15/16 Ampere

flush type complete all as specified and

directed.

95.20

Each

10 952.00

Rs. 7520.50

NOTES: -

(a) All quantities are provisional.

(b) Chase cutting for concealed work shall deemed to be included in quoted lumpsum amount

of respective Building under Schedule 'A' Part-I B.

SCHEDULE 'A' PART-III A

(LIST OF WORKS AND PRICES - INTERNAL ELECTRIFICATION)

NAME OF WORK :- PROVISION OF 2 MW SOLAR ENERGY PROJECT AT MEERUT

UNDER GE (U) E/M MEERUT

TOTAL AMOUNT CARRIED OVER TO NEXT PAGE

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 65

1 2 3 4 5 6 7 8

Rs. 7520.50

6 S & F of lamp holder (angular/straight),

insulated body, with back plate for batten

fitting including all necessary accessories

complete all as specified and directed.

40.00

Each

4 160.00

7 S & F of ceiling rose, surface bakelite 65 X 50

mm, 3 terminals comple all as specified and

directed.

22.80

Each

81 1846.80

= Rs. 9527.30

AD/DD (Contracts)

For Accepting OfficerDated ………………………

(Signature of Contractor)

TOTAL AMOUNT CARRIED OVER TO BOQ

SCHEDULE 'A' PART-III A

(LIST OF WORKS AND PRICES - INTERNAL ELECTRIFICATION)

TOTAL AMOUNT BROUGHT FORWARD FROM LAST PAGE

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 66

S.

No.

Description of item of work Drg

No.

Rate

per

unit

(in Rs.)

Nos. of

unit

required

Amount Period of

completion

of

individual

item from

date of

handing

over site

Re

ma

rks

1 2 3 4 5 6 7 8

1 Excavation in trenches not exc. 1.50 m wide

and not exc. 1.50 m in depth for foundation

etc. or for manholes, cesspits, shafts etc.

erection of poles not exc. 10 Sqm on plan and

getting out in soft / loose soil complete all as

specified and directed.

115.20

Cum

2982.09 343536.77 Refer

Schedule

'A' Notes.

Refer

Sch 'A'

Notes.

2 Excavation in trenches not exc. 1.50 m wide

and exc. 1.50 m but not exc. 3.0 m in depth for

foundation etc. or for manholes, cesspits,

shafts erection of poles etc. not exc. 10 Sqm

on plan and getting out in soft / loose soil

complete all as specified and directed.

162.90

Cum

40 6516.00

3 Excavation in trenches not exc. 1.50 m wide

and not exc. 1.50 m in depth for foundation

etc. or for manholes, cesspits, shafts etc.

erection of poles not exc. 10 Sqm on plan and

getting out in hard / dense soil including of

cutting of roads complete all as specified and

directed.

202.50

Cum

5 1012.50

4 Excavation over areas not exc. 1.50 m deep

and getting out in soft / loose soil complete all

as specified and directed.

77.40

Cum

338 26161.20

5 Returning, filling in, including spreading,

levelling, watering and well ramming in layers

not exc. 25 cm thick in each layer as in soil

complete all as specified and directed.

41.70

Cum

1229.79 51282.24

Rs. 428508.71

SCHEDULE 'A' PART-IV

(LIST OF WORKS AND PRICES - SITE CLEARANCE AND EARTH WORK)NAME OF WORK :- PROVISION OF 2 MW SOLAR ENERGY PROJECT AT MEERUT

UNDER GE (U) E/M MEERUT

NOTES: - All quantities are provisional.

TOTAL AMOUNT CARRIED OVER TO NEXT PAGE

Contd...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 67

1 2 3 4 5 6 7 8

Rs. 428508.71

6 Excavating in post holes (or similar holes) each

n exc 0.5 cu. m, getting out, returning, filling in

and ramming earth or broken rubble mixed

with earth around, in layers not exceeding 25

cm, in soft / loose soil complete all as specified

and directed.

77.80

Each

224.00 17427.20

7 Removing surplus excavated material (SOIL) to

distance not exc. 50 m and depositing where

directed at a level not exc. 1.50 m above the

starting point complete all as specified and

directed.

96.10

Cum

1547.00 148666.70

8 Removing surplus excavated material (SOIL) to

distance exc. 50 m but not exc. 100 m and

depositing where directed at a level not exc.

1.50 m above the starting point complete all as

specified and directed.

109.20

Cum

572.41 62507.17

= Rs. 657109.78

AD/DD (Contracts)

For Accepting Officer

TOTAL AMOUNT BROUGHT FORWARD FROM LAST PAGE

Dated ………………………

(Signature of Contractor)

TOTAL AMOUNT CARRIED OVER TO BOQ

SCHEDULE 'A' PART-IV

LIST OF WORKS AND PRICES : SITE CLEARANCE AND EARTH WORK

Contd...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 68

S.

No.

Description of item of work Drg

No.

Rate per

unit

(in Rs.)

Nos. of

unit

required

Amount Period of

completion of

individual item

from date of

handing over

site

Re

ma

rks

1 2 3 4 5 6 7 8

1 Rolling and consolidating formation surfaces (in cutting)

with 8 to 12 tonne power roller complete to required

level, gradient, slopes, camber and super elevation

including filling depressions with and including approved

earth which may occur during rolling process complete all

as specified and directed.

8.00

Per 10

Sqm

78.00 624.00 Refer

Schedule 'A'

Notes.

Refer

Sch 'A'

Notes.

2 M & L for soling (or sub base) in 150 mm spread

thickness in two layers (each layer of 75 mm thick) with

broken stone boulders or quarried stone, 80mm to 40

mm size interstices filled, surface formed and rolled to

required level, camber, gradient and super elevation and

consolidating with 8 to 12 tonne power roller complete all

as specified and directed.

1203.60

Per 10

Sqm

78.00 93880.80

3 M&L for 150 mm thick (compacted thickness) WBM in

two layers (each layer of 75 mm thick), with broken

stone coarse aggregate (lime stone / sand stone / flint /

quartzite) of grading 2 (63 to 40 mm size for 1st layer)

and (50 to 20 mm size for 2nd layer) grading 3, spread,

rolled and consolidated to required gradient, camber,

level and super elevation with 8 to 12 tonne power roller

complete all as specified and directed.

1645.00

Per 10

Sqm

78.00 128310.00

4 M&L for preparing unsurfaced water bound macadam

top surfaces by brushing with wire brushes for removing

caked mud etc, sweeping with brooms and finally fanning

the cleaned surface with gunny bags to remove all loose

dirt etc complete all as specified and directed.

109.20

Per 10

Sqm

78.00 8517.60

5 M&L for applying evenly a tack coat of paving bitumen

@ of 10 kg / 10 sqm using paving bitumen of 80/100

etc complete all as specified and directed.

429.50

Per 10

Sqm

78.00 33501.00

6 M&L for providing premixed bituminous macadam

(consolidated thickness 40 mm) with 4% binder using

80/100 grade paving bitumen by weight of total mix

(paving bitumen any peneration) laid/rolled and

compacted to required gradient with 8 to 12 tonne power

rollerand complete all as specified and directed.

4163.10

Cum

39.00 162360.90

Rs. 427194.30TOTAL AMOUNT CARRIED OVER TO NEXT PAGE

NAME OF WORK :- PROVISION OF 2 MW SOLAR ENERGY PROJECT AT MEERUT

UNDER GE (U) E/M MEERUT

SCHEDULE 'A' PART-V

LIST OF WORKS AND PRICES : ROAD, PATH AND HARDSTANDING

NOTE :- ALL QUANTITIES ARE PROVISIONAL.

.CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 69

1 2 3 4 5 6 7 8

Rs. 427194.30

7 M&L for applying evenly a tack coat of paving bitumen

@ of 5 kg / 10 sqm using paving bitumen of 80/100

etc complete all as specified and directed.

214.50

Per 10

Sqm

78.00 16731.00

8 M&L for providing bituminous premix semi dense

asphaltic concrete (SDAC), 40 mm consolidated thickness

with 5.5% binder (using paving bitumen any penetration)

content by weight of total mix, rolled and compacted to

required camber and gradient with 8 to 12 tonne power

roller complete all as specified and directed.

2361.40

Per 10

Sqm

78.00 184189.20

9 M & L Painting lines, dashes, arrows, letters, etc. on

roads, pavements and the like exc 10cm wide with road

marking paint, white or golden yellow complete all as

specified and directed.

37.10

Sqm

52.00 1929.20

10 M & L forming berms, etc., Soling (or sub base) of old

size fly ash bricks one layer laid on edge soling bricks,

including filling of interstices and rolled and consolidated

to required gradient and camber complete all as specified

and directed.

1726.40

Per 10

Sqm

48.00 82867.20

11 M & L Sand filling under floors or in foundations including

watering and consolidation complete all as specified and

directed.

678.20

Cum

15.00 10173.00

12 M & L for providing plain cement concrete, type D-2,

1:4:8 (using 40 mm graded stone aggregate) as in

foundation, filling and mass concrete complete all as

specified and directed.

2303.30

Cum

44.00 101345.20

13 M & L Machine pressed precast concrete interlocking

paver block any shape and size confirming to IS 15658-

2006 of 80 mm thickness M-40 Grade with grey cement

and pigment set and bedded with sides are sealed with

PCC 1:2:4 type B1 (using 20 mm graded stone

aggregate) complete all as specified and directed.

578.10

Sqm

600.00 346860.00

14 Deduct to ser item No 06 and 08 here-in-before for each

extra kg of binder reduced46.90

Kg

0.00 0.00

NOTE: - All excavation and earthwork

involved in this schedule shall be measured

and paid separately under Schedule 'A' Part-

IV (Site clearance & earth work) except

otherwise mentioned in the description of any

item.

= Rs. 1171289.10

AD/DD (Contracts)

For Accepting Officer

TOTAL AMOUNT CARRIED OVER TO BOQ

(Signature of Contractor)

Dated ………………………

TOTAL AMOUNT BROUGHT FORWARD FROM LAST PAGE

SCHEDULE 'A' PART-V

LIST OF WORKS AND PRICES : ROAD, PATH AND HARDSTANDING

.CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 70

S.

No.

Description of items of works Drg.

No.

Rate per

unit

(Rs.)

Nos of

unit reqd

Amount

(Rs.)

Period of

completion

of individual

items from

date of

handing

over site

Re

ma

rks

1 2 3 4 5 6 7 8

1 M & L for providing plain cement concrete, type D-2,

1:4:8 (using 40 mm graded stone aggregate) as in

foundation, filling and mass concrete complete all as

specified and directed.

2303.30

Cum

1.50 3454.95 Refer

Schedule 'A'

Notes.

Refer

Sch 'A'

Notes.

2 M & L for brick work with fly ash old size bricks straight

or curved on plan exc. 6.00 m mean radius built in

cement mortar 1:4 complete all as specified and

directed.

2421.20

Cum

12.00 29054.40

3 M&L for PCC 1:2:4 type B-1 (using 20 mm graded stone

aggregate) as in coping and the like including weathering,

slightly rounded or chamferred angles and throating, use of

formwork straight or curved complete all as specified and

directed.

4144.40

Cum

1.00 4144.40

4 M & L for 15 mm thick rendering in cement mortar 1: 4 with

using WPC @ 3 % by weight of cement on fair faces of bricks

walls including finishing the surface even and smooth

complete all as specified and directed. (NOTE: - WPC shall be

measured and paid separately under respective item as

"Supply only".)

127.40

Sqm

105.00 13377.00

5 Supply only integral water proofing compound (Powder)

complete all as specified.

35.30

Kg

37.00 1306.10

6 M & L for cement concrete 1:4:8, type D-2 (using 40

mm graded stone aggregate) as in bed to drain pipes of

150 mm bore including packing under and haunching

against the sides of pipe completely after they are laid

and tested complete all as specified and directed.

177.20

RM

50.00 8860.00

7 M&L for 150 mm internal dia, SGSW drain pipe grade 'A'

in any length, jointed with cement mortar 1:1 laid in

trenches and tested complete all as specified and

directed.

209.00

RM

50.00 10450.00

Rs. 70646.85

SCHEDULE 'A' PART-VI A

LIST OF WORKS AND PRICES : SEWAGE DISPOSAL

NAME OF WORK :- PROVISION OF 2 MW SOLAR ENERGY PROJECT AT MEERUT UNDER GE (U) E/M MEERUT

NOTE :- ALL QUANTITIES ARE PROVISIONAL

TOTAL AMOUNT CARRIED OVER TO NEXT PAGE

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 71

1 2 3 4 5 6 7 8

Rs. 70646.85

8 M & L for providing pre-cast reinforced cement concrete

landing, manhole covers and similar items with plain

faces in cement concrete 1:2:4 type B-1, (using 20 mm

graded crushed stone aggregate) and setting in cement

mortar 1:4 with and including necessary formwork

complete all as specified and directed.

4817.60

Cum

1.00 4817.60

9 M & L for mild steel TMT bars 10 mm dia and over, cut

to length, bent to shape required including cranking,

bending spirally for hooping for columns and binding

with and including mild steel wire (annealed) not less

than 0.9 mm dia or securing with clips complete all as

specified and directed.

48.60

Kg

150.00 7290.00

NOTE: - All excavation and Earthwork involved in

this schedule shall be measured and paid

separately under schedule 'A' Part-IV.

= Rs. 82754.45

AD/DD (Contracts)

For Accepting Officer

(Signature of Contractor)

Dated ………………………

TOTAL AMOUNT CARRIED OVER TO BOQ

SCHEDULE 'A' PART-VI A

LIST OF WORKS AND PRICES : SEWAGE DISPOSAL

TOTAL AMOUNT BROUGHT FORWARD FROM LAST PAGE

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 72

S.

No.

Description of items of works Drg.

No.

Rate per

unit

(Rs.)

Nos of

unit

reqd

Amount

(Rs.)

Period of

completion

of individual

items from

date of

handing

over site

Re

ma

rks

1 2 3 4 5 6 7 8

1 M & L for providing plain cement concrete, type B-2,

1:2:4 (using 40 mm graded stone aggregate) as in

foundation, filling and mass concrete complete all as

specified and directed.

3062.50

Cum

155.00 474687.50 Refer

Schedule

'A' Notes.

Refer

Sch

'A'

Notes

.

2 M & L brickwork with fly ash old size bricks or brick

tiles in brickon- edge walls (less than ½ brick

thick),built in cement mortar 1:4 complete all as

specified and directed.

208.60

Sqm

1905.00 397383.00

3 M & L for providing Flush pointing to brick walls in

cement mortar 1:3 complete all as specified and

directed.

398.80

Ten Sqm

242.00 96509.60

4 M & L for providing Extra for forming fair finished

drain or channel 30 cm inner girth in cement

concrete, using ex- tra cement, including forms,

moulds, mi- tred/stopped ends etc. complete all as

specified and directed.

14.90

RM

1120.00 16688.00

5 Add or deduct for each 25 mm girth or part

thereof over or under 30cm ditto all as per ser item

No 4 here-in-before.

1.90

RM

26634.00 50604.60

6 M & L for providing pre-cast reinforced cement

concrete landing, manhole covers and similar items

with plain faces in cement concrete 1:2:4 type B-1,

(using 20 mm graded crushed stone aggregate) and

setting in cement mortar 1:4 with and including

necessary formwork complete all as specified and

directed.

4817.60

Cum

184.00 886438.40

7 M & L for mild steel TMT bars 10 mm dia and over,

cut to length, bent to shape required including

cranking, bending spirally for hooping for columns

and binding with and including mild steel wire

(annealed) not less than 0.9 mm dia or securing with

clips complete all as specified and directed.

48.60

Kg

10945.00 531927.00

Rs. 2454238.10

SCHEDULE 'A' PART-VII

LIST OF WORKS AND PRICES : AREA DRAINAGE

NAME OF WORK :- PROVISION OF 2 MW SOLAR ENERGY PROJECT AT MEERUT UNDER GE (U) E/M MEERUT

NOTE :- ALL QUANTITIES ARE PROVISIONAL

TOTAL AMOUNT CARRIED OVER TO NEXT PAGE

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 73

1 2 3 4 5 6 7 8

Rs. 2454238.10

8 M & L for mild steel TMT bars 6 to 8 mm dia, cut to

length, bent to shape required including cranking,

bending spirally for hooping for columns and binding

with and including mild steel wire (annealed) not less

than 0.9 mm dia or securing with clips complete all

as specified and directed.

49.10

Kg

6852.00 336433.20

9 M & L for brick work with old size fly ash bricks or

brick tile laid on edge in floors bedded and jointed

in cement mortar 1:6 and pointed in cement

mortar 1:3

331.70

Sqm

515.00 170825.50

10 M & L for PCC 1:2:4 type B-1 (using 20 mm graded

stone aggregate) as in coping and the like including

weathering, slightly rounded or chamferred angles and

throating, use of formwork straight or curved complete

all as specified and directed.

4144.40

Cum

11.20 46417.28

NOTE: - All excavation and Earthwork

involved in this schedule shall be measured

and paid separately under schedule 'A' Part-

IV.

= Rs. 3007914.08

AD/DD (Contracts)

For Accepting Officer

TOTAL AMOUNT CARRIED OVER TO BOQ

(Signature of Contractor)

Dated ………………………

SCHEDULE 'A' PART-VII

LIST OF WORKS AND PRICES : AREA DRAINAGE

TOTAL AMOUNT BROUGHT FORWARD FROM LAST PAGE

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 74

S.

No.

Description of items of works Drg.

No.

Rate per

unit

(Rs.)

Nos of

unit reqd

Amount

(Rs.)

Period of

completion

of

individual

items from

date of

handing

over site

Re

ma

rks

1 2 3 4 5 6 7 8

1 M & L for providing plain cement concrete, type D-

2, 1:4:8 (using 40 mm graded stone aggregate) as

in foundation, filling and mass concrete complete

all as specified and directed.

2303.30

Cum

54.52 125575.92 Refer

Schedule

'A' Notes.

Refer

Sch

'A'

Notes

.

2 M & L for brick work with fly ash old size bricks

straight or curved on plan exc. 6.00 m mean radius

built in cement mortar 1:6 complete all as specified

and directed.

2249.50

Cum

340.00 764830.00

3 M&L for PCC 1:2:4 type B-1 (using 20 mm graded

stone aggregate) as in coping and the like including

weathering, slightly rounded or chamferred angles

and throating, use of formwork straight or curved

complete all as specified and directed.

4144.40

Cum

18.05 74806.42

4 M & L for 15 mm thick rendering in cement mortar

1: 6 on fair faces of bricks walls or concrete

surfaces including finishing the surface even and

smooth without using extra cement complete all as

specified and directed.

110.20

Sqm

818.10 90154.62

5 M & L for 15 mm thick rendering in cement mortar

1: 6 on stone masonary or surface other than fair

faces of bricks walls or concrete surfaces including

finishing the surface even and smooth without

using extra cement complete all as specified and

directed.

126.60

Sqm

825.00 104445.00

6 Supply, fabricating and fix posts and struts in

fencing (angle iron of size 65 x 65 x 6 mm)

including cutting tops to shape as directed, drilling

holes, notching for wire, etc.; 40 x 6 mm flat iron

fillets (for securing wire mesh etc.) fixed

independenly as in fencing post and struts but to

shape as directed including all necessary drilling,

bolting or riveting, etc., and similar work

conforming to Fe-290 Gde E-165 complete all as

specified and directed.

70.30

Kg

10900.00 766270.00

Rs. 1926081.96TOTAL AMOUNT CARRIED OVER TO NEXT PAGE

SCHEDULE 'A' PART-VIII

LIST OF WORKS AND PRICES : COMPOUND WALL AND GATE

NAME OF WORK :- PROVISION OF 2 MW SOLAR ENERGY PROJECT AT MEERUT UNDER GE (U) E/M MEERUT

NOTE :- ALL QUANTITIES ARE PROVISIONAL

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 75

1 2 3 4 5 6 7 8

Rs. 1926081.96

7 S & F of galvanised, 2 strand, steel barbed wire

2.24 mm dia barbed with 2 mm dia barbs at 75 mm

spacing and straining and fixing to any type of

standard rails, straining bolts, including securing or

tying at crossings with and provision of galvanised

mild steel wire, straining bolts at ends, staples or

steel pins etc. complete all as specified and

directed.

810.00

100 RM

73.80 59778.00

8 M & L for preparation of new or previously

untreated steel surfaces over 10 cm width or girth

and applying two coats of synthetic enamel paint

over one coat of red oxide primer complete all as

specified and directed.

58.20

Sqm

273.86 15938.65

9 M & L for preparation of newly plastered or un-

plastered surfaces of walls and applying two coats

of cement base paint over one coat of alkali

resistant primer complete all as specified and

directed.

48.10

Sqm

1591.83 76567.02

10 M & L for providing plain cement concrete, type C-

2, 1:3:6 (using 40 mm graded stone aggregate) as

in foundation, filling and mass concrete complete

all as specified and directed.

2579.00

Cum

46.00 118634.00

11 M & L for mild steel TMT bars 10 mm dia and over,

cut to length, bent to shape required including

cranking, bending spirally for hooping for columns

and binding with and including mild steel wire

(annealed) not less than 0.9 mm dia or securing

with clips complete all as specified and directed.

48.60

Kg

1800.00 87480.00

12 M & L for preparation of new or previously

untreated steel surfaces not exceeding 10 cm width

or girth and applying two coats of synthetic enamel

paint over one coat of red oxide primer complete

all as specified and directed.

62.20

Ten RM

625.00 38875.00

13 Supply only Chain link MS galvanised fencing

including line wire with galvanised wire hot dipped

(IS-2721) of 4 mm dia and mesh of size 100 x 100

mm complete all as specified and directed

67.00

Kg

4050.00 271350.00

14 Fixing only chain link fencing including line wires,

any mesh, size and type to any type of standards,

rails, straining bolts, etc. including provision of

binding wire complete all as specified and directed.

4.20

Sqm

1620.00 6804.00

Rs. 2601508.63

SCHEDULE 'A' PART-VIII (CONTD……)

LIST OF WORKS AND PRICES : COMPOUND WALL AND GATE

TOTAL AMOUNT BROUGHT FORWARD FROM LAST PAGE

TOTAL AMOUNT CARRIED OVER TO NEXT PAGE

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 76

1 2 3 4 5 6 7 8

Rs. 2601508.63

15 S & F Mild steel nuts and bolts not less than 12 mm

dia machine made with hexagonal or square head

one end and screwed the other, or screwed both

ends; each screwed end to be fitted with washers

and one hexagonal or square nut not exceeding 6

cm long @ 450 mm centre to centre complete all

as specified and directed.

91.80

Kg

310.00 28458.00

16 S & F Framed mild steel work as in doors or gates

of ornamental type conforming to Fe-290 gde E-

165 with gusset plates, rails, braces, etc.,

complete, drilled for fixing of steel sheeting or

other covering. Doors, etc. to be prepared for

hanging or sliding with and including either hooks,

pintle and hinges, hand made sliding bolts etc or

steel hanging door fittings and hanging; also

fastening and fixing complete all as specified and

directed.

58.00

Kg

100.00 5800.00

17 S & F 1.6 mm thick Mild steel, plain, black sheet in

wall cladding, steel gates and similar work, cut to

size, holes punched; including round headed

screws, clout nails or rivets and fixed to wood or

steel framing with plain 40 mm lap joints with

riveted or welded seams, including bending or

turning up, mitred angles, etc. as required

complete all as specified and directed

697.50

Sqm

4.86 3389.85

NOTE: - All excavation and Earthwork

involved in this schedule shall be measured

and paid separately under schedule 'A' Part-

IV.

= Rs. 2639156.48

AD/DD (Contracts)

For Accepting OfficerDated ………………………

SCHEDULE 'A' PART-VIII (CONTD……)

LIST OF WORKS AND PRICES : COMPOUND WALL AND GATE

TOTAL AMOUNT BROUGHT FORWARD FROM LAST PAGE

TOTAL AMOUNT CARRIED OVER TO BOQ

(Signature of Contractor)

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 77

S.

No.

Description of items of works Drg

.

No.

Rate per

unit

(Rs.)

Nos of

unit

reqd

Amount

(Rs.)

Period of

completion

of individual

items from

date of

handing

over site

Re

ma

rks

1 2 3 4 5 6 7 8

1 Supply, fixing, laying and testing of 50 mm bore

steel water tubing medium grade galvanised with

and including all GI fittings as required at site, laid

in trenches or floors, fixed on walls complete all as

specified and directed.

415.90

RM

100 41590.00 Refer

Schedule 'A'

Notes.

Refer

Sch 'A'

Notes.

2 Supply, fixing, laying and testing of 25 mm bore

steel water tubing medium grade galvanised with

and including all GI fittings as required at site, laid

in trenches or floors, fixed on walls complete all as

specified and directed.

214.90

RM

140 30086.00

3 S & F of 50 mm bore gunmetal globe or gate valve,

with iron wheel head, screwed both ends for iron

pipe complete all as specified and directed.

893.10

Each

3 2679.30

4 S & F of 25 mm bore gunmetal globe or gate valve,

with iron wheel head, screwed both ends for iron

pipe complete all as specified and directed.

413.80

Each

4 1655.20

5 M&L for PCC 1:3:6 type C-1 (using 20 mm graded

stone aggregate) as in coping and the like including

weathering, slightly rounded or chamferred angles

and throating, use of formwork straight or curved

complete all as specified and directed.

3656.70

Cum

1.00 3656.70

NOTE: - All excavation and Earthwork

involved in this schedule shall be measured

and paid separately under schedule 'A' Part-

IV.

= Rs. 79667.20

AD/DD (Contracts)

For Accepting OfficerDated ………………………

SCHEDULE 'A' PART-IX A

LIST OF WORKS AND PRICES : EXTERNAL WATER SUPPLY

NAME OF WORK :- PROVISION OF 2 MW SOLAR ENERGY PROJECT AT MEERUT

UNDER GE (U) E/M MEERUT

TOTAL AMOUNT CARRIED OVER TO BOQ

(Signature of Contractor)

NOTE :- ALL QUANTITIES ARE PROVISIONAL

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 78

S.

No.

Description of items of works Drg.

No.

Rate per

unit

(Rs.)

Nos of

unit

reqd

Amount

(Rs.)

Period of

completion

of individual

items from

date of

handing

over site

Re

ma

rks

1 2 3 4 5 6 7 8

1 Supply and laying in trenches / ducts, passing

through pipe / fixing on poles 1100 volts grade, 10

Sqmm 4 core, electric power cable (heavy duty),

XLPE PVC insulated and PVC sheathed galvanised

steel strip or wire armoured with stranded

aluminium conductor including commissioning and

testing complete all as specified and directed.

128.00

RM

900 115200.00 Refer

Schedule

'A' Notes.

Refer

Sch 'A'

Notes.

2 Supply, transporting, errecting steel tubular

swaged pole ISI marked, type 410- SP-31, 9.00

metre long, complete with mild steel base plate,

pole cap, finial taper plug, bolts, nuts, washers etc.

including painting two coats of aluminium paint

over a coat of red oxide primer including 3 Nos. of

bands / strips painted with post office red and

white colour (300 mm each) in alternate layer from

plinth block, marking of pole number with black

synthetic enamelled paint 2.5 cm height including

one coat black bitumenous paint on steel surface

embedded in concrete foundation complete all as

specified and directed.

7891.70

Each

30 236751.00

3 Supply, transporting, errecting steel tubular

swaged pole ISI marked, type 410- SP-55, 11.00

metre long, complete with cast iron base plate,

pole cap, finial taper plug, bolts, nuts, washers etc.

including painting two coats of aluminium paint

over a coat of red oxide primer including 3 Nos. of

bands / strips painted with post office red and

white colour (300 mm each) in alternate layer from

plinth block, marking of pole number with black

synthetic enamelled paint 2.5 cm height and 30 cm

from plinth block including one coat black

bituminous paint on steel surface embedded in

concrete foundation complete all as specified and

directed.

11352.40

Each

4 45409.60

Rs. 397360.60TOTAL AMOUNT CARRIED OVER TO NEXT PAGE

SCHEDULE 'A' PART-X A

LIST OF WORKS AND PRICES : EXTERNAL ELECTRIC SUPPLY

NAME OF WORK :- PROVISION OF 2 MW SOLAR ENERGY PROJECT AT MEERUT UNDER GE (U) E/M MEERUT

NOTE :- ALL QUANTITIES ARE PROVISIONAL

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 79

1 2 3 4 5 6 7 8

Rs. 397360.60

4 Material and labour pin type porcelain, vitreous,

white brown or green insulator including one

galvanised mild steel spindle, two galvanised

washers and one galvanised nut 100 mm height,

65 mm dia for 1100 V grade complete all as

specified and directed.

73.00

Each

10 730.00

5 Supply and fixing anticlimbing device, comprising

2.24 mm dia galvanised steel two strand barbed

wire with 2.00mm dia barbs wrapped spirally round

poles, to a length of 0.5 to 1.0 metre clamped and

properly secured complete all as specified and

directed.

6866.00

Qtl

4 27464.00

6 Material and labour danger notice plate of 1.6 mm

thick mild steel vitreous enamelled white of size 25

x 20 cm with letter figure and conventional skull

bones in red signal colour and fixed with mild steel

clamps, nuts, bolts and washer clamps made out of

25 x 3 mm for HT poles / transformers etc

complete all as specified and directed and as

shown in drg.

108.00

Each

4 432.00

7 Supply and fix 50 mm bore of High density

polyethylene pipes (HDPE) of pressure rating 6

kgf/cm2 laid in trenches under rood/footpath or

fixed to pole with necessary clamps complete all as

specified and directed.

146.30

RM

50 7315.00

8 Supply and fix 80 mm bore Unplasticised PVC

pipes of pressure rating 10 kgf/cm2 laid in trenches

under rood/footpath or fixed to pole with necessary

clamps complete all as specified and directed.

289.20

RM

60 17352.00

9 M & L prefabricated (with drilled holes etc) in

position mild steel work in cross arms, channel,

bracing, supports, clamps and back plate,

fabricated from structural steel sections and FI

clamps (full, half, D and earth clamp etc) including

nut-bolts and washers, welding, bending cold or

hot, drilling holes for bolts in any shape or size as

indicated or directed and applying two coats of

aluminium paint over one coat of red oxide primer

complete all as specified and directed.

8584.00

Qtl

4 34336.00

Rs. 484989.60

SCHEDULE 'A' PART-X A

LIST OF WORKS AND PRICES : EXTERNAL ELECTRIC SUPPLY

TOTAL AMOUNT BROUGHT FORWARD FROM LAST PAGE

TOTAL AMOUNT CARRIED OVER TO NEXT PAGE

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 80

1 2 3 4 5 6 7 8

Rs. 484989.60

10 Material and labour aluminium conductor, steel

reinforced of any size on HT over head line

including necessary binding work, jumpering,

maintaining proper sag as per latest IE rule

complete and all as specified and

directed

19168.00

Qtl

2 38336.00

11 Suply, installing, commissioning and testing of

lighting arrestors HT non linear resistor type

conforming to IS-3070 Part I of 1985 suitable for

33 KV O/H lines of normal discharge capacity 65

Kilo Amps complete mounted on HT two pole

structure including nut, bolts, washers and

connected to earth all as specified and directed.

Note : Nuts, bolts and washers shall be measured

and paid separately under appropriate items.

9865.00

Set of

three

1 9865.00

12 M & L for providing plain cement concrete type C-

2, 1:3:6, (using 40 mm graded stone aggregate),

as in pole foundation, stays etc complete all as

specified and directed.

2579.00

Cum

40 103160.00

13 M&L for PCC 1:2:4 type B-1 (using 20 mm graded

stone aggregate) as in coping and the like including

weathering, slightly rounded or chamferred angles

and throating, use of formwork straight or curved

complete all as specified and directed.

4144.40

Cum

5 20722.00

14 M & L for river sand, dry, washed, clean and

screened, fine sand free from sharp materials as in

filling in trenches for cable protection including

necessary punning and consolidation as required

complete all as specified and directed.

558.10

Cum

332 185289.20

15 Supply and laying un-reinforced precast concrete

cable cover, class HVP, type 1 with

peak, size 300mm x 180mm x 40mm for cable

protection complete all as specified and directed.

38.00

Each

18000 684000.00

Rs. 1526361.80

SCHEDULE 'A' PART-X A

LIST OF WORKS AND PRICES : EXTERNAL ELECTRIC SUPPLY

TOTAL AMOUNT BROUGHT FORWARD FROM LAST PAGE

TOTAL AMOUNT CARRIED OVER TO NEXT PAGE

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 81

1 2 3 4 5 6 7 8

Rs. 1526361.80

16 M & L for laying fly ash brick as in protection

covers over cables using well burnt fly ash bricks

complete all as specified and directed.

2.70

Each

6800 18360.00

NOTE: - All excavation and Earthwork

involved in this schedule shall be measured

and paid separately under schedule 'A' Part-

IV.

= Rs. 1544721.80

AD/DD (Contracts)

For Accepting Officer

TOTAL AMOUNT BROUGHT FORWARD FROM LAST PAGE

Dated ………………………

TOTAL AMOUNT CARRIED OVER TO BOQ

(Signature of Contractor)

SCHEDULE 'A' PART-X A

LIST OF WORKS AND PRICES : EXTERNAL ELECTRIC SUPPLY

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 82

SCHEDULE 'B' LIST OF MATERIAL TO BE ISSUED BY THE DEPARTMENT

(SEE CONDITION 10 OF IAFW – 2249)

S. NO.

PARTICULARS 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 ISSUED

TO THE CONTRACTOR (SEE CONDITIONS 15, 34 & 35 OF IAFW-2249)

S. No.

Particulars Details of MES crew supplied

Hire charges per unit per working day

Rs.

Stand by charges per unit per Off

days Rs.

Place of

issue

Remarks

1 2 3 4 5 6 7

- NIL -

-------------------------------------------------------------------------------------------------------------------------------

SCHEDULE 'D' TRANSPORT TO BE HIRED TO THE CONTRACTOR

(SEE CONDITIONS 16 & 35 OF IAFW-2249)

S. No. Quantity Particulars Rate per unit per working day

Place of issue (by name)

Remarks

1 2 3 4 5 6

- NIL -

-------------------------------------------------------------------------------------------------------------------------------

(Signature of Contractor) AD/DD (Contracts) Dated…………………………… For Accepting Officer

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 83

T E N D E R To, The president of India, Having examined and perused the following documents: - 1. Specifications signed by AAD / AD / DD / Director (Contracts). 2. Drawings as detailed in the specifications or list of drawings. 3. Schedule ‘A’, ‘B’, ‘C’ and ‘D’ attached hereto. 4. MES Standard Schedule of rates Part-I (Specifications) 2009 Print and Part-II (Rates) 2010 Print (here-in-after and in IAFW – 2249 referred to as the ‘MES Schedule’) together with amendments Nos. 1 To 3 for SSR Part-I (2009) Print and amendments Nos. 1 To 56 for SSR Part-II (2010) Print. 5. General Conditions of Contracts IAFW – 2249 (1989 Print) together with errata No 1 To 20 and amendment No 1 To 40. 6. WATER: CONDITION 31 OF IAFW – 2249 (GENERAL CONDITIONS OF CONTRACTS): - Water will not be supplied by MES and contractor shall make his own arrangement for water supply required for construction of work and drinking water for his employees. 7. Should this tender to be accepted, I / we agree: - * (a) That the sum of Rs. ……………… (RUPEES ………………………………………………… ONLY) forwarded as earnest money shall either be retained as part of the security deposits 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 at the item rates contained in the aforesaid Schedule ‘A’ (BOQ) or at such other rates as may be fixed under the provision of condition 62 of IAFW – 2249 and to carryout such deviations as may be ordered vide conditions 7 of IAFW-2249 up to maximum 10% (TEN PERCENT) and further agree to refer all disputes as required by condition 70 of IAFW-2249 to the Sole Arbitrator who shall be serving officer having degree in Engineering or equivalent or having passed final / direct final examinations of Sub-divisions – II of Institution of Surveyors (India) recognized by Govt. of India to be appointed by Engineer-in-Chief, Army Head Quarters, New Delhi-110011 or in his absence the officer officiating as Engineer-in-Chief, or Director General of works, if powers specifically delegated in writing by Engineer-in-Chief's, Army Head Quarters, New Delhi-110011, whose decision shall be final, conclusive and binding. * To be deleted where not applicable.

Contd…

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 84

T E N D E R (CONTD....)

Brought forward Rs. ………………………………

For the lump sum of Rs. …………………………………………… (Rupees ………………………………………………………

……………………………………………………………………………………………………………………………………………………)

Signature …………………………………………………… in the capacity of………………………………………………………

Name of signatory………………………………………………………………………………………… (IN BLOCK LETTERS)

duly authorised to sign the tender for and on behalf of

M/S……………………………………………………………………………………………………………… (IN BLOCK LETTERS)

Postal Address…………………………………………

Witness…………………………………………… ………………………………………………………………

M/S………………………………………………… ………………………………………………………………

Address…………………………………………… Telephone No …………………………………………

……………………………………………………… Telegraphic Address ……………………………….

Telephone No…………………………………

A C C E P T A N C E

1. ………… Alterations have been made to the documents and as evidence that these

alterations were made before execution of the Contract Agreement; they have been initialed by

the contractor and Shri Rajeshwar Prasad, Assistant Director (Contracts)/ Shri B D Pandey, Dy

Dir (Contracts). The said officer is hereby authorised to sign and initial on my behalf the

documents forming part of this contract.

2. The above tender was accepted by me on the ……………… day of ………………… 2018 on

behalf of the President of India for the lump sum of Rs. ……………………………………………………

(Rupees …………………………………………………………………………………………………………………………

………………………………………………………………………………………………………………………………only).

Signed on…………………Day of…………………2018.

BRIGADIER Appointment: CHIEF ENGINEER BAREILLY ZONE, BAREILLY ACCEPTING OFFICER

(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 85 TO 117

AND 118 TO 124

GENERAL CONDITIONS OF CONTRACTS (IAFW-2249 PRINT-1989) FOR

*LUMP SUM CONTRACTS (IAFW-2159)

*MEASUREMENT CONTRACTS (IAFW – 1779 OR 1779 A)

*TERM CONTRACTS (IAFW-1821)

A copy of GENERAL CONDITIONS OF CONTRACTS (IAFW-2249 PRINT-1989) with errata

and amendments has been supplied to me / us and is in my / our possession. I / we have read

and understood the provisions contained in the aforesaid GENERAL CONDITIONS OF

CONTRACTS before submission of this tender and I / we agree that I / we shall abide by the

terms and conditions thereof.

It is hereby further agreed and declared by me / us that the GENERAL CONDITIONS OF

CONTRACTS (IAFW-2249 PRINT-1989) including condition 70 thereof pertaining to settlement of

disputes by Arbitration containing 33 pages (SERIAL PAGE NO. 85 TO 117) with errata 01 to 20 and

amendment No. 01 to 40 (SERIAL PAGE NO. 118 TO 124) shall form part of these tender

documents.

* Delete whichever is not applicable.

NOTE: - In case of difference in interpretation, due to wording in English and Hindi version, the English version will prevail.

AD/DD (Contracts) (Signature of Contractor) For Accepting Officer Dated…………………………

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 125

SCHEDULE OF MINIMUM WAGES

It is hereby agreed that the “Schedule of Minimum Wages” as published vide Government of

India / State Govt. / Govt. Local authorities, whichever is highest and which specifics minimum rates of

wages for various categories of workmen as applicable on the last due date of receipt of this tender

shall form part of these tender.

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

forming part of these tender documents.

AD/DD (Contracts) (Signature of Contractor) For Accepting Officer Dated…………………………

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 126

SPECIAL CONDITIONS (Contd…)

CONTD … …

1. GENERAL The following Special Conditions shall be read in conjunction with the general Conditions of Contracts, IAFW-2249 and IAFW-1779-A including Errata / amendments thereto. If any provision in these Special Conditions is at variance with that of the aforesaid documents, the former shall be deemed to take precedence there over. The term General specification used in any of the documents forming part of the contract refers to the specification contained in the MES Schedule. 2. ADMISSION TO SITE BY CONTRACTOR AND RESPONSIBILITY TO ASCERTAIN HIS OWN INFORMATION. (a) The tenderers shall contact the GE for the purpose of inspection of site (s) and relevant documents other than those sent herewith, who will give reasonable facilities for this purpose. The tenderers shall also make themselves familiar with working conditions, accessibility of site(s) availability of materials and other cogent conditions which may affect the entire completion of work under this contract. (b) The tenderers shall be deemed to have visited the site(s) before quoting rate and made themselves familiar with the working conditions, whether they actually inspect the site(s) or not. 3. CONDITIONS FOR WORKING 3.1 (a) The work lies in UNRESTRICTED AREA. However, the contractor, his agents, working

people and vehicles may pass through the unit lines in which case the Engineer-in-Charge shall, at his discretion, have the right to issue passes to control their admission to the site of work or any part thereof. The contractor shall on demand by the Engineer-in-Charge submit a list of personnel‟s, etc. concerned and shall satisfy the Engineer-in-Charge as to the bonafides of such people having been checked. Passes shall be returned at any time on demand by the Engineer-in Charge and in any case on completion of work. (b) The contractor and his agents, employees and work people shall observe all the rules promulgated by the authority controlling the area in which the work is to be carried out e.g. prohibition of smoking, lighting and fire precaution, search of persons at entry and exit, keeping specified routes, restricted hours of working etc. Any person found violating the security rules laid down by the authority, shall be immediately expelled from the area without assigning any reasons whatsoever and the contractor shall have no claim on this account. Nothing shall be admissible for any man hours lost on this account.

4. ACCEPTABLE QUALITY OF WORK AND FINISHES

(i) To determine the acceptable standard of materials and workmanship/final finishes and layout of fittings etc, the contractor shall execute stages of work viz excavation, foundation concrete, walling upto plinth/lintel/roof levels, roofing, flooring, joinery, built in items, finishes and the like and services i.e. internal electrification, water supply, plumbing, sanitary fittings as directed by the GE under the close supervision of Engineer-in-Charge and shall get it approved by the GE. The workmanship of various trades, finishes and fittings shall serve as guiding samples.

(ii) Approval of the stages and workmanship of sample finishes and fittings shall be separately entered and approved in stage passing register giving reference for easy identification even at a later date.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 127

SPECIAL CONDITIONS (Contd…)

CONTD … …

5. WORK ON HOLIDAY The contractor shall not carryout any work on gazetted holidays except when he is specially authorised in writing to do so by GE. The GE may at his sole discretion declare any day as holiday or non-working day without assigning any reason for such declaration. 6. RECORD OF CONSUMPTION OF CEMENT 6.1 The contractor shall maintain a pucca bound register with serially numbered pages with all pages initialed by Engineer-in-Charge against numbering showing quantities of cement received, used in the work and balance at the end of each day. The form of record shall be as approved by Engineer-in-Charge. The register shall be signed daily by the representatives of MES and the contractor in token of verification of its correctness and will be checked by Engineer-in-Charge, at least once a week. 6.2 The register shall be kept at site in safe custody of the contractor‟s representative during the progress of the work and shall on demand, be produced for verification to the inspecting officer(s). 6.3 On completion of the work the contractor shall deposit the cement register with the Engineer-in-Charge for record. 7. MINIMUM WAGES PAYABLE (REFER CONDITION 58 OF IAFW-2249) 7.1 Refer condition 58 of IAFW-2249. The contractor shall not pay wages lower than minimum wages including allowances for labour as fixed by Govt. of India/State Govt. OR Union Territory whichever is higher. 7.2 The fair wages referred to in condition 58 of IAFW-2249 will deemed to be the same as the minimum wages payable referred to above. 8. ROYALTIES

Refer condition 14 of general condition of contracts (IAFW-2249). Quarries on defence land are not available. 9. LAND FOR TEMPORARY WORKSHOP, STORES ETC. Delete the following from lines 5 to 9 of sub para 1 of condition 24 0f IAFW-2249 reading “in the event of area of land..... land allotted to him” and insert as under : -

" Separate land will not be allotted to the contractor for the storage of materials, temporary workshop and offices. The land for these purposes shall be arranged by contractor at his own and the lump sum cost quoted in the tender shall deemed to be included for the same."

10. WATER 10.1 Refer condition 31 of General Conditions of Contracts (IAFW-2249) and clause 1.13 of MES Schedule Part I. 10.2 Water will not be supplied by MES. Contractor shall make his own arrangement for supply of water required for the work and his labour/workmen employed on the work. However, if he so desired, the contractor will be allowed to dig / bore tube well or hand pump on defence land at the site(s) of works at his own expense and without any extra cost to Govt. The pump and other connected items such as pipes etc. required for the same shall be procured by the contractor under his own arrangements in such case. No charges will be levied for allowing the contractor to dig tube well/hand pump on defence land.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 128

SPECIAL CONDITIONS (Contd…)

CONTD … …

10.3 Where the contractor arranges water under his own resources by way of digging/boring tube well or hand pump or otherwise, it will be ensured by him that the water is free from injurious quantities of acids, alcohol, silt, oil, organic matters or other impurities specified in the relevant IS and water is clean, potable and suitable for mixing mortar, for washing aggregate, for curing concrete and plaster etc. In such cases water shall be got tested under contractor's own arrangements from Govt approved test laboratories and the test report shall be kept on record. 10.4 Contractor may drill the bore well(s) of appropriate size and depth on Govt. land at the point approved by the GE. It is the express condition of the contract that after completion of the work such drilled bore well(s) at site shall become Government property without any cost to contractor and contractor shall not destroy / dismantle the same and shall not remove the casing pipes from bore well(s) 11. CO-OPERATION WITH OTHER AGENCIES The contractor shall permit free access and generally afford reasonable facilities to other agencies or departmental workmen engaged by the Govt. to carryout their part of the work, if any, under separate arrangements. 12. ELECTRIC SUPPLY Electric supply required for the work up to a maximum 5 KW single phase / three phase shall be made available by the MES at point(s) shown on site plan. The exact location of the electric point(s) will be shown by the GE. KWH meters to register the electric energy supplied and main switch shall be provided and installed by the MES. Contractor shall provide all necessary cables, fittings etc. from the tapping point in order to ensure a proper and suitable supply of electricity for execution of work. The contractor will be charged for the electric energy consumed for execution of work at the following rates:- (a) At Rs. 6.16 (Rupees Six and Paise Sixteen only) per unit for lighting and power. 12.1 MES do not guarantee continuity of supply and no compensation whatsoever shall be allowed for supply becoming intermittent or for break down in the system. 12.2. GE or his representative shall be free to inspect all the power consuming devices or any electric lines provided by the contractor. Any devices or electric lines provided by the contractor, which are not to the satisfaction of the GE shall be disconnected from the supply, if so directed by him. 13. NET WORK ANALYSIS 13.1. The time and progress chart to be prepared as per condition 11 of General Conditions of Contracts (IAFW-2249) shall consist of detailed net work analysis and a time Schedule. The critical path net work will be drawn jointly by the GE and the contractor soon after acceptance of tender. The time scheduling of the activities will be done by the contractor so as to finish the work with in the stipulated time. On completion of the time Schedule, a firm calendar date Schedule will be prepared and submitted by the contractor to the 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 of site.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 129

SPECIAL CONDITIONS (Contd…)

CONTD … …

13.2. During currency of the work, the contractor is expected to adhere to the time Schedule and this adherence will be a part of his/their performance under the contract. During the execution of the work, the contractor is expected to participate in the reviews and updating of the net work undertaken by the GE, either as a periodical appraisal measure or when the quantum of work ordered on the contractor is substantially changed through deviation orders or amendments. Any revision of the time Schedule as result of the review will be submitted by the contractor to the GE within a week for his approval after due scrutiny. 13.3. The contractor shall adhere to the revised time Schedule thereafter. In case of contractor disagreeing with revised Schedule, the same will be referred to the Accepting Officer, whose decision shall be final, conclusive and binding. GE's approval to the revised Schedule resulting in a completion date beyond the stipulated date of completion shall not automatically amount to a grant of extension of time. Extension of time shall be considered and decided by the appropriate authority mentioned in condition 11 of IAFW-2249 and separately regulated. 13.4. Contractor shall mobilise and employ sufficient resources to achieve the progress, detailed within the broad framework of the accepted method of working and safety. No additional payment will be made to contractor for any multiple shift work or other intensive methods contemplated by him in his Schedule, even though the time schedule is approved by the department. 14. SAMPLE OF MATERIALS 14.1. Refer condition 10 of IAFW-2249 and clause 1.6 & 1.7 of MES Schedule Part-I. 14.2. Materials provided by the contractor for incorporation in the works, unless otherwise specified in the particular specifications, shall be ISI marked. IS means Indian Standards as issued by the Indian Standard Institute. Wherever in the specifications I.S is referred to, it means the edition with all amendments, current on the due date of receipt of the tender documents. The materials listed in Appx 'B' shall be of the makes as specified therein. 14.3. The tenderer is advised to inspect other 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. The materials (not listed in Appendix 'A' and 'B') to be incorporated in the work by the contractor shall be IS marked or shall be equal or superior in quality to sample displayed and shall comply with the specifications given hereinafter. In case the contractor provides products of superior specification after getting it approved, it shall be at his own cost and nothing extra shall be payable on this account. 14.3.1 For obtaining sample approval, Contractor shall download list of BIS marked manufacturers from BIS site www.bis.org.in. They shall select manufacturer(s) meeting contract specifications criteria and handover the report with a request letter to Engineer-in-Charge with his signatures. The Engineer-in-Charge shall verify its correctness by visiting the BIS site and process it to GE with his recommendations. AE / JE (QS&C) of GE shall recheck the same from internet, endorse his recommendation and put up for approval of GE. 14.3.2 The printout having signature of all concerned including GE shall be kept on record and approval shall be conveyed within 7 days of Contractor‟s request.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 130

SPECIAL CONDITIONS (Contd…)

CONTD … …

14.3.3 After sample approval GE shall send an e-mail to manufacturer (not the authorised dealer). Intimating him name of firm, approx quantity of materials being procured by the Contractor and request the manufacturer to ensure that his product only is purchased by the Contractor from proper authorised source. A printout of the e-mail sent to manufacturer shall be kept on record duly signed by GE and a copy thereof shall be sent by post to the manufacturer. 14.3.4 In cases involving suspected procurement of spurious material purchase vouchers shall be verified through the manufacturer and proof of payment shall be obtained from the Contractor. The payment of such doubtful material shall be allowed only after GE satisfies himself about the genuineness of materials. 14.4. The contractor shall not procure materials unless the samples are first approved by GE. 14.5 The cost of testing of all materials shall be borne by the contractor. While quoting their lump sum, this aspect should be kept in mind and nothing extra shall be admissible on this account. 15. PERIOD FOR KEEPING THE TENDER OPEN The tender shall remain open for acceptance for a period of 90 (NINETY) days from the date on which the tenders are due to be submitted. 16. ADVANCE ON ACCOUNT OF MATERIALS WHICH DO NOT LOOSE IDENTITY (APPLICABLE TO CONTRACTS OF VALUE Rs.50 LAKHS AND ABOVE)

The contractor may be paid advance on account of the full value of the under mentioned materials only, brought on the site, on his furnishing guarantee Bonds from a Scheduled Bank for the amount of retention money which should otherwise be recoverable from him under the contract.

(a) Poles (b) Transformers (c) ACSR Conductor (d) Cables (e) Factory made panelled shutters (f) Factory made pressed steel door frame (g) Factory made steel windows and ventilators (h) Sanitary, toilet fittings and appliances (j) All other equipments/accessories and fittings included in Schedule „A‟ (k) (l) (m)

Structural Steel Solar modules Inverters

(n) VCB

The Bank Guarantee Bonds shall be executed for a period of twelve months on a form as directed by the Accepting Officer. The contractor shall further arrange to extend the period of Guarantee Bond if and when necessary, as directed by the Accepting Officer or shall furnish fresh guarantee bond of similar value. It shall be noted that advance on account to the full value of materials brought on the site is permissible only in respect of fittings and fixtures and other manufactured items which do not lose their identity. Materials like bricks, aggregate precast concrete and similar items shall not be taken in the list.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 131

SPECIAL CONDITIONS (Contd…)

CONTD … …

17. SECURITY OF CLASSIFIED DOCUMENTS Contractor's special attention is drawn to conditions 2-A and 3 of IAFW-2249 (General Condition of Contracts). The contractor shall not communicate any classified information regarding the work either to sub contractors or another person without the prior approval of the Engineer-in-Charge. The contractor shall not make copies of the design/drawings and other documents furnished to him in respect of the work, and shall return all documents on completion of the works or earlier on termination of the contract. The contractor shall along with the final bill, attach a receipt of his having returned the classified documents as per condition 3 of IAFW-2249(General Conditions of Contracts). 18. OFFICIAL SECRETS ACT The contractor shall be bound by the Official Secrets Act -1923. 19. RECORD OF MATERIALS 19.1 The quantity of materials such as paints, water proofing compound, chemicals for antitermite treatment and the like, as directed by the Engineer-in-Charge (the quantity of which can not be checked after incorporation in the works), shall be recorded in measurement books and signed by the contractor and the Engineer-in-Charge as a check to ensure that the required quantity has been brought to site for incorporation in the work. 19.2 Materials brought to site shall be stored as directed by the Engineer-in-Charge and those already recorded in measurement book shall be suitably marked for identification. 19.3 The contractor shall, on demand, produce to the GE, original receipted vouchers/invoices in respect of the supplies. The vouchers/invoices shall be defaced and stamped by Engineer-in-Charge indicating contract no, name of work, under his dated signature. The contractor shall ensure that the materials are brought to site, in original sealed containers/packing, bearing manufacturer's marking except in the case of the requirement of material(s) being less than smallest packing. 19.4 Contractor shall produce vouchers/invoices from the manufacturers and/or their authorised agents for the full quantity of the material, as a pre-requisite before submitting claims for payment for advances on account of the work done and/or materials collected in accordance with condition 64 of General Conditions of Contracts IAFW-2249. 20. RELEASE OF ADDITIONAL SECURITY DEPOSIT 20.1 Refer conditions 22 and 68 of IAFW-2249. 20.2 The contractor, in case he has to deposit additional security for the contract, is advised to deposit additional security in two equal parts so as to facilitate its release in accordance with condition 68 of IAFW-2249. 21. CLEANING DOWN

Refer Condition 49 of IAFW-2249, General Condition of Contracts : - The contractor shall clean all floors, walls, remove cement/ lime/paint marks/ drops, etc. clean the joinery glass panes etc, touch up all painters work and carryout all other necessary items of work in connection therewith and leave the whole premises clean and tidy before handing over the completed work.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 132

SPECIAL CONDITIONS (Contd…)

CONTD … …

22. SAFETY PRECAUTION 22.1 The contractor shall take every/precaution to control traffic on road keeping danger boards, necessary lighting arrangements, fencing and watchman to avoid any damage. In case due to excavation or others the road is to be blocked the contractor shall, without any extra cost to the Govt, provide separate by pass so that normal traffic is not disturbed. 22.2 Any damage to the existing road/building etc, shall be made good by the contractor with the same specifications as per existing work, without any extra cost to the Govt. In the event of contractor not fully complying with the above provisions to the satisfaction of the GE, the GE may provide the same for which the expenses incurred will be recovered from the contractor. 23. ADVANCES ON ACCOUNT 23.1 Refer condition 64 of IAFW-2249 (General Conditions of Contract). 23.2. Para 1 of condition 64 of IAFW-2249 shall be amended to read as under :-

“The contractor may at intervals of not less than 15 days submit claims on IAFW-2263 for payment of advances on account of work done and of materials delivered in connection with Measurement and Lump Sum contracts.”

All other provisions of condition 64 of IAFW-2249 as amended up to date shall remain unchanged.

24. CONTRACTOR’S SITE LABORATORY AND TESTING OF MATERIALS 24.1 Tests to be carried out in the Contract are listed in Appx „D‟ to Particular Specification for the material to be incorporated in the contract. Any other tests mentioned in particular specification shall be in addition to the tests mentioned in Appx „D‟ and shall be carried as per terms & condition stipulated there under. A site laboratory shall be set up by the Contractor for carrying out the tests as required under the Contract. The laboratory shall be fully equipped and shall be approved in writing by the GE. The calibration of equipment shall be periodically checked by the GE. 24.2 The types of tests and frequency of tests to be carried are given in Appendix „D‟ to particular specification. However keeping in view nature of work, Garrison Engineer may add additional tests checks to this list or modify the list as required. 24.3 The Contractor shall be responsible for tests to be carried out. For carrying out the tests in site lab he shall employ a competent technical representative as approved by the Garrison Engineer and all such tests shall be carried out in the presence of Engineer-in-Charge. 24.4 The charges for the tests carried out in site laboratory of the contractor shall not be recovered, as the tests shall be carried out by the contractor at his own cost in his site laboratory. However, the charges for tests shall be recovered from the contractor only if does not carryout tests catered for in the contest and are got done in MES laboratory.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 133

SPECIAL CONDITIONS (Contd…)

CONTD … …

24.5 Where testing of contractor‟s materials (level „B‟ & „C‟ test) is carried out in MES Zonal Lab / SEMT wing Pune, the contractor shall be liable to pay the testing charges as stated in Appx „D‟ to the specifications and shall be recovered from the contractors running payment/final bill as the case may be. When tests (level „B‟ & „C‟) are carried out in Govt approved lab/National tests house/Engineering colleges, the testing charges as charged by the lab/institute shall be borne by the contractor irrespective of the testing charges mentioned in Appx „D‟. However no recovery shall be made for those tests which are carried out in Govt approved lab/National test house/Engg Colleges by the contractor and he has paid the charges thereof. 24.6 A percentage/ selected checks as decided by the Accepting Officer, shall be got done independently in the Zonal/ Govt laboratory and charges for such tests shall be borne by the contractor only if the tests disclose that the said materials are not in accordance with the provision of the contract. The cost of materials consumed in tests and cartage to the testing laboratory shall however be borne by the contractor in all cases. 24.7 In case requisite number of applicable tests catered in Appendix „D‟ are not carried out by the Contractor and GE is satisfied about the quality of material that same is in accordance with the Contract specification he may dispense with the test and in that event the contractor shall be liable to bear the recovery for not carrying out the tests at the penal rate which will be three times the rate given in Appendix „D‟. In case GE is not satisfied about the quality of material, he will get the tests done in the MES Zonal Lab / SEMT Wing Pune / National test house / Govt approved lab / Engg colleges and in that event Contractor shall bear the recovery for such tests carried out at penal rate of three times, the rate given in Appendix „D‟ or twice the actual expenditure incurred whichever is higher. 25. to 26.2. BLANK. 26.3. RE-IMBURSEMENT/REFUND ON VARIATION IN ‘TAXES DIRECTLY RELATED TO CONTRACT VALUE’ :- 26.3.1. The rates quoted by the Contractor shall be deemed to be inclusive of all taxes (including Sales Tax/ VAT on materials, Sales Tax/ VAT on Works Contracts, Turnover Tax, Service Tax, Labour Welfare Cess/ Tax etc.), duties, Royalties, Octroi & other levies payable under the respective Statutes. No re-imbursement/ refund for variation in rates of taxes, duties, Royalties, Octroi & other levies, and/or imposition/ abolition of any new/ existing taxes, duties Royalties, Octroi & other levies shall be made except as provided in sub para 26.3.2 here-in-below. 26.3.2. (i) The taxes which are levied by Govt at certain percentage rates of Contract Sum/ Amount

shall be termed as „taxes directly related to Contract value‟ such as Sales Tax/ VAT on Works Contracts, Turnover Tax, , Service Tax, Labour Welfare Cess/ tax and like but excluding Income Tax. The tendered rates shall be deemed to be inclusive of all „taxes directly related to Contract value‟ with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of „taxes directly related to Contract value‟ with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the Contractor and any decrease in percentage rates of „taxes directly related to Contract value‟ with reference to prevailing rates on last due date for receipt of tenders shall be refunded by the Contractor to the Govt/ deducted by the Govt from any payments due to the Contractor. Similarly imposition of any new „taxes directly related to Contract value‟ after the last due date for receipt of tenders

shall be reimbursed to the Contractor and abolition of any „taxes directly related to Contract

value‟ prevailing 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.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 134

SPECIAL CONDITIONS (Contd…)

CONTD … …

(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/ informations as the GE may require. (iii) The Contractor shall, for the purpose of this condition keep such books of account and other documents as are necessary and shall allow inspection of the same by a duly authorized representative of Govt, and shall further, at the request of the GE furnish, verified in such a manner as the GE may require, any documents so kept and such other informations as the GE may require. (iv) Re-imbursement for increase in percentage rates imposition of „taxes directly related to Contract value‟ shall be made only if the Contractor necessary & 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.

27. OUTPUT OF ROAD ROLLER (REFER CONDITION 15 OF IAFW-2249) 27.1 Where road rollers are hired by the Department to contractors, a log book for each road roller shall be maintained by the Department for recording hours of working of the road roller. However, when the contractor procures road rollers from sources other than the Department a log book for each road roller shall be maintained by him for recording hours of working of the road roller. Entries in the log book shall be signed by the contractor or his authorised representative and by the EIC. 27.2 To ensure proper consolidation roller must work for at least the number of days assessed, on the basis of output given hereinafter. 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 affected as under :-

(a) Where road roller is hired out only by the department to the contractor at rates given in Schedule „C‟.

(b) Where road roller is hired by the contractor only from sources other than the department, Rs 1400/- per working day of hours for 8 to 12 ton roller.

(c) 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 contract and para 27.2 (b) above.

27.3 The above provision shall not however, absolve the contractor of his responsibility of properly consolidating surfaces as required under the provisions of the contract.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 135

SPECIAL CONDITIONS (Contd…)

CONTD … …

27.4 Output of Road Roller per day of Eight hours.

(i) Consolidation of formation. Surfaces/Sub grade

: 1850 Sqm

(ii) Consolidation of stone soling 23 cm thick with 8 to 10 tonne roller.

: 518 Sqm

(iii) -do- but 15 cm thick.

: 800 Sqm

(iv) Consolidation of water bound macadam(stone metal) 10 cm compacted thickness including spreading and consolidation with binding material.

: 248 Sqm

(v) -do- but 7.5 cm –do-

: 372 Sqm

(vi) Consolidation of 2 cm thick premixed carpet including seal coat

: 744 Sqm

(vii) Consolidation of 2.5 cm thick premixed carpet including seal coat.

: 600 Sqm

(viii) Consolidation of 3.0 cm thick closed graded premixed surfacing/ mix seal surfacing (MSS)

: 456 Sqm

28. 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)/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 than 25% of total skilled/ semi skilled tradesmen required in each trade. The contractor shall submit the list of such tradesman alongwith requisite certificates to GE 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 unsatisfactory 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 tradesman possesses requisite qualification, skill and expertise commensurate with nature of work, shall be final and binding. No compensation whatsoever on this account shall be admissible. 29. CONCILIATION 29.1. SCOPE OF CONCILIATION (APPLICABLE TO CONTRACTS CONCLUDED BY

ZONAL/PROJECT CHIEF ENGINEERS) The scope of conciliation shall be restricted to the following types of disputes with financial limits as indicated therein:-

(a) Disputes relating to levy of compensation for delay in completion-actual amount of compensation. (b) Disputes relating to technical examination of works. (c) Disputes relating to interpretation of the provisions or the contract with reference to their application to parties.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 136

SPECIAL CONDITIONS (Contd…)

CONTD … …

(d) Disputes relating to non-return of Schedule „B‟ stores over issued to contractor (e) Any other disputes having fair chances of being resolved by conciliation and considered fit to be referred to conciliation by the parties.

For item (b), (c), (d) and (e) each as stated above the financial limit shall be Rupees two lakhs or one percent of the contract amount whichever is less. 29.2. Commencement of Conciliation Proceedings 29.2.1 The party initiating conciliation shall send to the other party a written invitation to conciliate, briefly identifying the subject of the dispute. 29.2.2 Conciliation proceedings shall commence when the other party accepts in writing the invitation to conciliate. 29.2.3 If the other party rejects the invitation, there will be no conciliation proceedings. If the party initiating conciliation does not receive a reply within 30 days from the date on which he sends or within such other periods of time as specified in the invitation, he may elect to treat this as a rejection of the invitation to conciliate and if he so elects, he shall inform in writing the other party accordingly. 29.3 Number of Conciliators: - There shall be a Sole Conciliator. 29.4 Appointment of Conciliator :- All disputes brought out in para 29.1(a) to (e) above shall be referred to the Sole Conciliator viz. Serving Officer not below the rank of Superintending Engineer/Superintending Engineering (QS&C) 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 Headquarters, New Delhi or in his absence the Officer officiating as Engineer-in-Chief or Director General of works specifically delegated by the Engineer-in-Chief in writing. 29.5 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. 30. Quality Control Plan : To ensure consolidated information in respect of work, Contractor shall submit Quality Control Plan within 30 days of commencement of work as per format as in Annexure „I‟ given below :-

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 137

SPECIAL CONDITIONS (Contd…)

CONTD … …

Annexure ‘I’

FORMAT FOR QUALITY CONTROL PLAN

PART-I

01.

Contract Agreement Reference No. :

02. CPM network prepared and approved by GE

:

03. Resource scheduling done based on CPM

:

04. Site Laboratory (with equipments) set up as per Contract Agreement (CA)

:

05. Concrete mix design submitted and approved

:

06. Preliminary works completed to standard engineering practice

:

07. Arrangements for water made (including testing of water).

:

08. Arrangement for electric supply made :

09. Materials

:

Srl No.

Item Source as per CA

Contractor‟s plan of

sourcing

Refer to testing clause

Agency for testing

Responsibility for testing

10. List of all T&P, make and numbers that the contractor would deploy at site of work.

11. Name of person nominated by contractor for

exercising quality control. :

12. Qualifications/Experience of person at Serial No. 11 above.

:

13. Names of supervisors with their qualifications/ experience employed by contractor.

:

14. Confirmation that contract requirements relating to quality of all materials and quality standards of workmanship and finishes and acceptance criteria are explained and understood by all.

:

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 138

SPECIAL CONDITIONS (Contd…)

CONTD … …

15. Confirmation that requirement of tests to be conducted on materials before approval of sample and during execution, tests on workmanship, tests before acceptance including the testing procedure, sampling techniques, frequency and agencies responsible for testing are understood and shall be complied with.

:

16. Method to be adopted for maintaining records of test result.

:

17. Certificate that contractor shall maintain a log of all materials received at site as per the following format :-

Srl No.

Date Material Quantity received

Source Whether as per approved

sample or not

Tests carried out by supplier

Tests to be carried out

before incorporation

18. General remarks by contractor of his plan of actions to ensure that quality standards

Dated : ______________ (Signature of Contractor)

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 139

SPECIAL CONDITIONS (Contd…)

CONTD … …

PART-II

(TO BE COMPLETED BY GE BEFORE FORWARDING FOR APPROVAL BY CWE)

01. Verification of Serial No. 02 to 08 of Part-I

:

02. Verification of Serial No. 09 to 18 of Part-I

:

03. Confirmation that Stage passing Register laying down the stages and authority responsible for approving the same has been prepared, shown to contractor and kept at site.

:

04. Confirmation that all sites as required by contract had been handed over to contractor on the date fixed in Work Order No. 01.

:

05. Confirmation that arrangements for Govt. liability in supply of water and electricity has been made and no hold up on this account is expected.

:

Dated : ______________ (Signature of GE) APPROVED BY CWE

(Signature of Contractor) AD/DD (Contracts) Dated…………………………. For Accepting Officer

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 140

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

Introduction

1 Site Description

1.1 The suitable and requisite land for the proposed 2MW, AC Solar PV power Plant is in Meerut

Cantt, Meerut premises, in the state of Uttar Pradesh.

1.2 This land is defence land and located within the premises of Meerut Cantt of Uttar Pradesh.

1.3 Interconnection point for evacuation of Power from the Plant will be designated Substation at

Military Engineer Services (MES), Meerut Cantt at 33 kV interconnection voltage level.

System Design and Philosophy

2 Design Philosophy

2.1 The main objective of the design philosophy is to construct the Plant within-built Quality and

appropriate redundancy to achieve high availability and reliability with minimum maintenance efforts. In order to achieve this, the principles enunciated in subsequent clauses shall be adopted while designing system.

2.2 Technology: Solar PV Mono/ multi-crystalline modules of high efficiency & Fill factor requirement defined in tender. Solar cells and modules both shall be made in India.

2.3 Adequate capacity of SPV module, PCUs, Junction boxes etc. to ensure generation of power as per design estimates. This is to be done by applying liberal de-rating factors for the array and recognizing the efficiency parameters of PCUs, transformers, conductor loss etc.

2.4 Use of equipments and systems with proven design and performance that have a high availability track record under similar service conditions.

2.5 Selection of the equipments and adoption of a Plant layout to ensure ease of maintenance.

2.6 Strict compliance with the approved and proven quality assurance systems and procedures during the different stages of the project starting from sizing, selection of make, shipment, storage ( at site) , during erection, testing and commissioning.

2.7 Proper monitoring in the synchronizations which ensures the availability of power to the grid/DISCOM.

2.8 The Plant instrumentation and control system should be designed to ensure high availability and

reliability of the Plant to assist the operators in the safe and efficient operation of the Plant with

minimum effort.

2.9 It should also provide for the analysis of the historical data and help the Plant maintenance

people to take up the Plant and equipment on predictive maintenance.

2.10 Inverter output voltage has to be stepped up to interconnection voltage level to connect it to the grid at the point of interconnection.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 141

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

2.11 The power Plant has to satisfactorily operate in parallel with the grid system which is infinite

electrical system. Any faults generated from Solar Plant, if not taken care will result in damage of only SPV power Plant without affecting state Grid/downstream distribution of the Employer. Thus suitable

protective measure is to be in built so that any disturbance of the grid will not cause any damage of the equipment‟s of the Solar Power Plant.

2.12 Very fast responsive microprocessor based Directional and Reverse power flow protection should be provided to ensure isolation of the Solar Power Plant from the grid at the time of any fault or/and during maintenance, Contractor may provide any additional suitable protection.

2.13 The basic and detailed engineering of the Plant shall aim at achieving high standards of operational performance especially considering following:

2.13.1 Plant layout to ensure optimum availability for generation during the day time without any shading.

2.13.2 High DC system voltage and low current handling requirements.

2.13.3 Selection of PCUs with proven reliability and minimum downtime. Ready availability of requisite spares.

2.13.4 Based on the SOLAR INSOLATION data from reliable sources, the solar PV system should be so designed that it shall take into account the mean energy output after allowing for various losses, temperature corrections, on an average day for each month of the year.

2.13.5 Careful logging of operational data/historical information from the Data Monitoring Systems, and periodically processing it to determine abnormal or slowly deteriorating conditions.

2.13.6 SPV power Plant should be designed to operate satisfactorily in parallel with the DISCOM/grid within permissible limits of high voltage and frequency fluctuation conditions, so as to export the maximum possible units generated to the grid. It is also extremely important to safeguard the system during major disturbances, like tripping / pulling out of big generating stations and sudden overloading during falling of portion of the grid loads on the power Plant unit in island mode, under fault / feeder tripping conditions.

2.13.7 Generally, SPV arrays are held fixed at an optimum tilted angle and face towards the equator and the angle of tilt should be approximately equal to the angle of latitude for the site. A steeper angle increases the output in winter; while a shallower angle more output in summer. It should be arranged in such a manner that optimum generation is achieved. Seasonal tilt mechanism is also allowed for meeting CUF & PR Requirement. Seasonal tilt mechanism is also allowed for meeting CUF & PR Requirement.

2.14 The specifications provided with this bid document are functional ones; any design provided in this document is only meant as an example. The Bidder must submit a proposal based upon their own design. Bidder must optimize their own design for Solar Photovoltaic (SPV) system with proven technology so that it shall best meet to guarantee the performance factors as it is a part of the acceptance criteria given in this bid document. The bidders are advised to visit the site before designing the Plant.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 142

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

2.15 The minimum DC array capacity at STC shall be determined to have 2MW (AC) output at the time of installation. If the bidder anticipates any degradation of the modules more than 2% of the module output during the first year, it shall be taken care of to meet guaranteed generation to avoid liquidated damages/compensation on account of Generation Performance Guarantees.

2.16 This Bid document specifically cover the rest of the requirements for Grid Connected said (AC) for Solar Power Plant along with their associated equipment. The capacity of the Plant shall be determined to attain minimum of said (AC) at the point of evacuation.

2.17 Lowest Bidder (Contractor) shall prepare the detailed project report & design basis report and submit a copy to Chief Engineer Bareilly Zone, Bareilly for evaluation within 4 weeks from the date of acceptance.

2.18 Component and equipment reliability: Each component offered by the bidder shall be of established reliability. The minimum target reliability of each equipment shall be established by the bidder considering its failure, mean time between failures and mean time to restore, such that the availability of complete system is assured. The guaranteed annual system availability shall not be less than 99%. Bidder recommendation of the spares shall be on the basis of established reliability.

2.19 The Contractor shall design the equipment and Plant in order to have sustained life of 25 years with minimum maintenance efforts.

2.20 The supply, erection, testing, commissioning and all other allied works for said (AC) Solar PV Power Plant as per the BOQ (Schedule A) shall be completed within 365 days from the date of work order.

Scope of Supply and Work

3 Detailed Scope of Work

3.1 The Scope of Work under this package, includes all design & engineering, procurement & supply of equipment and materials, testing at manufacturers works, inspection, packing and forwarding, supply, receipt, unloading and storage at site, associated civil works for solar plant including services, permits, licences, installation and incidentals, insurance at all stages, erection, testing and commissioning of said(AC) grid Interactive Solar PV Power Plant and performance demonstration with associated equipment and materials along with associated transmission system up to interconnection point at designated substation, on turnkey basis and 5(Five) years comprehensive operation and maintenance from the date of commissioning or Operational Acceptance, whichever is later as per BOQ.

3.2 The equipment and materials for said (AC) Grid Interactive Solar PV Power Plant with associated system (Typical) shall include but not be limited to the receipt, unloading, storage, erection, testing and commissioning of all supplied material for the following:

3.2.1 Construction of local control room (LCR), internal roads/path to provide accessibility to solar panels, internal drain between the solar panel arrays and connecting the same to the peripheral drain, construction of watch cabins, required civil and allied works in main control room(MCR) for Equipments, connectivity of cables from Solar Field, installation of SCADA system, furniture and Air conditioner, required civil works for installation of transformers and at the substation for connecting to the grid and requisite testing facilities at site, safety and security requirements and provision for other things that may require for successful operation and maintenance of Plant and equipment. For the purpose of calculation 5 (five) acres per MW land requirement is envisaged.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 143

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

3.2.2 Solar PV modules of suitable rating, in array totalling minimum of 2.2 MWp (under STC Condition to meet 2 MW AC output) including mounting frames, structures, fasteners, array foundation and module interconnection.

3.2.3 Array Junction boxes, distribution boxes and Fuse boxes: MCBs, Surge Arrestors with string monitoring capabilities and with proper lugs, glands, ferrules, terminations and mounting structures.

3.2.4 DC and AC cables of appropriate sizes with adequate safety and insulation.

3.2.5 Power Conditioning Units (PCU) with SCADA compatibility, common AC power evacuation panel with bus bars and circuit breakers LT & HT Power Interfacing Panels, Plant Monitoring Desk with SCADA system, AC & DC Distribution boards.

3.2.6 Step up transformers (Inverter Duty with suitable intermediate voltage but not less than interconnection voltage level) in relevance with state grid code and inverter manufacturer requirements along with other allied functional items of the said transformer to make it operational.

3.2.7 33kV/415V auxiliary transformer(s) with allied items/work to make it operational. However LV of Auxiliary Transformer may be taken as output Voltage of Inverter, subject to compliance of DISCOM's/STU's requirement & system compatibility

3.2.8 Metering and protection system along with battery system and associated items for installation of the same.

3.2.9 LT Power and Control Cables including end terminations and other required accessories for both AC & DC power

3.2.10 Internal 415 V interconnection & Indoor feeder panels to cater auxiliary needs of Plant

3.2.11 33 kV indoor/ outdoor panels having incoming and outgoing feeders with VCBs, CTs, PTs, Bus bars, cables terminals kits and Main Bus required for power evacuation other than switch gear and items taken at Schedule „A‟ part – X A and Schedule „A‟ part – X B of the tender. Each bay shall consist of VCB, CT, Isolators with earth switch, LAs and PT‟s etc.

3.2.12 ABT meters (Main, Check& standby 0.2 s class accuracy) with all necessary metering rated CT‟s and PT‟s at the Plant take off point as well as at the grid connecting substation as per CEA Metering Regulation 2006 as amended time to time and state metering code.

3.2.13 Data acquisition system with remote monitoring facilities. Provision for specific data transfer to the State Load Dispatch Centre (SLDC) shall also be provided.

3.2.14 Lightning arrestors for solar portion Plant area.

3.2.15 PVC pipes, cable conduits, cable trays and accessories/trenches.

3.2.16 Earthing of the entire Plant as per relevant standards.

3.2.17 Control room equipment related to solar system etc.

3.2.18 Testing, maintenance and monitoring of equipment.

3.2.19 Mandatory spares, Spares & consumables, as recommended, for said O&M period.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 144

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

3.2.20 Minimum 05 numbers of CCTV cameras at Main Entrance and at Control Rooms, Plant Area & Plant perimeter to cover entire area in order to capture any trespassing, theft & pilferage in the Plant area.

3.2.21 Fire detection & protection system in buildings, Plant and adequate number & types of fire extinguishers.

3.2.22 All safety gadgets during Construction and O&M period including but not limited to, anti-static rubber mats of appropriate grade, PPE, rubber gloves and shoes etc.

3.2.23 One Solar Radiation Measurement Station including testing facilities. The Solar Observatory with associated systems shall include but not be limited to the following:

(a) Two number of Pyranometer – one for horizontal and one for tilted plane. The Pyranometer on module plane to be fixed to the module mounting structure only, to follow the seasonal tilt if employed.

(b) Pyranometers to be installed in such a way that they should be under CCTV coverage all

the time. (c) Ultrasonic Anemometer (wind speed and direction) (d) Temperature Sensor – Ambient and module surface (e) Power source to the all sensors (f) Data Logger (g) Data of all the Pyranometers must be collected throughout year in not more than 1 min interval. (h) Desktop and Printer

3.2.24 Design of said(AC) Grid Interactive Solar Power Plant and its associated civil, structural, electrical & mechanical auxiliary systems includes preparation of single line diagrams and installation drawings, manuals, electrical layouts, erection key diagrams, electrical and physical clearance diagrams, design calculations for Earth- mat, Bus Bar & Spacers indoor and outdoor lighting/illumination etc. design memorandum, GTP and GA drawings for the major equipment& Facilities, design basis & calculation sheets, and other relevant drawings and documents required for engineering of all facilities within the fencing to be provided under this contract, are covered under Contractor‟s scope of work.

3.2.25 In addition to above, the Contractor is required to measure the Solar Radiation and other climatic conditions relevant to measure the Plant performance. This is necessary to study Solar Level and Guaranteed Performance of the Solar Power Plant. The satellite based analysis is to be combined with direct ground based measurement equipment in order to achieve the necessary accuracy and level of detail in the assessment of solar radiation levels and climatic conditions.

3.2.26 Estimation and determination of the Plant generation on daily basis for estimation & scheduling of power output.

3.2.27 Any other equipment / material, not mentioned but essentially required to complete the said (AC) Solar Power Plant in all respect.

3.3 Contractor shall design and factor suitable power evacuation system including design and construction of a suitable transmission line/cabling infrastructure (Underground transmission cables) from power plant to inject power from Solar Photovoltaic Power Plant to designated substation at interconnection voltage level and arrangement for Grid connectivity with Net metering facility at the designated substation and as required other than switch gear and items taken at Schedule „A‟ part – X A and Schedule „A‟ part – X B of the tender.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 145

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

3.4 The items of civil design and construction work shall include all works required for solar PV project, construction of local control room, internal roads/path to provide accessibility to solar panels, internal drain between the solar panel arrays and connecting the same to the peripheral drain, cable trenches, construction of watch cabins, required civil works in main control room for installation of SCADA system, furniture and Air conditioner, required civil works for installation of transformers and at the substation for connecting to the grid and should be performed specifically with respect to following but not limited to:

3.4.1 All designs, preparation of drawings & approval from Employer, supply & construction of various civil works.

3.4.2 Conducting Topographical survey and preparation of contour drawing of the total plant area identified for said (AC) Solar Photovoltaic Capacity, soil investigation for Local Control Room and Module Mounting Structure only, Pullout tests for Piles, preparation of the Soil Investigation report, recommendations for type, depth of foundations & safe bearing capacity of soil. The Report shall include details of all field and laboratory test results. Number of Bore holes to be chosen in such a way that it is representative of the whole plot area.

3.4.3 BLANK.

3.4.4 Design, supply, fabrication and erection of Module mounting structures for SPV panels

3.4.5 Design and Construction of foundation for module mounting structures for SPV panels, considering life of Plant& existing soil/ natural conditions.

3.4.6 Construction of foundation for various building, transformers, switchgears, equipment etc.

3.4.7 Construction of Equipment room(s) with necessary illumination system and finishing as required.

3.4.8 Provisioning requisite furniture, workstations, air conditioning of suitable capacity at (SCADA room), Fire detection & protection system and other equipment as per the specifications in Main Control Room. 3.4.9 Two Security cabin(s) at strategic locations inside the boundary of the Plant.

3.4.10 A suitable arrangement of water supply for module cleaning and other needs of SPV power Plant during entire O&M period. Necessary permanent arrangement for module cleaning shall be made available in SPV array yard, this shall include pump and motor and laying network of GI/HDPE/UPVC pipe in each row/as required for cleaning of SPV panels other than water supply items taken at Schedule „A‟ part – IX A and Schedule „A‟ part – IX B of the tender. (Contractor shall provide single line diagram of water cleaning arrangement).

3.4.11 Suitable Communication System and necessary infrastructure required for SCADA with remote monitoring capabilities.

3.4.12 Supply of ferrules, lugs, glands, terminal blocks, galvanized sheet steel junction boxes with powder coating paint for internal fixtures, cable fixing clamps, nuts and bolts etc. of appropriate sizes as required in the Plant.

3.4.13 Power Cables laying underground / over ground with proper cable tray arrangements up to main control room.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 146

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

3.4.14 Entire GI cable tray with proper support and accessories inside equipment room and other locations as required.

3.5 Obtaining statutory approvals /clearances on behalf of the Employer from various Government Departments, not limited to, the following-

3.5.1 Pollution control board clearance, if required

3.5.2 Mining Department, if required

3.5.3 Forest Department, if required

3.5.4 All other approval, as necessary for setting up of a Solar Power Plant including CEIG/CEA, connectivity, power evacuation, railways, PTCC etc. as per the suggested guidelines

3.5.5 All other statutory approvals and permissions not mentioned specifically but are required to carry out hassle free Construction and O&M of the Plant prevailing at Site.

3.5.6 Though any statutory fee required to be paid by the owner of the Solar Power Plant shall be reimbursed to the Contractor after production of the original receipt, however all efforts in terms of forwarding the application, follow-up etc. to ensure the clearance of those Statutory requirement shall be in Contractor‟s scope.

3.6 The Contractor shall arrange deployment of qualified and suitable manpower and required necessary tools, logistics, spares &consumables during construction, commissioning and O&M.

3.7 Complete responsibility of total Operation & Maintenance of Solar Photovoltaic Power Plant including all the infrastructure developed as a part of Contract for said O&M period from Operational Acceptance of the Plant, including deployment of engineering personnel, technicians and security personnel after the commissioning till final acceptance shall be with the Contractor.

3.8 All approvals, equipment, item and works which are not specifically mentioned in this document but are required for successful completion of work including construction, commissioning, O&M of Solar PV Power Plant in every respect and for safe and efficient construction & erection, operation and guaranteed performance are included in the scope of the Contractor.

3.9 Submission of following documents, drawings, data design and engineering information to Employer or its authorized representative for review and approval in hard copy and soft copy from time to time as per project schedule.

3.9.1 Contour plan of entire area of project including digital record of spot levels and Geotechnical Investigation Report including details of all field and laboratory results for the entire LAND Area.

3.9.2 GA drawings of the entire project including roads, drains, storm water drainage, sewage networks and treatment facilities, Local control rooms, Fire protection system, Rain water harvesting etc. accommodating Equipment Rooms/ Main Control Room (office cum control room, security gate shown in Tender Drawing.

3.9.3 Design basis criteria along with relevant standards (list of standards and respective clause description only)

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 147

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

3.9.4 Solar insolation data and basis for generation data.

3.9.5 Design calculations and sheets with expected power loss at each stage and backup sheets, if any. Lightening arrestor with area coverage also to be provided.

3.9.6 Detailed technical specifications of all the equipment.

3.9.7 General arrangement and assembly drawings of all major equipment.

3.9.8 Schematic diagram for entire electrical system.

3.9.9 GTP & G.A. drawings for all types of structures/ components, 33 kV switchgears & other interfacing panels.

3.9.10 Relay setting charts.

3.9.11 Quality assurance plans for manufacturing and field activities

3.9.12 Detailed site EHS plan, fire safety & evacuation plan and disaster management plan.

3.9.13 Test reports (for type, acceptance, and routine tests).

3.9.14 O&M Instruction‟s manuals and its drawings.

3.9.15 As-built drawings / documents and deviation list from good for construction (GFC)

3.9.16 O&M plans, schedules and operational manuals for all equipment etc. Daily and Weekly site work progress report with catch-up plan(s), as necessary to monitor actual timelines of the project during construction period along with the real time snap shots during the time of construction.

3.9.17 Daily, Weekly and Monthly O&M reports after commissioning of the project.

3.10 All drawings shall be fully corrected to agree with the actual "as built" site conditions and submitted to Employer after commissioning of the project for record purpose. All as-built drawings must include the Good for Construction deviation list.

SUBMISSION SCHEDULE OF DOCUMENTS

3.11 The contractor shall forward the following to Employer within a specified timeline as given below;

3.11.1 Schedule for various activities in the form of CPM Chart: within two weeks from the issue of work order No.1.

3.11.2 Detailed engineering calculations, Design basis report and complete layout of the Plant: within four weeks from the issue of work order No.1.

3.11.3 Equipment data sheets, Guaranteed technical particular of equipment and GA drawings of major equipment like, inverter, mounting structure and transformer: within four weeks from the issue of work order No.1.

3.12 The Contractor shall provide a detailed training plan for all operation, maintenance procedures,

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 148

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

which shall after approval by Employer form the basis of the training program. The contractor shall also provide training to Employer‟s nominated staff.

3.13 The Contractor shall employ and coordinate the training of contractors‟ personnel who will be qualified and experienced to operate and monitor the facility and to coordinate operations of the facility with the grid system.

3.14 Establishing a system to maintain an inventory of spare parts, tools, equipment, consumables and other supplies required for the facility‟s hassle free operation.

3.15 Adequate and seamless insurance coverage during EPC and O&M period to cater all risks related to construction and O&M of Plant to indemnify the Employer.

3.16 Maintain at the facility accurate and up-to-date operating logs, records and monthly reports regarding the generation, Operation & Maintenance of facility.

3.17 Perform or contract for and oversee the performance of periodic overhauls or maintenance required for the facility in accordance with the recommendations of the original equipment manufacturer (OEM).

3.18 Procurement for spares parts, overhaul parts, tools, equipment, consumables, etc. required to operate and maintain the project in accordance with the prudent utility practices and having regarded to warranty recommendations during entire O&M period.

3.19 Handover the system to maintain an inventory of spare parts, tools, equipment, consumables and supplies for the facility‟s operation& maintenance along-with required details of recommended spares list with all associated information regarding replacement records, supplier details, storage details, specifications on the basis of replacement frequency and mean time between failures and mean time to restore at the culmination of penultimate year under O&M period.

3.20 Maintain and keep all administrative offices, roads, tool room, stores room, equipment, clean, green and in workable conditions.

3.21 Discharge obligations relating to retirement/ Superannuating benefits to employees or any other benefit accruing to them in the nature of compensation, profit in lieu / in addition to salary, etc. for the period of service with the contractor, irrespective of continuance of employees with the project as employees of Contractor, after conclusion of O&M period.

4 Operation and Maintenance

4.1 The contractor shall be entrusted to carry out the total O&M activities of the said (AC) Solar Photovoltaic Power Plant along with transmission& power evacuation system and other infrastructure developed by the Contractor as a part of scope of work for the said O&M period with immediate effect from the date of operational acceptance.

4.2 During the O&M period, the Contractor shall,

4.2.1 Keep the measured daily generation, radiation, fault log data at regular interval and provide the same to Employer in electronic form compatible in CSV format. The right to use the data shall remain with Employer. Generation data shall be provided in the form of continuous day around generation curve viz a viz radiation data as automatically generated SCADA or Centralized Monitoring System (CMS) Report.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 149

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

4.2.2 Keep men, materials, spares, tools & tackles, logistics and accessories, which are necessary or usual for satisfactory and trouble-free operation and maintenance of the above equipment.

4.2.3 Keep the availability of vehicles for O&M staff and for inspection by Employer as per requirement may be ensured, failing which Employer shall have full right for alternate arrangement at the risk & cost of contractor.

4.3 The Turnkey contractor shall be responsible for all the required activities for the successful construction, running, committed energy generation & maintenance of the Solar Photovoltaic Power Plant covering:

(a) Deputation of qualified and experienced engineers, Supervisors & Technicians. (b) Deputation of Security personnel for the complete security of Plant during development

of Project as well as O&M. (c) Successful running of Solar Power Plant for committed energy generation. (d) Co-ordination with STU/DISCOM/SLDC/other statutory organizations as per the requirement on behalf of Employer for Joint Metering Report(JMR), furnishing generations schedules as per requirement, revising schedules as necessary and complying with grid requirements updated time to time. (e) Monitoring, controlling, troubleshooting maintaining of logs &records, registers. (f) Supply of all spares, consumables and fixing / application as required. (g) Supply & use of spares, consumables, tools, logistics and skilled manpower throughout the maintenance period as per recommendations of the equipment manufacturers and requirement of the Plant& other associated infrastructure developed under the scope of works. (h) Conducting periodical checking, testing, overhauling, preventive and corrective action. (j) Up keeping of all equipment, building, roads, Solar PV modules, inverter etc. (k) Submission of periodical reports to Employer on the energy generation & operating conditions of the power Plant. (l) Furnishing generation data monthly to Employer by 5TH of every month or finalized by Employer for the previous month to enable Employer raise commercial bills on consumers. (m) Periodic cleaning of solar modules as per the recommendations of OEM & existing site conditions. (n) Arranging & updating any licences/permits required for operation of Plant. (o) Repair & replacement of components of Solar Power Plant including all other associated infrastructure developed as a part of EPC Works which has gone faulty or worn-out components including those which has become inefficient. (p) Comprehensive Repair, Operation & maintenance all other facilities like roads, drainages, water supply system, CCTV Network, Streetlight Network, Air Conditioning System, Fire Detection & Protection System and other civil, mechanical, electrical & plumbing system developed during project as a part of Solar PV Power Plant. 4.4 Continuous monitoring the performance of the Solar Power Plant and regular maintenance of the whole system including Modules, PCU‟s, transformers, underground cable, outdoor/indoor panels/ kiosks and other infrastructure developed as a part of EPC works in order to extract & maintain maximum energy output from the Solar Power Plant& serviceability from the associated infrastructure.

4.4.1 Preventive and corrective maintenance of the complete Solar Power Plant and associated infrastructure developed as a Part of EPC work, including supply of spares, consumables, repair & replacement of wear and tear, overhauling, replacement of damaged modules, invertors, PCU‟s and insurance covering all risks (Fire & allied perils, earth quake, terrorists, burglary and others) as required, for a said period of O&M from the date of start of O&M of the project shall be carried out at fixed annual

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 150

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

cost, included in O&M cost quoted by the Contractor.

4.4.2 The period of Operation and Maintenance will be deemed to commence from the date of completion of phase –I of the contract, i.e. on Operational Acceptance of the plant and successively the complete Solar Photovoltaic Power Plant including all other infrastructure developed as a part of project works has to be handed over to the O&M contractor for operation and maintenance of the same. O&M contract shall further be extended on the mutually agreed terms, conditions & for the agreed period.

4.4.3 All the equipment required for Testing, Commissioning and O&M for the healthy operation of the Plant must be calibrated, time to time, from the NABL accredited labs and the certificate of calibration must be provided prior to its deployment.

4.5 Operation and Performance Monitoring

4.5.1 Operation part consists of deputing necessary manpower required to operate the Solar Photovoltaic Power Plant at the full capacity. Standard Operation procedures (SOPs) such as preparation to starting, running, routine operations with safety precautions, monitoring etc., shall be carried out as per the manufacturer‟s instructions& best engineering practices to have trouble free & optimum operation of the complete system with maximum possible energy generation.

4.5.2 Daily work of the operation and maintenance in the Solar Photovoltaic Power Plant involves periodic cleaning of Modules, logging the voltage, current, power factor, power and energy output of the Plant at different levels along with fault/breakdown log. The operator shall also note down time/failures, interruption in supply and tripping of different relays, reason for such tripping, duration of such interruption etc. The other task of the operators is to check battery voltage-specific gravity and temperature. The operator shall record monthly energy output, down time, fault logs & their Root Cause Analysis reports etc.

4.6 Maintenance 4.6.1 The contractor shall carry out the periodical Plant maintenance as given in the manufacturer‟s service manual and perform operations to achieve committed generation.

4.6.2 Regular periodic checks of the Modules, PCU‟s and other switchgears shall be carried out as a part of routine corrective &preventive maintenance. In order to meet the maintenance requirements stock of consumables are to be maintained as well as various spare as recommended by the manufacturer at least for 2 years to be kept for usage.

4.6.3 Maintenance of other major equipment involved in Solar Photovoltaic Power Plant are step up transformers, overhead line equipment/ underground transmission cables, indoor/outdoor VCB/SF6 kiosk, associated switchgears, other fixtures & components metering panel Transmission & Evacuation infrastructure, internal roads, water supply network, fire detection & protection system & other infrastructure developed as a part of scope of Work during development of Plant. Particular care shall be taken for outdoor equipment to prevent corrosion. Cleaning of the insulators and applying Vaseline on insulators shall also be carried out at regular intervals. Earth resistivity of Plant as well as individual earth pit is to be measured and recorded every month. If the earth resistance is high, suitable action is to be taken to bring down the same to required level.

4.6.4 According to the recommendations stock of special tools and tackles shall be maintained for Modules, PCU‟s, switchgears, transformers and other major equipment of the Plant.

4.6.5 A maintenance record is to be submitted to operation/engineer-in-charge to record the regular maintenance work carried out as well as any breakdown maintenance along with the date of maintenance reasons for the breakdowns steps have taken to attend the breakdown duration of the breakdown including action taken to avoid the same in future.

4.6.6 The Schedules will be drawn such that some of the jobs other than breakdown, which may require comparatively long stoppage of the Power Plant, shall be carried out preferably during the non-

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 151

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

sunny days/night. An information shall be provided to Engineer-in-charge for such operation prior to start.

4.6.7 The Contractor shall deploy enough manpower with required set of skill sets and knowledge at Plant site to carryout work instructions and preventive/predictive maintenance schedules as specified for complete Plant. The contractor shall keep skilled and experienced supervisor at site on permanent basis to supervise the jobs that are being carried out at site.

4.6.8 The Contractor will attend to any breakdown jobs immediately for repair/replacement /adjustments and complete it at the earliest working round the clock. During breakdowns (not attributable to normal wear and tear) at O&M period, the Contractor shall immediately report the accidents, if any, to the Engineer In-charge showing the circumstances under which it happened and the extent of damage and or injury caused. 4.6.9 The Contractor shall comply with the provision of all relevant acts of Central or State Governments including but not limited to Payment of Wages Act 1936, Minimum Wages Act 1948, Employer's Liability Act 1938, Workmen's Compensation Act 1923, Industrial Dispute Act 1947, Maturity Benefit Act 1961, Mines Act 1952, Employees State Insurance Act 1948, Contract Labour (Regulations & Abolishment) Act 1970, Electricity Act 2003, Grid Code, Metering Code, MNRE guidelines or any modification thereof or any other law relating whereto and rules made there under or amended from time to time.

4.6.10 The contractor shall at his own expense provide all amenities to his workmen as per applicable laws and rules.

4.6.11 The Contractor shall ensure that all safety measures are taken at the site to avoid accidents to his or his sub-contractor or Employer's Workmen.

4.6.12 If negligence / mal-operation of the contractor's operator results in failure of equipment such equipment should be repaired replaced by contractor at free of cost.

4.6.13 If any jobs covered in O&M Scope as per O&M Plan are not carried out by the contractor during the O&M period, the Engineer-In-Charge can issue a notice to the Contractor. Repetition of such instances for more than 2 times a year may lead to the Termination of the O&M Contract by the Employer & forfeiture of Bank Guarantee against same.

4.7 Quality Spares & Consumables

In order to ensure longevity and safety of the core equipment and optimum performance of the system the contractor should use only genuine spares of high quality standards.

4.8 Testing Equipment, Tools and Tackles

The Contractor shall arrange for all the necessary testing equipment, tools and tackles for carrying out all the construction, operation and maintenance work covered under this contract. All the instruments are required to be calibrated from NABL accredited lab before put in use. The certificate of the same shall be submitted to Employer for verification.

4.9 Security services

The contractor has to arrange proper security system including deputation of security personnel at his own cost for the check vigil for the Solar Power Plant. The security staff may be organized to work on suitable shift system; proper checking & recording of all incoming & outgoing materials vehicles shall be maintained. Any occurrence of unlawful activities shall be informed to Employer immediately. A monthly report shall be sent to Employer on the security aspects.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 152

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

Technical Requirement of Solar Power Plant

5 Bill of Material: The equipment and material for said(AC) Grid Interactive Solar Photovoltaic Power Plant with associate system (typical) shall include, but not limited to the following:-

Item Details (along with make & specifications) Unit

PV Modules Nos.

Module Mounting Structures including fasteners and clamps Set

Main Junction Boxes with monitoring capabilities Lot

Solar module array to Junction box Interconnection cable (Cu) RM

Junction box to Inverter Interconnection Cable (Cu/ Al) RM

Connection accessories – lugs, ferrules, glands, terminations etc. Lot

AC Cable (LT/ HT) of appropriate sizes RM

Power Conditioning Units/ Inverters Nos.

Meteorological station with sensors and data logger Lot

String level monitoring system (SCADA) and ancillaries Set

Transformers (Power, Inverter and Auxiliary) Set

Circuit breakers, CT and PT set ( at all voltage levels used) Set

33kV Indoor/ outdoor interfacing panels with CT, VCB, PT, Relays etc. Set

33kV XLPE Outgoing feeder cable and associated infrastructure Set

AC & DC distribution panels/ boards, PDB, LDB etc. Lot

Control and Relay Panel Lot

Lightning Arresters of suitable ratings for Solar array field and LCR Nos.

Earth mat for switch yard, DC field array and equipment Lot

Control and power cables Lot

Surge Protection devices and Fuses Set

Earth cables, flats and earthing pits for solar array field and LCR Lot

Equipment and Control cum office Building with associated equipment Lot

Rubber Mats for specific kV ratings and safety gadgets, PPE Lot

Fire extinguisher - Foam type, CO2 type, ABC type etc., as applicable Lot

Equipment, Work station, Furniture and Air conditioner for LCR and MCR Building Lot

Sand Buckets Lot

Discharge Rods Lot

Cable for power evacuation with suitable support system.

Lot

Energy efficient peripheral lighting arrangement for the Plant safety Nos.

Fire – Alarm system and signboards in buildings Lot

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 153

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

Item Details (along with make & specifications) Unit

Metering Equipment (Meters, and associated CT and PT‟s) Set

Suitable support system for power evacuation (less items included in Schedule „A‟ Part – X A and B)

Lot

Protection Equipment Set

Solar Observatory with remote monitoring assistance Set

Items for Module cleaning system(excluding items included in Schedule „A‟ Part – IX A and IX B)

Lot

CCTV cameras including monitoring system Set

Danger sign plates, anti-climbing, bird protection etc. Lot

All the information shown here is indicative only and may vary as per design and planning by the Contractor. The Contractor must provide the BOM of the Plant as per the design during the time of bidding. The technical features of major equipment are described hereunder.

6 Photovoltaic Modules

Total capacity of PV Modules to be supplied for the proposed said(AC) project is minimum of 2.2MWp which is the cumulative rated capacity of all solar PV module under supply as per relevant IEC standards under Standard Temperature Condition (STC).The Project shall consist of Mono/poly-crystalline silicon photovoltaic modules as per the specifications given below:

6.1 The solar photovoltaic modules with efficiency more than 15.5 % for multi-crystalline and more than16.5 % for mono-crystalline silicon based modules with positive tolerance only. Fill factor of the module shall not be less than 72%. Minimum module rating shall be 300 Wp @ STC. The cells used for module making shall be free from all defects like edge chipping, breakages, printing defects, discoloration of top surface etc. Both the Cells & Modules shall be made in India. Note: “ Wherever in the tender documents 250 Wp is mentioned , the same shall be read as 300 Wp”.

6.2 The glass used to make the crystalline silicon modules shall be toughened low iron glass with minimum thickness of 4.0 mm for 72 cell module and 3.2 mm for 60 cell module. The glass used shall have transmittance of above 90%.

6.3 The back sheet used in the crystalline silicon based modules shall be of 3 layered structure. Outer layer of fluoro polymer, middle layer of Polyester (PET) based and Inner layer of fluoro polymer or UV resistant polymer. Back sheet with additional layer of Aluminium also will be considered. The thickness of back sheet should be of minimum 300 microns with water vapour transmission rate less than 3g/m2/day. The Back sheet shall have voltage tolerance of more than 1000 V.

6.4 The EVA used for the modules should be of UV resistant in nature. No yellowing of the back sheet with prolonged exposure shall occur.

6.5 The sealant used for edge sealing of PV modules shall have excellent moisture ingress protection with good electrical insulation (Break down voltage >15 kV/mm) and with good adhesion strength.

6.6 The junction box used in the modules shall have protective bypass diodes to prevent hot spots in case of cell mismatch or shading. The material used for junction box shall be made with UV resistant material to avoid degradation during module life and the Junction sealing shall comply IP65 degree of

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 154

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

protection.EVA used for fabrication of modules shall be fresh & used within the specified shelf life.

6.7 The crystalline silicon based modules supplied should be of Potential Induced Degradation (PID) resistant modules and the test certificate from third party lab complying with the same shall be provided.

6.8 The power output of the modules shall have positive tolerance from the Module nameplate rating and no negative tolerance is allowed.

6.9 Modules should have rugged design to withstand tough environmental conditions and high wind speeds suitable for site condition.

6.10 Modules shall perform satisfactorily in relative humidity up to 85% and temperature between -10oC and 85oC (module temperature).

6.11 PV modules must be warranted for their output peak watt capacity, which should not be less than 90% of the initial value at the end of 10years and 80% of the initial value at the end of 25 years.

6.12 The modules shall be warranted for minimum of 10 years against all material/manufacturing defects and workmanship, starting from date of Operational Acceptance. If the manufacturer provides it from the date of manufacturing this shall be Contractor‟s responsibility to get the extended warranty from the manufacturer at its own cost and effort.

6.13 All modules shall be certified

(a) IEC 61215 2ndEdition (Design qualification and type approval for Crystalline Si modules). (b) IEC61730 (PV module safety qualification testing @ 1000 V DC or higher)

(c) Test certificate from NABL approved or /ILAC member body approved labs shall be provided.

6.14 The developer shall arrange for the details of the materials along with specifications sheets of from the manufacturers of the various components used in solar modules along with those used in the modules sent for certification. The Bill of materials (BOM) used for modules shall not differ in any case from the ones submitted for certification of modules.

6.15 The I-V characteristics of all modules as per specifications to be used in the systems are required to be submitted at the time of supply.

6.16 The Contractor would be required to maintain accessibility to the list of module IDs along with the parametric data for each module.

6.17 The temperature co-efficient of power for the modules shall not be more than 0.45% / °C.

6.18 The current mismatch of the modules connected to a string should be less than 2%. The bidder shall consider current sorting of modules during procurement.

6.19 SPV module shall have module safety class-II and should be highly reliable, light weight and must have a service life of more than 25 years.

6.20 The module frame shall be made of anodized Aluminium or corrosion resistant material, which shall be electrically & chemically compatible with the structural material used for mounting the modules. In case of metal frames for modules, it is required to have provision for earthing to connect it to the earthing grid. Module frame shall be anodizated Aluminium with the anodization thickness shall not be less than 12micron.Junction box of IP 67 rated with min 3 no. of bypass diode and MC4 connectors with

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 155

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

1 meter of TUV 2pfg 1169/09.07 certified Cu cable of 4 mm sq.

6.21 All materials used for manufacturing solar PV module shall have a proven history of reliability and stable operation in external applications. Module shall perform satisfactorily in relative humidity up to 85% with ambient temperature between -10°C to +50°C. The material shall withstand adverse climatic conditions, such as high speed wind, blow with dust, sand particles, and saline climatic / soil conditions.

6.22 Modules only with the same rating and of same manufacturer shall be connected to any single inverter.

6.23 All data sheets of solar PV modules shall be provided.

6.24 The Employer or its authorized representative reserves the right to inspect the modules at the manufacturer‟s site prior to dispatch or during manufacturing.

6.25 The Bidder is advised to check and ensure the availability of complete capacity of modules prior to submitting the NIT document.

6.26 Entire drawings, detailed test & flash reports and compliance certificates of the offered modules should be submitted for approval of Employer at least before15 days of the pre dispatch inspection call.

6.27 Proof of procurement of components like cell, back sheet, lamination material, frames, Glass, sealant etc), mentioning manufacturer name, manufacturing date and relevant test certificate shall be submitted at the time of pre-dispatch inspection and acceptance.

(i) Module should have manufacturer‟s logo on it. (ii) Each PV module must use a RFID Tag or Bar Code which shall be embedded inside the Module Lamination & must be able to withstand harsh environmental conditions, which must contain the following information. The barcode scanner along with database shall be provided. The database shall have the following information traceable by bar code.

(a) Name of the manufacturer of PV Module (b) Name of the Manufacturer of Solar cells (c) Type of cell : Mono / Multi (d) Month and year of the manufacture (separately for solar cells and module) (e) Country of origin (separately for solar cells and module) (f) I-V curve for the module (g) Peak Wattage, Im, Vm and FF for the module (h) Unique Serial No and Model No of the module. (j) Date and year of obtaining IEC PV module qualification certificate. (k) Name of the test lab issuing IEC certificate (l) Other relevant information on traceability of solar cells and modules as per ISO 9000 series.

6.28 The modules shall be uniformly laminated without any lamination defects.

6.29 The modules used in the Plant are to be freshly manufactured (not having manufactured before the last date of bid submission)

Note: Contractor shall ensure warranty (performance as well as life cycle) for existing environmental/climatic condition at site.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 156

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

7 PV Array Configurations

The Solar array shall be configured in multiple numbers of sub-arrays, providing optimum DC power to auditable number of sub arrays. The Contractor shall submit their own design indicating configuration of PCU and respective sub arrays and associated bill of material.

7.1 UV resistant Cable-ties (suitable for outdoor application shall be used to hold and guide the cables/wires from the modules to junction boxes or inverters). All the cables to be aesthetically tied to module mounting structure.

7.2 In case the string monitoring unit (SMU) is mounted on the module mounting structure, Contractor to take into consideration of the load thus added on the MMS. Accordingly, suitable supporting members for mounting the SMU must be designed and supplied. Separate structure for mounting of SMU can also be proposed.

7.3 Every major Component of the Plant should be suitably named/numbered& marked for ease of traceability, identification and maintenance.

7.4 String Monitoring Unit:

7.4.1 All SMUs should be equipped with appropriate functionality, safety (including fuses, grounding, contacts etc.) and protection.

7.4.2 The terminals will be connected to copper bus-bar arrangement of proper sizes to be provided. The junction boxes will have suitable cable entry points fitted with cable glands of appropriate sizes for both incoming and outgoing cables. Suitable markings shall be provided on the bus-bars for easy identification and weather resistant cable ferrules will be fitted at the cable termination points for identification.

7.4.3 The Junction Boxes shall have suitable arrangement for the followings:

7.4.4 Provide arrangement for disconnection for each of the groups/incomers. (a) Provide a test point for each sub-group for quick fault location and to provide group array isolation. (b) SCADA Communication device with all necessary equipment for communicating with main

SCADA Server. (c) Suitable space for workability and natural cooling. 7.4.5 The junction boxes shall be dust, vermin and water proof and made of thermoplastic/metallic incompliance with IEC62208,which should be sunlight/UV resistive as well as fire retard ant & must have minimum protection to IP65(Outdoor) and Protection Class II.

7.4.6 The Array Junction Box will also have suitable surge protection. In addition, over voltage protection shall be provided between positive and negative conductor and earth ground such as Surge Protection Device (SPD). The maintenance free earthing shall be done as per the relevant standards.

7.4.7 Array Junction Box should have adequate ratings of solar DC fuses& isolating miniature circuit breakers at both the terminals (+ve as well as –ve), provided in recommendation with the inverter manufacturer. The fuses should be so designed that it should protect the modules from the reverse current overload.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 157

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

7.4.8 At outgoing side DC Disconnector Switch of suitable capacity shall be provided.

7.4.9 Contractor shall submit all the test reports/ test certificates and compliance certificates during Detailed design Engineering &before installation at site.

8 Power Conditioning Unit (PCU)& PV Array Field 8.1 Power Conditioning Unit (PCU)/ Inverter shall consist of an electronic inverter along with associated control, protection and data logging devices.

8.2 The rated power/name plate capacity of the inverters shall be the AC output of the inverter at 50oC.

8.3 The inverter supplied shall have minimum of 10% additional DC input Capacity. (E.g. Inverter is supplied with rated capacity of 500 kW (AC) shall accept at least 550 kW of DC power.)

8.4 All PCUs should consist of associated control, protection and data logging devices and remote monitoring hardware and compatible with software used for string level monitoring.

8.5 Dimension, weight, cooling arrangement etc. of the PCU shall be indicated by the Bidder. Type (in- door) of installation also to be indicated.

8.6 Contractor has to provide sufficient information to the satisfaction of the Employer before placing the final order for PCUs/Inverters. Service centre of the PCU manufacturer must be in India.

8.7 The minimum European efficiency of the inverter shall be 98% load as per IEC 61683 standard for measuring efficiency. The Bidder/ Contractor shall specify the conversion efficiency of different loads i.e. 25%, 50%, 75% and 100% in its offer. The Bidder/ Contractor should specify the overload capacity in the bid.

8.8 The PCU shall be tropicalized and design shall be compatible with conditions prevailing at site. Provision of exhaust fan with proper ducting for cooling of PCU‟s should be incorporated in the PCU‟s, keeping in mind the extreme climatic condition of the site as per the recommendations of OEM to achieve desired performance and life expectancy.

8.9 The inverters shall have minimum protection to IP 20(indoor) and Protection Class II.

8.10 Nuts & bolts and the PCU enclosure shall have to be adequately protected taking into consideration the atmosphere and weather prevailing in the area.

8.11 Grid Connectivity: Relevant CERC regulations and grid code as amended and revised from time to time shall be complied. The system shall incorporate a unidirectional inverter and should be designed to supply the AC power to the grid at load end. The power conditioning unit shall adjust the voltage & frequency levels to suit the Grid.

8.12 All three phases shall be supervised with respect to rise/fall in programmable threshold values of frequency.

8.13 The inverter output shall always follow the grid in terms of voltage and frequency .This shall be achieved by sensing the grid voltage and phase and feeding this information to the feedback loop of the inverter. Thus control variable then controls the output voltage and frequency of the inverter, so that inverter is always synchronized with the grid. The inverter shall be self- commutated with Pulse width modulation (PWM) technology.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 158

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

8.14 Operational Requirements for Inverter/ PCU

8.14.1 The PCU must have the feature to work in tandem with other similar PCU's and be able to be successively switched "ON" and "OFF" automatically based on solar radiation variations during the day. Inverters must operate in synergy and intelligently to optimize the generation at all times with minimum losses.

8.14.2 The PCU shall be capable of controlling power factor dynamically.

8.14.3 Maximum power point tracker(MPPT) shall be integrated in the power conditioner unit to maximize energy drawn from the Solar PV array. The MPPT should be microprocessor based to minimize power losses. The details of working mechanism of MPPT shall be mentioned by the Bidder in its offer. The MPPT unit shall confirm to IEC 62093 for design qualification.

8.14.4 The system shall automatically “wake up” in the morning and begin to export power provided there is sufficient solar energy and the grid voltage and frequency is in range.

8.14.5 Sleep Mode: Automatic sleep mode shall be provided so that unnecessary losses are minimized at night. The power conditioner must also automatically re-enter standby mode when threshold of standby mode is reached.

8.14.6 Stand – By Mode: The control system shall continuously monitor the output of the solar power Plant until pre-set value is exceeded & that value to be indicated.

8.14.7 Basic System Operation (Full Auto Mode): The control system shall continuously monitor the output of the solar power Plant until pre-set value is exceeded & that value to be indicated.

8.14.8 PCU shall have provisions/features to allow interfacing with monitoring software and hardware devices.

8.15 Protection against faults for PCU

The PCU shall include appropriate self-protective and self-diagnostic feature to protect itself and the PV array from damage in the event of PCU component failure or from parameters beyond the PCU‟s safe operating range due to internal or external causes. The self-protective features shall not allow signals from the PCU front panel to cause the PCU to be operated in a manner which may be unsafe or damaging. Faults due to malfunctioning within the PCU, including commutation failure, shall be cleared by the PCU protective devices. In addition, it shall have following minimum protection against various possible faults.

8.15.1 Grounding Leakage Faults: The PCU shall have the required protection arrangements against grounding leakage faults.

8.15.2 Over Voltage & Current: In addition, over voltage protection shall be provided between positive and negative conductor and earth ground such as Surge Protection Devices (SPD).

8.15.3 Galvanic Isolation: The PCU inverter shall have provision for galvanic isolation with external transformer, if required.

8.15.4 Anti-islanding (Protection against Islanding of grid): The PCU shall have anti islanding protection. (IEEE 1547/UL 1741/ equivalent BIS standard)

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 159

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

8.15.5 Unequal Phases: The system shall tend to balance unequal phase voltage (with 3- phase systems).

8.15.6 Reactive Power: The output power factor of the PCU should be of suitable range to supply or sink reactive power. The PCU shall have internal protection arrangement against any sustained fault in the feeder line and against lightning in the feeder line.

8.15.7 Isolation: The PCU shall have provision for input & output isolation. Each solid- state electronic device shall have to be protected to ensure long life as well as smooth functioning of the PCU.

8.15.8 PCU shall have arrangement for adjusting DC input current and should trip against sustainable fault downstream and shall not start till the fault is rectified.

8.15.9 Each solid state electronic device shall have to be protected to ensure long life of the inverter as well as smooth functioning of the inverter.

8.15.10 All inverters/ PCUs shall be three phase using static solid state components. DC lines shall have suitably rated isolators to allow safe start up and shut down of the system. Fuses &Circuit breakers used in the DC lines must be rated suitably.

8.16 Standards & Compliances (PCU)

8.16.1 PCU shall confirm to the following standards and appropriately certified by the labs:

(a) Efficiency measurement : IEC 61683 (b) Environmental Testing : Relevant parts of IEC 60068-2 or IEC 62093 (c) EMC, harmonics, etc. : IEC 61000 series, 6-2, 6-4 (d) Electrical safety : IEC 62109 (1&2), EN 50178 or equivalent (e) Protection against islanding of grid : UL1741/ IEC 62116 8.16.2 The Bidder/Contractor should select the inverter (Central) as per its own system design so as to optimize the power output, however selected inverter must comply with the Technical/functional requirement of Plant as per this Tender Document.IEEE1547 guidelines for interconnection to utility systems shall be followed. Grid Relevant CEA/ CERC regulation and grid code (amended up to date) also shall be followed while connecting to the grid.

8.16.3 Desired Technical Specifications of PCU

(a) Sinusoidal current modulation with excellent dynamic response. (b) Compact and weather proof housing (indoor/ outdoor) (c) Comprehensive network management functions (including the LVRT and capability to inject reactive power to the grid) (d) Total Harmonic Distortion (THD)<3% (e) No load loss < 1% of rated power and maximum loss in sleep mode shall be less than 0.05% (f) Optional VAR control (g) Power factor Control range: 0.9 (lead – lag) (h) Humidity: 95% Non – Condensing (j) Operating Temperature Range should be -20°C to + 60°C (k) Unit wise & integrated Data logging (l) Dedicated Prefabs / Ethernet for networking

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 160

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

8.16.4 Inverter/ Power Condition unit must provide protection against:-

(a) Over current (b) Sync loss (c) Over temperature (d) DC bus over voltage (e) Cooling Fan failure (If provided) (f) Short circuit (g) Lightning (h) Earth fault (i) Surge voltage induced at output due to external source (j) Power regulation in the event of thermal overloading (k) Set point pre-selection for VAR control (l) Bus communication via -interface for integration (m) Remote control via telephone modem or mini web server (n) Integrated protection in the DC and three phase system (o) Insulation monitoring of the PV array with sequential fault location

8.16.5 Ground fault detector which is essential for large PV generators in view of appreciable discharge current with respect to ground is required.

8.16.6 Overvoltage protection against atmospheric lightning discharge to the PV array is required.

8.16.7 The power conditioner must be entirely self-managing and stable in operation.

8.16.8 A self-diagnostic system check should occur on start up. Functions should include a test of key parameters on start up.

8.16.9 PCU/inverter front panel shall be provided with display (LCD or equivalent) to monitor, but not limited to, the following:

(a) DC power input (b) DC input voltage (c) DC Current (d) AC power output (e) AC voltage (all the 3 phases and line) (f) AC current (all the 3 phases and line) (g) Power Factor

8.16.10 Documentary Requirements & Inspection

(a) The bill of materials associated with PCU‟s should be clearly indicated while delivering the equipment. (b) The Contractor shall provide to the Employer, data sheet containing detailed technical specifications of all the inverters and PCUs, Type test reports and Operation & Maintenance manual before dispatch of PCUs. (c) The Employer or its authorized representative reserves the right to inspect the PCUs/ Inverters at the manufacturer‟s site prior to dispatch.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 161

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

8.17 DC Cable and Wires

8.17.1 All cables and connectors for use for installation of solar field must be of solar grade which can withstand harsh environment conditions including High temperatures, UV radiation, rain, humidity, dirt, salt, burial and attack by moss and microbes for 25 years and voltages as per latest IEC standards.(Note: DC cables for outdoor installations should comply with the TUV 2PfG 1169/08.07 for service life expectancy of 25 years)

8.17.2 Insulation: Outer sheath of cables shall be electron beam cross-linked XLPO type and black in colour. In addition, Cable drum no. / Batch no. to be embossed/printed at every one meter. Cable Jacket should also be electron beam cross-linked XLPO, flame retardant, UV resistant and black in colour. DC positive current carrying cables should have marking of red line on black outer sheath.

8.17.3 All the DC cables from SMU to Inverter must be Single Core cable.

8.17.4 DC cables used from solar modules to array junction box shall be solar grade copper (Cu) with XLPO insulation and rated for 1.1kV only. However, the cables used from array junction box to inverter can be XLPE Aluminium with 1.1kV rating as per relevant standards.

8.17.5 Wires with sufficient capacity and parameters shall be designed and used so that maximum voltage-drop at full power from the PV modules to inverter should be less than 1.5%. Successful Bidder/Contractor shall provide voltage drop calculations in unlocked excel sheet.

8.17.6 Only terminal cable joints shall be accepted. No cable joint to join two cable ends shall be accepted. Necessary bimetallic connectors have to be used for connecting cu bus bar and Al cables or vice-versa. All wires used on the LT side shall conform to IS and should be of appropriate voltage grade. Only copper conductor wires (up to Array Junction Box) compliant with IEC 60228, Class 5 of reputed make shall be used.

8.17.7 All high voltage cables connecting the main junction box/string inverters to the transformers should be PVC insulated grade conforming to IS 1554 and cables shall also conform to IEC 60189 for test and measuring the methods.

8.17.8 Cable terminations shall be made with suitable cable lugs & sockets etc., crimped properly and passed through brass compression type cable glands at the entry & exit point of the cubicles.

8.17.9 All cable/wires shall be provided with UV resistant printed ferrules for DC side however, for HT cables, punched/ embossed aluminium tags are required. The marking on tags shall be done with good quality letter and number ferrules of proper sizes so that the cables can be identified easily.

8.17.10 The wiring for modules interconnection should be weather resistant. However, for crossing with road, drain and trenches etc., the cable must pass through GI / Hume pipe of appropriate size with proper protection at ends to prevent any damage inflected by the edge of the pipe.

8.17.11 Type test reports and Data sheets of individual cable sizes (HT & LT) shall be submitted for approval by Employer.

8.18 Switchboard box / DC Distribution Box (DCDB) / AC Distribution Box (ACDB) panels

8.18.1 Successful Bidder/Contractor shall provide sufficient no. of switchboards / DCDB / ACDB wherever required.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 162

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

8.18.2 All boxes/ panels should be equipped with appropriate functionality, safety (including fuses, grounding, etc.) and protection.

8.18.3 The terminals will be connected to bus-bar arrangement of proper sizes to be provided. The panels/ boxes will have suitable cable entry points fitted with cable glands of appropriate sizes for both incoming and outgoing cables.

8.18.4 Adequate rating fuses & isolating MCB/ MCCB should be provided.

8.18.5 The panels/ boxes shall have suitable arrangement for the followings: (a) Provide arrangement for disconnection (b) Provide a test point for quick fault location (c) To provide isolation (d) The current carrying rating of the boxes/ panels shall be suitable with adequate safety factor (e) The rating of the boxes/ panels shall be suitable with adequate safety factor to inter connect to the local/ internal grid (f) Thermal/ heat dissipation arrangement/ Vent for safe operation. (g) Adequate number of spare terminals

8.18.6 The boxes/ panels shall be dust, vermin, and waterproof and made of thermoplastic/ metallic in compliance with IEC 62208, which should be sunlight/ UV resistive as well as fire retardant & must have minimum protection to IP 65(Outdoor)/ IP 20(indoor) and Protection Class II.

8.18.7 All panels/ boxes shall be provided with adequately rated bus-bar, incoming control, outgoing control etc. as a separate compartment inside the panel to meet the requirements of the Chief Electrical Inspector General (CEIG)/CEA. All live terminals and bus bars shall be shrouded. The outgoing terminals shall be suitable to receive suitable runs and size of cables required for the Inverter/Transformer rating.

8.18.8 The boxes/ panels must be grounded properly to ensure all safety related measures for safe operation. The parts of panel, wherever applicable, must be insulated properly.

8.18.9 All the Panels to be manufactured with sufficient space for working and must have temperature suitability up to 85o C with separate cable and bus bar alley.

8.19 Lightning Protection for PV Array

8.19.1 The source of over voltage can be lightning or other atmospheric disturbance. Main aim of over voltage protection is to reduce the over voltage to a safe level before it reaches the PV or other sub-system components as per NFC 17 – 102. Contractor to provide ESE type lightening arrester placed at strategic locations to protect the Plant from lightening and shall not cause any shadow on the solar modules.

8.19.2 Necessary foundation/anchoring for holding the lightning conductor in position to be made after giving due consideration to shadow on PV array, maximum wind speed and maintenance requirement at site in future.

8.19.3 The Contractor shall submit the drawings, calculations and detailed specifications of the PV array lightning protection equipment to Employer for approval before installation of system.

8.19.4 The lightning conductor shall be earthed through flats and connected to the grounding mats as per applicable Indian Standards with earth pits. Three earth pits shall be provided for each lightning arrestor. Each lightning conductor shall be fitted with individual earth pit as per required Standards

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 163

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

including accessories, and providing masonry enclosure with cast iron cover plate having locking arrangement, watering pipe using charcoal or coke and salt as required as per provisions of IS.

8.19.5 The lightning conductor must ensure three zone protection level

8.20 Solar Photovoltaic Power Plant Electrical System

The technical requirements of design& engineering, testing at works, supply, installation testing & commissioning of all electrical equipment required for the Solar Photovoltaic Power Plant starting from the local control panel of Plant and up to the Grid tie up with the State grid including all control protection, metering equipment, step up generator voltage transformer, indoor/ outdoor switchgears and balance of equipment complete in all respect shall be of high standard and quality meeting the requirement of respective Indian standard (following table). All the type test reports along with Material Despatch Clearance Certificate (MDCC) and MSDS for all applicable product & equipment and cables are to be submitted by the Contractor prior to the despatch of the same. Contractor has to provide the type test report for all the equipment used under this contract. If the equipment is not type tested, the Contractor has to ensure conduction of such test and supply the type test Report to the Employer without any additional cost. The brief particulars and requirement of equipment is as under:-

IS/ IEC Reference

Specification

IEC-298 A.C. Metal – enclosed and control gear for rated voltages above 1KV and including 72.5KV

IS-3427 A.C. Metal – enclosed and control gear for rated voltages above 1KV and including 52KV.

IS-8623 Specification for Low Voltage Switchgear and Control gear assemblies.

IS-13118/ IEC-56 Specification for High Voltage AC Circuit Breakers.

IEC-529 Degrees of Protection.

IS-5578 & 11353 Making and arrangement for switchgear bus bar main connections and auxiliary wiring.

IS-325 Specification for 3 Phase Induction motors.

IS-2629 Recommended practice for hot dip galvanizing of iron and steel.

IEC-137 Bushing for AC Voltages.

IS-3347 Porcelain Transformer Bushings.

IS-5561 Terminal Connectors

IS-3156 Voltage Transformers

IS-2705 Current Transformers

IS-3231 Electric relays for power protection.

IS-13010 Watt hour meters

IS-13779 Static Energy Meters

IS-8686 Static Protection Relays

IS-1248 Electrical measuring instruments

IS-2099 High Voltage Porcelain Bushings.

IS-10118 Minimum clearances for Outdoor Switchgear.

IEC-694 Common Clauses for High Voltage Switchgear and Control gear

IEC-60255 & IEC-61330

Numerical Relays

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 164

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9 Power Transmission System, Metering, Protection, Monitoring & Control System

9.1 Transmission line(Underground Transmission Cables)/Conductor for Solar Portion only

9.1.1 Standards for design, manufacture, stage testing, inspection and testing before dispatch, packing and delivery of Steel Cored Aluminium Conductors specified hereunder for their satisfactory operation. The power conductors shall conform to the following Indian Standards, which shall mean latest revisions, amendments/changes adopted and published, unless otherwise specified hereinbefore:-

Ser No.

Indian Standards or any Equivalent

International Standard

Title

1 IS: 7098 Cross linked polyethylene insulated PVC sheathed cable for (Part -II) working voltage from 3.3KV upto & including 33 KV

2 IS: 3961 Recommended current ratings for cables

3 IS: 3975 Low Carbon Galvanized steel wires, formed wires and tapes for armouring of cables

4 IS: 4905 Methods for random sampling.

5 IS: 5831 PVC insulation and sheath of electrical cables.

6 IS: 8130 Conductors for insulated electrical cables and flexible cords.

7 IS: 10418 Specification for drums for electric cables.

8 IS: 10810 Methods of tests for cables.

9.1.2 General Technical requirements for cables:

(a) The cables shall be suitable for laying on racks, in ducts, trenches, conduits and underground (buried) installation with chances of flooding by water. (b) Cables shall be flame retardant, low smoke (FRLS) type designed to withstand all mechanical, electrical and thermal stresses develop under steady state and transient operating conditions as specified elsewhere in this specification. (c) Copper/Aluminium conductor used in power cables shall have tensile strength as per relevant standards. Conductors shall be multi stranded. (d) XLPE insulation shall be suitable for continuous conductor temperature of 90 deg. C and short circuit conductor temperature of 250 deg.C. (e) The cable cores shall be laid up with fillers between the cores wherever necessary. It shall not stick to insulation and inner sheath. All the cables, other than single core unarmoured cables, shall have distinct extruded PVC inner sheath of black colour as per IS: 5831. (f) For single core armoured cables, armouring shall be of aluminium wires. The aluminium used for armouring shall be of H4 grade as per IS:8130 with maximum resistivity of 0.028264 ohm-sq.mm/meter at 20 deg.C. (g) For multi core armoured cables armouring shall be of galvanized steel. (h) The minimum area of coverage of armouring shall be 90%

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 165

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.2 Step-Up Transformer

9.2.1 The transformer shall be copper wound, 3 phase, natural cooled, core type construction, and oil immersed and shall be suitable for outdoor applications.

9.2.2 The Contractor shall provide the complete turnkey design, supply, erection, testing and commissioning of transformers and transformer substation to step-up the output of the inverter to interconnection voltage level at the location of the inverter. The power from inverter room/s shall be collected at a common location from where it shall be transmitted to the designated substation at interconnection voltage level through underground transmission cables. However, the detailed scheme of design lies with the Contractor and must submit the same to Employer for approval prior to construction.

9.2.3 Power Transformers utilized shall be 3 phase, Oil Filled, 50 Hz and associated Switchgear of approved make. RTCC panel, as per design, will be provided in control room. It is recommended to have standard ratings of transformer used. Contractor is to provide the type test reports for the transformer(s) used. The vector group of transformer(s) must be in line with the system requirement and follow the prevailing grid codes at the location of Site.

9.2.4 All the transformers shall be suitable for outdoor installation with 3 phase 50Hz in which the neutral is effectively earthed and they should be suitable for service under fluctuations in supply voltage up to plus 10% to minus 15%.

9.2.5 General requirement for the transformers shall be as per below:-

Standards Relevance

IS: 2026 (Part 1 to 4) Specifications for Power Transformer

IS: 2099 Bushings for alternating voltage above 1000 V

IS: 3639 Fittings and accessories for power transformer

IEC: 60076 (Part 1 to 5) Specifications for Power Transformer

IS: 9921 Part 1 to 5 Alternating currents disconnectors (isolators) and earthing switches rating, design, construction, tests etc.

IS: 2705 Part 1 to 4 & IEC: 185

Current transformer

IS: 3156 Part 1 to 4 Voltage Transformer

IS: 3070 part 1 to 3 Lightning arrestors

IS: 2544 Porcelain insulators for system above 1000 V

IS: 5350 Part III – post insulator units for systems greater than 1000V

IS: 5621 Hollow Insulators for use in electrical equipment

IS: 5556 Serrated lock washers – specification

9.2.6 Ratings and specifications (Transformer)

The typical rating and electrical characteristics of the ONAN Outdoor type Grid Tie& Auxiliary transformer shall be as under however, the ratings may vary subjected to design by the Contractor and relevant to the respective IS codes, however HV voltage rating for the Transformers must be 33 kV.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 166

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

Table-1

Sl. No.

Parameters Specification for Grid tied Transformer

Specification for Auxiliary Transformer

1. MVA Rating As per System Requirement/ As per approved SLD

2. Voltage Ratio (KV) 33 kV/ as per system design (as approved in SLD)

3. Duty, Service & Application Continuous Solar Inverter application and converter duty (Outdoor)

Continuous application (Outdoor)

4. Winding As per System Requirement Two

5. Frequency 50 Hz 50 Hz

6. Nos. of Phase 3 phase 3 phase

7. Vector Group & Neutral earthing As per system Requirement As per system Requirement

8. Cooling ONAN ONAN

9. Tap Changer As per system Requirement/ As per approved SLD

10. Impedance at75 ° C

a) Principal Tap As per system Requirement/ As per approved SLD

b) Other Taps As per system Requirement/ As per approved SLD

11. Permissible Temperature rise over an ambient of 50 °C (irrespective of tap)

a) Top Oil 50°C 50°C

b) Winding 55°C 55°C

12. SC withstand time (thermal) 2 Sec 2 Sec

13. Fault Level & Bushing CT As per system Requirement/ As per approved SLD

14. Termination As per system Requirement/ As per approved SLD

15. Bushing rating, Insulation class (Winding & bushing)

As per relevant IS/IEC (However Inverter Transformer LV side winding & bushing insulation class shall be of at least 3.6 kV)

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 167

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

Table-1

Sl. No.

Parameters Specification for Grid tied Transformer

Specification for Auxiliary Transformer

16. Noise level AS PER NEMA TR-1

17. Loading Capability Continuous operation at rated power on any tap with voltage variation of +/-10 %, also transformer shall be capable of being loaded in accordance with IS: 6600/IEC60076-7.

18. Flux density Not to exceed 1.9 Wb/sq.m. at any tap position with +/-10% voltage variation from voltage corresponding to the tap. Transformer shall also withstand following over-fluxing conditions due to combined voltage and frequency fluctuations: a) 110% for continuous rating. b) 125% for at least one minute. c) 140% for at least five seconds. Contractor shall furnish over-fluxing characteristic up to 150%

19. Air Clearance As per CBIP

20. Only Type –Tested transformers shall be used

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 168

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.3 General Standards

9.3.1 The equipment and accessories covered by this specification shall be designed, manufactured and tested in accordance with the latest relevant standards and codes of practice published by the relevant Indian Standards (IS) as applicable.

9.3.2 All electrical equipment and installation shall confirm to the latest Indian Electricity Rules as regards safety, earthing and other essential provisions specified for installation and operation of electrical plants. Relevant national and international standards in this connection can be followed in order to improve the efficiency and safe operations.

9.3.3 All working parts, insofar as possible, are to be arranged for convenience of operation, inspection, lubrication and ease of replacement with minimum downtime. All parts of equipment or of spare equipment offered shall be interchangeable.

9.3.4 The quality of materials of construction and the workmanship of the finished products / components shall be in accordance with the highest standard and practices adopted for the equipment covered by the specification.

9.3.5 All items of equipment and materials shall be thoroughly cleaned and painted in accordance with relevant Indian Standards. The finish paint shall be done with two coats of epoxy based final paint of colour Shade RAL 7032 of IS: 5 for indoor equipment.

9.3.6 Any fitting or accessories which may not have been specifically mentioned in the specification but which are usual or necessary in the equipment of similar plant or for efficient working of the Plant shall be deemed to be included in the contract and shall be provided by the Contractor without extra charges. All plant and apparatus shall be complete in all details whether such details are mentioned in the specifications or not.

9.3.7 All equipment shall be designed for operation in tropical humid climate at the required capacity. The reference parameters for which the transformers are to be designed are as under:-

Particulars Condition

Maximum ambient temperature 50oC

Maximum daily average ambient temp 40oC

Maximum yearly weighted average ambient temp 35oC

Minimum ambient air temperature (Cooling) -5oC

Max. Relative Humidity 95%

Yearly Avg. number of thunder storms 30-50

Average Number of rainy days 60 days

Fog In winter

Number of months during which topical monsoon prevail

5 months

Dust storms May not occur

Cyclone Area is cyclone prone

Average Annual rain fall 100 cms.

Maximum wind speed 150 kmph

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 169

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.3.8 Efficiency:-

The percentage loading for the maximum efficiency shall be clearly stated at unity power factor as well at 0.8 and 0.9 power factor (lead and lag).

9.3.9 Insulation:

The dielectric strength of the winding, given insulation and the bushings shall conform to the values given in IS: 2026 (Part III)/1981 (or its latest amendment) for highest system voltage and shall be suitable for the impulse test\power frequency test voltages.

9.3.10 Factory Assembly and Tests:

The transformer shall be completely assembled and tested at the Factory. Routine and Acceptance tests as per specification/ standards are to be conducted and no deviation in respect of conducting these tests will be acceptable. No extra charges for these tests will be paid. Test charges shall be part of cost of the equipment. If Employer selects to send a representative, all tests shall be carried out in his presence. Type test certificate shall be furnished before start of supply.

9.3.11 Routine Tests:

Each completed transformer shall be subjected to following routine tests as per IS: 2026 Part I & III (latest amendment). No extra charges for any of the tests shall be paid. No deviation shall be acceptable. If the supplier desires, he may not fix radiators on transformers (other than the one which is to be type tested) during routine testing. However in that case, radiator manufacturer's test certificate shall be furnished for reference of inspecting officer with undertaking that supplier shall be responsible for proper alignment/fixing of radiator on transformer at site.

(a) Measurement of resistance of each winding. (b) Measurement of turn‟s ratio between HV-LV windings at each tap. (c) Checking of polarity and phase relation-ships for each winding. (d) Measurement of no load loss and no load current. (e) Positive phase sequence impedance/short circuit impedance between HV-LV windings on minimum, maximum and normal taps. (f) Separate source voltage withstand test. (g) BDV test on transformer oil. (h) Induced over voltage withstand test. (i) Measurement of neutral unbalance current. (j) Regulation at rated load at unity, 0.90 and 0.80 lagging power factor. (k) Load losses measured at rated frequency by applying voltage sufficient to produce the rated relevant current in one winding with the other winding short circuited. (l) Measurement of insulation resistance. (m) The total losses shall comprise of the No Load Losses, load losses at rated output duly converted at 75oC average winding temperature and shall also be indicated in the test report. Load losses shall be that corresponding to rated load on HV & LV winding. (n) Routine dielectric tests as per IS: 2026(Part. I & III), 1981 and any amendments thereto. (o) Check complete transformer against approved outline drawing, provision for all fittings, finish oil level etc.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 170

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.3.12 Tests at Site

After erection at site all transformer(s) shall be subjected to the following tests: a) Insulation resistance test. b) Ratio and polarity test. c) Dielectric test on oil. d) Physical check e) Induced Voltage Test f) PID Test

In case the equipment is not found as per the requirements of the Technical Specification of NIT document, all expenses incurred during site testing will be to the tenderer's account and the material shall be replaced by him at site, free of cost.

Further Tests:

The Employer reserves the right of having other reasonable tests carried out at his own expenses either before dispatch or during performance guarantee period from Govt. approved/ Govt. recognized lab to ensure that the transformer complies with the requirements of this specification after due intimation to the supplier. In case the equipment is not found meeting the requirement of Technical Specification of Tender Document, all expenses incurred for such testing will be on supplier‟s account and the material shall be replaced by the supplier at site free of cost.

9.3.13 Frequency and System Voltage:

The transformer shall be suitable for continuous operation with a frequency variation of ± 2.5% from normal of 50Hz without exceeding the specified temperature rise. The highest system rated voltage shall be 36.3 kV on HV side &at least 1.1 times rated voltage on LV side. However the flux density requirements shall be as per this specification.

9.3.14 Installation & Commissioning

Mainly following activities are required to be carried out before commissioning of Power Transformers:- (a) Assembling of Power Transformer accessories as per GA drawing. (b) Testing activities in presence of Employer such as

(i) Ratio Test (ii) Megger Value (iii) Magnetic balance. (iv) Oil BDV (v) Earth Resistance (vi) Buchhloz Relay checking. (vii) WTI/OTI/MOLG (oil level) checking. (viii) Checking of points of leakage of oil from Transformer body/ Radiator/Valve (ix) Setting of Relays in Panel

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 171

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.4 Auxiliary transformer

The transformer used for auxiliary distribution within the Plant must be in accordance with the reference standards. The ratings of the transformer shall be suitably designed by the Contractor in line with DISCOM‟s requirement in order to maximize the net Energy generation from the Plant. The guaranteed technical particulars of the auxiliary transformer must be supplied along with the bid. The Contractor shall also provide the list of auxiliary loads considered for the project. Sizing of Auxiliary transformer should done keeping in mind the DISCOM‟s (PVVNL) requirement.

9.5 Instrument Transformer

9.5.1 The instrument transformers i.e. current and voltage transformers shall be single phase transformer units and shall be supplied with a common marshalling box for a set of three single phase units. The tank as well as top metallic shall be hot dip galvanized or painted Grey colour as per RAL 9002.

9.5.2 The instrument transformers shall be oil filled hermetically sealed units. The instrument transformers shall be provided with filling and drain plugs.

9.5.3 Polarity marks shall indelibly be marked on each instrument transformer and at the lead terminals at the associated terminal block. The insulators shall have cantilever strength of more than 500 kg.

9.5.4 Current Transformer, Voltage Transformer, Circuit Breaker and Relays should match state DISCOM requirements.

9.6 Current Transformer (CT)

9.6.1 Current transformers may be either of the bushing type or wound type. The bushing types are normally accommodated within the transformer bushings and the wound types are invariably separately mounted. The location of the current transformer with respect to associated circuit breaker has an important bearing upon the protection scheme as well as layout of, substation. Current transformer class and ratio is determined by electrical protection, metering consideration.

9.6.2 Technical specifications – Current ratings, design, Temperature rise and testing etc. should be in accordance with IS: 2705 (part I to IV)

9.6.3 Type and Rating

9.6.3.1 The current transformer should be of indoor/ outdoor type, single phase, oil immersed, self-cooled and suitable for operation in 3 phase solidly grounded system.

9.6.3.2 Type test certificate for the proposed CT shall be provided to the Contractor before dispatch.

9.6.3.3 Each current transformers should have the following particulars under the site conditions for the system under design

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 172

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.6.4 General Parameters: CT

Particulars Details

Highest system Voltage (Vm) As per system design

Rated frequency 50 Hz

System Neutral Earthing Effective earthed

Installation Indoor (IP 20)/ Outdoor (IP 65)

Rated dynamic current As per system design

Rated min power frequency withstand voltage (RMS value)

As per system design

Rated lightning impulse withstand voltage (peak value)

As per system design

Partial discharge level 10 Pico coulomb max.

Temperature rise As per IEC 60044

Type of insulation Class A

Number of cores Two (2) with One (1) protection core and one (1)metering core of accuracy 0.5 class

CT secondary current Protection cores – 1 Amp. Metering Core – 1 Amp

Number of terminals in marshalling box All terminals of control circuits wired up to marshalling box plus 20% spare terminals

CT ratio & Rated VA Burden, short time thermal rating ,class of accuracy

Minimum burden required (as per design): 1. Metering core – 40 VA 2. Protection core – 10 VA

9.7 Voltage Transformer (VT/ PT)

9.7.1 Voltage transformers shall be electro-magnetic (EMU) type and shall comprise of compensating reactor, intermediate transformer, and protective and damping devices. The oil level indicator of EMU with danger level marking shall be clearly visible to maintenance personnel standing on ground.

9.7.2 The secondary shall be protected by 3A HRC cartridge type fuses for all windings. In addition fuses shall also be provided for protection and metering windings. The secondary terminals shall be terminated on stud type non- disconnecting terminal blocks via the fuse inside the terminal box of degree of protection IP55.The access to secondary terminals shall be without the danger of access to high voltage circuit.

9.7.3 The accuracy of metering core shall be maintained through the entire burden rangeupto75VAon all three windings without any adjustments during operations.

9.7.4 The PTs should be single phase oil immersed self –cooled type suitable for outdoor.

9.7.5 The core should be of high grade non – ageing electrical silicon laminated steel of high permeability. The PTs should be hermetically sealed to eliminate breathing and prevent air and moisture entering the tank.

9.7.6 Contractor has to provide the type test certificate for the proposed VT before dispatch.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 173

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.7.7 Each voltage transformers should have the following particulars under the site conditions for the system under design

9.7.8 General Parameters: VT

Particulars Details

Highest system voltage(Um) As per system design

System neutral earthing Effective earthed

Installation Indoor(IP20)/ Outdoor (IP 65)

System fault level Appropriate

Rated min power frequency withstand voltage (rms value)

As per system design

Rated lightning impulse withstand voltage As per system design

Standard reference range of frequencies for which the accuracy are valid

96% to102%for protection and 99% to 101%formeasurement

Rated voltage factor 1.2 continuous & 1.5 for 30sec

Class of Accuracy 0.5/3P

StraycapacitanceandstrayconductanceofLVterminaloverentirecarrierfrequencyrange

As per IEC:358

One Minute Power frequency withstanding voltage for secondary winding

2kVrms

Tempriseoveranambienttemp.of50oC As per IEC60044

Number of terminals in control Cabinet All terminals of control circuits wired upto marshalling box plus10 terminals spare

Rated total thermal burden 350VA (or as per design)

Partial discharge level 10picoCoulombsmax.

Number of cores 2(two)–1 for protection and 1 for metering with 0.5 class accuracy.

Rated Output, insulation level, transformation ratio, rated voltage factor

Should be provided by Bidder

9.8 METERING BAY

9.8.1 The current & potential transformers shall be of outdoor type single phase, 50 Hz, oil immersed self-cooled suitable for operation in the climatic conditions specified, be complete in all respects.

9.8.2 The instrument transformers shall be hermitically sealed to eliminate breathing and entering of air and moisture in the tank. Provision of pressure releasing device is not permitted.

9.8.3 The CT core, to be used for protective relays shall be of accuracy class, specified or appropriate class suitable for back up, over current and earth fault, differential, bus bar and other protections as prescribed

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 174

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.8.4 Applicable Standards:

Unless otherwise modified in this specification, CT-PT Metering Sets shall comply with the following Indian Standard Specification (latest version):

IS: 2705-1992 Specification for current transformers. IS: 3156-1992 Specification for voltage transformers. IS: 5621-1980 Specification for Hollow insulators and accessories IS: 2099-1986 Specification for insulators/ bushing IS: 3347-1986 Specification for the dimension of Porcelain transformer IS: 335-1983 Specification for new insulating oil

9.8.5 The core of instrument transformers to be used for metering and instrumentations shall have saturation factor, low enough to avoid damage to the instruments, in the event of maximum short circuit current.

9.8.6 Nuts and bolts (or screws used for fixation of interfacing porcelain bushings for taking out terminals) shall be provided on flanges, cemented to the bushing and not on the porcelain i.e. Flange type bushing for CT/PT, shall be provided.

9.8.7 For gasket joints, wherever used, Nitrile Butyl rubber gaskets shall be used. The gasket shall be fitted properly with adequate space for accommodating the gasket under compression. 9.8.8 The metering sets shall be supplied with first filling of insulating oil conforming to IS: 335 (including latest amendment).

9.8.9 The outer surface of metal tank shall be Hot Dip Galvanised, whereas, the inner portion shall be painted with oil resistive, insoluble paint. The Employer reserves right for stage inspection during manufacturing process of tank / CT/PT.

9.8.10 The external surfaces of tanks of CT-PT sets shall be painted with one coat of primer and two coats of synthetic enamel paint of shade No.631 of IS: 5,the internal surfaces of the tank shall be painted with two coats of suitable heat resistant oil insoluble paint.

9.8.11 The instrument transformers shall be suitable for mounting on steel structures or concrete pedestals.

9.8.12 For load shedding single phasing is adopted in the system. The offered CT-PT set shall be suitable for working under such abnormal operation condition.

9.8.13 The CT – PT sets shall three nos. of single phase PTs. The primary winding of 3 single phase PT shall be connected in star formation in the tank with common neutral of brought outside the tank through 3 KV bushing for earthing.

9.8.14 The secondary terminal box shall have cable gland/ flange suitable to receive two Nos. control cable of size 6x4 sq.mm and 4x2.5 sq.mm at the bottom of the secondary box for metering connections to secondary winding of CT-PT circuits respectively.

9.8.15 The CT – PT Set shall have 3 Nos. incoming and 3 Nos. outgoing outdoor type bushing complete with 6 Nos. bimetallic terminal connectors suitable for Dog/ Panther Conductor

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 175

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.8.16 General Parameters: CT (Owners Bay and Metering Bay)

Particulars Details

Normal system voltage (kV rms) 33kV

Highest system voltage (kV rms) As per system design

Frequency 50 Hz

Impulse withstand voltage (kVp) (on assembled CT/ PT set)

As per system design

One minute power frequency dry withstand voltage (on assembled CT-PT set) Primary (r.m.s.) Secondary (r.m.s.)

As per system design

Transformation ratio (CT Ratio) 400/1 A or as per requirement

Rated output (VA burden) 10 VA

Class of accuracy 0.2S

Rated continuous thermal current 1.2 times of rated primary current.

Short time thermal current rating for 1sec.

25kA for 400/1 A Current density corresponding to Short Time Thermal Current should not exceed 160A /mm sq.

Rated dynamic current 2.5 times of short time thermal current rating.

Number of cores One

Instrument security factor Not exceeding 5

Max. ratio error As per IS:2/05/1992

9.8.17 General Parameters: VT (Owner‟s Bay & Metering Bay)

Particulars Details

Nominal system voltage (kV rms) 33 kV

Highest system voltage (kV rms) As per system design

Nos. of phases Three

Impulse withstand voltage (kVP) (on assembled CT-PT set)

As per system design

One minute power frequency dry withstand voltage (on assembled CT-PT set) Primary Dry secondary

As per system design

Frequency 50 Hz

Transformation ratio (PT Ratio) As per system design

Rated output (VA burden) As per system design

Class of accuracy 0.2 (As per IS:3156/1992)

Winding connection Star/ Star

Rated voltage factor and time 1.2 Continuous & 1.9 for 30 seconds.

Temp. Rise over max. Ambient temp. Within limits of IS:3156/1992

Phase angle error max. -do-

Max. Phase angle error -do-

Ratio error (Max.) -do-

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 176

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

Note : Meeting all the Technical requirement & guidelines of DISCOM (PVVNL) for metering and connectivity shall be the responsibility of the Contractor, irrespective of whether those specifications/ guidelines are mentioned under this Tender document or not. 9.9 Circuit Breakers for Solar Portion-

9.9.1 The circuit breakers shall be capable of rapid and smooth interruption of currents under all conditions completely suppressing all undesirable phenomena even under the most severe and persistent short circuit conditions or when interrupting small currents or leading or lagging reactive currents. The circuit breakers shall be „Restrike-Free‟ under all operating conditions. The details of any device incorporated to limit or control the rate of rise of re-striking voltage across, the circuit breaker contacts shall be stated. The over voltage across, the circuit breaker contacts shall be stated. The over voltage caused by circuit breaker while switching inductive or capacitive loads shall not exceed 2.5 times the highest phase to neutral voltage. The actual make and break times for the circuit breakers throughout the ranges of their operating duties shall be stated in the offer and guaranteed

9.9.2 Applicable Standards: The materials shall conform in all respects to the relevant Indian Standard Specifications/ IEC Standards, with latest amendments indicated (reference only) below:

IS-13118/1991 General requirements for Circuit breakers for voltage above 1000 V IEC 62271-100-1/2001

IS-2705/1992 Current Transformers

IS-2099/1986 Bushings for alternating voltages above 1000 V

ISS-2633/1964 Methods of testing uniformity of coating of zinc coated articles

IS-3231/1986 Electrical relays for power system protection

IS-1248/1983 Specification for Ammeters & Voltmeters

IS-335/1983 New insulating oils Electrical IEC 71 (For oils in CTs) Clearances

IS-2147/1962 Degree of protection provided by enclosures for low voltage switchgear & control gear

9.9.3 The arc quenching chambers shall have devices to ensure almost uniform distribution of voltage across the interrupters.

9.9.4 Appropriate & adequate Capacity 415V AC indoor air Circuit Breaker as per the IEC 60898 / IEC 62271 – 100 or equivalent Indian Standards along with control circuit and protection relay circuit, fuses, annunciations and remote operating and controlling facility from the Main Control Room.

9.9.5 Circuit breaker shall be C2/Ml class under all duty conditions and shall be capable of performing their duties without opening resistor. The circuit breaker shall meet the duty requirement of any type of fault or fault location and shall be suitable for line charging and dropping when used on 6kV effectively grounded or ungrounded systems and perform make and break operations as per the stipulated duty cycles satisfactorily.

9.9.6 The circuit breaker shall be capable for breaking the steady & transient magnetizing current corresponding to transformers .It shall also be capable of breaking line charging currents as per IEC-62271-100 with a voltage factor of 1.4.

9.9.7 The rated transient recovery voltage for terminal fault and short line faults shall be as per IEC: 62271-100.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 177

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.9.8 The Contractor may note that total break time of the breaker shall not be exceeded under any duty conditions specified such as with the combined variation of the trip coil voltage ,pneumatic pressure etc. While furnishing the proof of the total break time of complete circuit breaker, the Contractor may specifically bring out the effect of non-simultaneity between same pole and poles and show how it is covered in the guaranteed total break time.

9.9.9 Contractor shall indicate the noise level of breaker at distance of 50 to 150 m from base of the breaker.

9.9.10 While furnishing particulars regarding the D.C. component of the circuit breaker, the Contractor shall note that IEC-62271-100 requires that this value should correspond to the guaranteed minimum opening time under any condition of operation.

9.9.11 The critical current which gives the longest arc duration at lock out pressure of extinguishing medium and arc duration shall be indicated.

9.9.12 Contractor has to provide the type test reports for the CB before the dispatch.

9.9.13 All the duty requirements specified above shall be provided with the support of adequate test reports.

9.10 Operating Mechanism of Circuit Breakers

9.10.1 Circuit shall be vacuum type with electrically spring charged mechanism.

9.10.2 The operating mechanism shall be anti-pumping and trip free (as per IEC definition) electrically under every method of closing. The mechanism of the breaker shall be such that the position of the breaker is maintained even after the leakage of operating media and / or gas. The circuit breaker shall be able to perform the duty cycle without any interruption.

9.10.3 Electrical tripping shall be performed by shunt trip coil. Provision shall also be made for local electrical control. 'Local / remote' selector switch and close& trip push buttons shall be provided in the breaker central control cabinet. Remote located push buttons and indicating lamps shall also be provided. The VCB coil DC supply through appropriately rated battery bank and charger to be supplied by the Contractor.

9.10.4 Operating mechanism and all accessories shall be in local control cabinet. A central control cabinet for the three poles of the breaker shall be provided along with supply of necessary tubing, cables, etc.

9.10.5 Mounting and supporting structure for Circuit Breaker: The circuit breakers should be self-supporting type .However ,if necessary for the purpose of minimum ground clearance the circuit breakers should be mounted on raised steel structures which should be included in the scope of supply of circuit breaker. Bidder/Contractor to obtain the necessary information and data required for design of foundations of the circuit breaker be obtained from the CB supplier.

9.10.6 Max. Impact loading in terms of equivalent static load both compression and upward due to opening/closing of the breakers. It shall be clearly stated whether these forces shall act simultaneously or at different timing.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 178

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.10.7 Necessary connecting materials such as clamps ,bolts, nuts, washers etc. and fixing bolts for mounting the equipment on the supporting structures wherever required should be obtained from the circuit breaker supplier.

9.10.8 General parameters: Vacuum type Circuit Breaker:

Particulars Details

Type of circuit breaker Vacuum type

Highest System Voltage As per system design

Rated operating voltage As per system design

Rated frequency 50 Hz (+3% to -5%)

Number of poles Three (3)

Rated/minimum power frequency Withstand voltage

As per system design

Rated lightning impulse Withstand voltage

As per system design

Rated operating duty cycle 0 - 0.3 sec. - CO – 3 min. – CO

Rated line charging breaking As per IEC

Reclosing Single and three phase high speed auto reclosing

Maximum fault level As per system design

Auxiliary contacts Asrequiredplus6NOand6NC contacts per pole as spare.

Noise level Maximum140dBat50mdistance from base of circuit breaker

Seismic acceleration 0.4 g horizontal

9.10.9 Co-ordination of rated voltages, short circuit breaking current and rated normal current for guidance as per IS 13118 for rated voltage 33 kV and above

9.10.10 Circuit Breaker Protection against

(a) Over Current (b) Earth fault (c) Under voltage & over voltage protection (d) Under frequency & over frequency (e) SF6 gas pressure low (where applicable) (f) DC supply failure

9.11 Isolators for Solar Portion if required-

9.11.1 The isolators and accessories shall conform in general to IEC 62271-102 (or equivalent Indian standard) except to the extent explicitly modified in specification.

9.11.2 Eachisolatingswitchshouldhavethefollowingparticularsunderthesite conditions for the system under design (typical values for 36 kV system are given).

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 179

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.11.3 General Parameters: Isolators

Particulars Details

Operating mechanism of Isolator and Earth Switch

Motor operated

Nominal system voltage As per system design

Highest system voltage As per system design

Type Outdoor (IP 65)

Rated short time current of isolator and earth switch

As per system design

Rated dynamic short time withstand current of isolator and earth switch

As per system design

Impulse withstand voltage with1.2/50 micro sec. wave

As per system design

One minute power frequency withstand Voltage

As per system design

Temperature rise As per Table-IV of IS: 9921

Rated mechanical terminal load As per 62271-102

9.12 Indicating and Integrating Meters/Instruments:

All indicating instruments shall be of switchboard type, back connected, suitable for flush mounting and provided with dust and vermin proof cases for tropical use and finished in suitable colour. All instruments shall have practical laboratory means for adjustment of accuracy. The limits of errors for ammeters/voltmeters shall be those permissible for class 1.5 instruments as per IS: 1248.

9.12.1 A.C. Static HT Tri Vector Meter:

A.C. Static HT Tri Vector Meter shall be installed as per STATE DISCOM‟s/STU‟s norms and shall be intimated while placement of order. The meters shall be located at eye level to facilitate observations of readings correctly.

9.12.2 The ammeters and voltmeters shall be suitably scaled to indicate the current/voltage for all the rating of current/voltage transformers. A phase selector switch with four/six position shall be used to measure the current/voltage of each phase/line. The Contractor shall provide test certificate and calibration certificate along with the supply of the instrument.

9.12.3 The meters shall be located at normal eye level to facilitate observation of readings correctly.

9.13 Surge Arrestors

9.13.1 The surge arrestors (SAs) shall conform in general to IEC 60099-4 or IS: 3070 except to the extent modified in the specification. Arresters shall be of hermetically sealed units, self-supporting construction, suitable for mounting on lattice type support structures. Contractor shall furnish the technical particulars of Surge arrester.

9.13.2 The SA‟s shall be of heavy duty station class and gapless Metal Oxide type without any series or shunt gaps. The SAs shall be capable of discharging over-voltage so occurring during switching of unloaded transformers, and long lines.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 180

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.13.3 Arrestors shall be complete with insulating base for mounting on structure. Suitably enclosed for outdoor use and requiring no auxiliary or battery supply for operation shall be provided for each single pole unit with necessary connection.

9.13.4 The surge arrestors shall conform to type tests and shall be subjected to routine and acceptance tests in accordance with IEC-60099-4.

9.13.5 Each lightning arrestors should have the following particulars under the site conditions for the system under design.

(i) Codes and Standard IS : 2309: Code of Practice for the protection of building and allied structures against lightning. NF C 17-102: Lightning Protection with Early Streamer Air Termination Rod (ii) Complete Solar Array with associated structure shall be protected from Direct Lightning Stroke. Lightning Protection for solar array shall be achieved with any or both of the following two systems as per specification provided in the following section; (1) Single Rod Air Terminal (Faraday Rods), (2) Early Streamer Emission (ESE) Air Terminal. Suitable earthing and equipotential bonding shall be ensured for the air termination rods as per applicable standard/Equipment manufacturer guidelines. Current carrying parts and accessories such as clamps, fasteners, down conductor, Test links and earth termination etc. shall be preferably procured from OEM of Air Terminals if it is supplied by them as part of lighting protection system. (iii) Lightning Protection System for solar array with single rod air terminal Solar array of Plant shall be protected from direct lightning strike with straight or angled air termination rods of suitable class as per IS:2309 to be fixed with the module mounting structure (MMS). Air termination rods shall have minimum two clamps to be fixed with MMS and must be capable of carrying full lightning current. Contractor to ensure proper fixing of the clamps with MMS to allow lightning current to pass through the clamp without damage and to sustain the rods during high velocity wind. Contractor shall submit the calculation to determine the no. and location of air termination rods to be fixed on structure to provide the lightning protection to each solar module and structure. Earth riser shall be connected to that part/pole of MMS which is nearest to air termination rod. (iv) Lightning Protection System for solar array with E.S.E air terminal Solar array shall be protected from direct lightning stroke with Early Streamer Emission air terminal in accordance to NF C 17-102 (Latest revision). Number and location of ESE air terminal shall be decided during detail engineering. For this purpose, design calculation and AutoCAD drawing of the layout of ESE terminal shall be submitted to Employer for approval. ESE air terminal shall be type tested in any national/international approved lab for advance triggering time (ΔT) and lighting Impulse current test and type test report shall be submitted to Employer for approval.

(a) Each ESE air terminal shall be provided with separate earthling termination and test link for equipotential bonding of Lighting Protection System as per OEM guidelines/NFC 17 -102. Each ESE air terminal shall be equipped with lightning stroke counter to be fixed at suitable height in serial on the down conductor.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 181

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

(b) ESE air terminal shall be erected on isolated foundation to be approved by Employer. If required, Suitable guy wire shall be used to support the mast of ESE terminal against the wind.

(v) Location and layout of ESE terminal shall be in such a manner that it cast no shadow on the PV Modules during 08:30 AM to 04:30 PM. (vi) Lightning Protection System for Inverter Room (LCR) and MCR Contractor needs to provide the Lightning Protection for each inverter, Switchyard building in accordance to IS: 2309.

9.14 Protective Relays

9.14.1 The Solar PV system and the associated power evacuation system interconnections should be protected as per IEC 61727 Ed.2, norms. Over current relays, differential protection relays (for grid tie power Transformer only) and earth fault relays have to be essentially provided. All relay should be numerical type & should also be remote operation and control enabled from the control room.

9.14.2 All the relays must be solid state type and based on open access communication protocol. The numerical relays shall have RS 485 port for communication.

9.14.3 The operating voltage of the relays shall be 110V DC/220V DC as per battery bank rating.

9.14.4 Necessary battery bank shall also be provided in order to supply uninterrupted power to relays and control & protection circuit of the Plant.

9.14.5 Detailed Design calculations shall be provided on fault power computations and the philosophy of protective relaying with respect to short circuit kA calculations. Design, drawing and model of protection relay shall be approved by Employer/state DISCOM.

9.14.6 The Contractor must submit the relay setting chart as a part of design documents in coordination with the connecting substation.

9.15 Earthling for PV Array

9.15.1 The photovoltaic modules, BOS and other components of power Plant requires adequate earthing for protecting against any serious faults as guided by IEC 60364.

9.15.2 The earthing system shall be designed with consideration of the earth resistivity of the project area. The earth resistivity values shall be measured prior to designing the earthing system. Unless otherwise specified, earthing system shall be in accordance with IS: 3043 and IEEE 80, Indian Electricity Rules, Codes of practice and regulations existing in the location where the system is being installed.

9.15.3 The permissible system fault power level also shall be kept in consideration while designing the earthing system. Each array structure of the PV yard, LT power system, earthing grid for switchyard, all electrical equipment, control room, PCU, All junction boxes ,ACDB & DCDB ,all motors and pumps etc .shall be grounded properly as per IS 3043 - 1987. All metal casing/shielding of the Plant shall be thoroughly grounded in accordance with Indian electricity act / IE Rules.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 182

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.15.4 The earthing for array and LT power system shall be made of 3.0 m long 40 mm diameter perforated GI pipe / chemical compound filled, double walled earthing electrodes including accessories, and providing masonry enclosure.

9.15.5 With cast iron cover plate having pad-locking arrangement, watering pipe using charcoal or coke and salt as required as per provisions of IS: 3043.

9.15.6 Necessary provision shall be made for bolted isolating joints of each earthing pit for periodic checking of earth resistance.

9.15.7 Each string/ array and MMS of the Plant shall be grounded properly.

9.15.8 For each earth pit, a necessary test point shall be provided.

9.15.9 Earthing Mesh is to prepared and installed in entire power Plant.

9.15.10 The array structures are to be connected to earth pits as per IS standards. Necessary provision shall be made for bolted isolating joints of each earthing pit for periodic checking of earth resistance.

9.15.11 The complete earthing system shall be mechanically & electrically connected to provide independent return to earth.

9.15.12 In compliance to Rule 11 and 61 of Indian Electricity Rules, 1956 (as amended up to date), all non-current carrying metal parts shall be earthed with two separate and distinct earth continuity conductors to an efficient earth electrode.

9.15.13 The Contractor should submit the earthing system design calculations along with the system layout for Owner approval. Prior to the installation of the system

9.15.14 Unless otherwise specified, the earthing system primary and secondary grid conductors, equipment connections shall be constructed with galvanized iron flat. However the earthing of transformer neutrals, plc and inverter terminals and electronic earthing shall be provided using copper earthing conductor only.

9.16 Isolator and Isolator-cum-Earthing Switches

9.16.1 The Isolators and Isolator-cum-Earthing Switched shall comply with the requirements of the IS: 9921 and IEC: 129 (latest edition) except specified herein. The Insulators shall comply with the requirements of IS: 2544 and IEC: 168-1988 (latest edition).

9.16.2 The Isolators shall be double break, outdoor, gang operated type, with blades rotating in horizontal plane. The design shall be for upright mounting. If required, and the Isolators shall be convertible for right or left hand control with minimum labour and replacement of part. The live parts shall be so designed that as far as possible, sharp points ,edges and other corona producing surface are eliminated. Except the Insulator caps and bases, all other live parts shall be non-ferrous. Bolts, Screws and Pins shall be provided with locking arrangement and shall be of the best materials.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 183

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.16.3 Each pole shall have three Pedestal type of Insulator‟s stacks. Necessary arrangements shall be provided for proper alignment of the contacts. Gang operated links shall be so designed that all phases shall make and break simultaneously.

9.16.4 The design of Isolators and Isolator-cum-Earthing Switches shall be provided for positive control of blades in all positions with minimum mechanical stress on the Insulators. Fixed guides shall be so provided that proper setting of contacts shall be obtained, when a blade is out of alignment even by 25mm in either direction. All movable parts which maybe in current path shall be shunted by flexible copper conductor of adequate cross-section and capacity, which shall be furnished under bill of material.

9.16.5 The length of the handle for manual operation shall not be more than one meter and shall be stated on the drawing. The rotating parts shall have a smooth movement.

9.16.6 The clearance of 4000 mm from live parts to ground as per provision of I.E. Rules shall be considered while manufacturing of isolators & to decide location of operating mechanism box. Height of structure of isolator from ground is to be considered as 2900 mm including 150mm for muffing.

9.17 Contacts:

9.17.1 The moving & fixed contacts shall be made of hard drawn electrolytic grade copper strips and shall be heavy duty self-aligning & high pressure type preferably which applies pressure to the contact surfaces after the blades are fully closed and release the pressure before they start to open. High pressure type contacts shall wipe the contact surfaces, while opening and closing. The contacts shall be so designed that wiping, action shall not cause securing or abrasion on the contact surfaces. The wiping action shall be sufficient to remove oxide film, formed during the operation of the switches. The pressure shall be developed by rotation of the entire blade.

9.17.2 The temperature rise of contacts due to the flow of rated short circuit current for a period of 3 seconds shall not cause any annealing or welding of contacts.

9.17.3 The moving contacts, if provided, shall close first and open last so that no damage is caused due to arcing whatever to the main contacts. The Contractor shall give full details of such contacts with necessary drawings.

9.17.4 The arcing contacts, if provided shall close first and open last so that no damage is caused due to arcing whatever to the main contacts. The tenderer shall give full details of such contacts with necessary drawings.

9.17.5 The female contact and its tensioning by spring shall be such that there will, always, be a positive contact with adequate pressure to give enough contact surface for the passing of current. The springs provided should not go out of alignment or get entangled with the male contact during operation. The details of springs shall be furnished on the G.A. drawing.

9.18 Earthing Blades

9.18.1 The Isolators controlling the transmission line (underground transmission cables) shall be equipped with earthing blades. The Earthing blades shall be counter balanced to ensure easy operation.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 184

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.18.2 Line earth switch shall consist of three Earthing links per Isolator which will normally rest against the frames, when the connected Isolator is in closed position. The Earthing links of all three phases shall be suitable for fitting on either side of the Isolator.

9.18.3 Short time current withstand capacity of earthing blades of Isolator Earthing Switch shall be same as that of the main blades of Isolator. The material of the earthing Isolator, Each earthing blade shall be provide with flexible copper connections of adequate length of not less than 60mm2 are for connection between the operating shall and the base frame.

9.18.4 The rated making capacity of earthing switches shall be as specified in the applicable standard of isolators

9.19 Insulators

9.19.1 Bushings shall be manufactured and tested in accordance with IS: 2099& IEC: 137. Hollow column insulators shall be manufactured and tested in accordance with IEC: 60233/IS: 5261. The support insulators shall be manufactured and tested as per IS: 2544/ IEC: 600168/IEC: 600273.The insulators shall also conform to IEC 815 as applicable. Contractor shall furnish the technical particulars of all type of insulators used.

9.19.2 Porcelain insulator shall comply IS:731-1976 or equivalent international standard and shall be homogenous, free from laminations, cavities and other flaws or imperfections that might affect the mechanical or dielectric quality and shall be thoroughly vitrified, tough and impervious to moisture. Hollow porcelain should be in one integral piece in green & fired stage.

9.19.3 Contractor may offer silicone rubber house composite type insulator as an alternative to the above porcelain insulator with equivalent creep age distance.

9.19.4 Data sheets for the insulators with cantilever strength and compression strength, etc. shall be submitted.

9.19.5 Insulators shall be rated for not less than 6kN for bus bar supports and 4kN for isolators.

9.20 Bus Bar

9.20.1 The outdoor bus-bars and equipment connections shall be with ACSR conductor (suitable size as per design).

9.20.2 The bus-bars and the connection jumpers shall be supported on post insulators wherever required.

9.20.3 The ACSR bus bars are an over ground system of wires strung between two supporting structures and supported by strain type insulators. The stringing tension may be limited to 500-900kg depending upon the size of the conductor used. These types of bus bars are suitable for earthquake prone areas. All the bus bars are to be provided with insulating sleeves with appropriate colour code.

9.20.4 Bus bar Material – The materials in common use for bus bars and connections of the strain type are ACSR conductor.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 185

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.20.5 Since aluminium oxidises rapidly, great care is necessary in making connections. In the case of long spans expansion joints should be provided to avoid strain on the supporting insulators due to thermal expansion or contraction of pipe.

9.20.6 The bus bar sizes should meet the electrical and mechanical requirements of the specific application for which they are chosen.

Note: Unless otherwise specified, all equipment and materials shall conform to the latest applicable Indian Standards. Equipment complying with any other International Standards will also be considered if it ensures performance of equipment equal to or superior to Indian Standard.

9.21 Control & Relay Panel

9.21.1 General Requirement:

9.21.1.1 The control & relay panel shall be free standing, simplex type, floor mounting type, fabricated from 2 mm thick MS sheet for main enclosure and 1.6 mm thick MS sheet for internal sand partitions. The main enclosure shall be mounted on a base frame fabricated out of 100x50 ISMC mild steel sections.

9.21.1.2 The enclosure external finish colour shade shall be decided by the Employer, The internal surface shall have a glossy white finish all over.

9.21.1.3 The control & relay panel shall contain the following metering and protection devices:

(i) Metering, Indications & Controls (ii) Ammeter (iii) Ammeter selector switch (iv) Voltmeter (v) Voltmeter selector switch (vi) Load manager to display the following parameters: MW, MVA, MVArh, MVAr Cos Ø, Hz, (vii) Indication lamps for R, Y, B phases, Breaker „ON‟ (R), Breaker „OFF‟ (G), Breaker „TRIP‟ (A), Spring charged (W), Trip Circuit Healthy (B) (viii) TNC switch, spring return to neutral position shall be provided for circuit breaker operation. (ix) Local / Remote selection switch for circuit breaker operation (x) Semaphore indicators (LED type)for CB and Isolator „Open‟ & „Close‟ positions (xi) Mimic diagram for the systems with aluminium strips and „ON‟ „OFF‟ indications for isolators

9.22 Low/ High Voltage Switchgear Panels

9.22.1 The LT/ HT switchgear panels shall be designed as per the relevant IS codes and as per the approved design for the panel. All the parts of the panels must be rated as per the relevant rated voltage level. All the panels must have multifunction meters (MFM) flushed with the surface of the panels. However, the outgoing feeder can have Tri vector meter (TVM) for the energy accounting.

9.22.2 The Power Control Centre (PCC)/ Switchgear shall be rated for the maximum output of the supply transformer feeding the system. The short circuit withstand rating (1 sec) at rated voltage of the switch gear shall be relevant to the existing electrical system short circuit ratings.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 186

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.22.3 The configuration of the PCCs shall be as per the Single Line Diagram of the system.

9.22.4 Power Control Centres (Construction)

(i) Single front/compartmentalized, modular design, degree of protection IP52 with provision of extension on both sides. (ii) Incomer feeders: mains incomer - Electrically operated draw out type Air Circuit Breakers (ACBs)/ Vacuum Circuit breakers (VCBs), as applicable. (iii) Outgoing feeders: Moulded Case Circuit Breakers (MCCBs)/ electrically operated draw out type Air Circuit Breakers (ACBs) / Vacuum Circuit Breakers (VCBs), as applicable. (iv) The colour finish shade of switchgear enclosure for interior shall be glossy white & for exterior it shall be light grey, semi glossy shade 631 of IS: 5. if a different exterior shade is desired by the Employer, the same shall be intimated to the supplier. (v) The PCC shall be fabricated out of CRGO sheet steel; 2 mm thick for the outer shall all-round. The internal walls and separators shall be of 1.6 mm thick CRGO sheet steel (vi) The gland plates shall be 3 mm thick

9.23 Control Circuit

9.23.1 Control supply for breaker closing / tripping- 110V DC

9.23.2 Air Circuit Breaker spring charge motor – 240 V AC, 1 phase

9.23.3 Moulded Case Circuit Breakers – 240 V AC, 1 phase

9.23.4 Indications, annunciation – 110V DC

9.23.5 Space heater, sockets, etc. – 240 V AC, 1 phase

9.24 Bus Bar & Cable Cavity

9.24.1 The material for main bus bars and tap off bus bars shall be electrolytic grade aluminium with properly colour coded HR PVC sleeved insulation.

9.24.2 Bus bars shall be suitable for short circuit rating and current suitable for all connected load.

9.24.3 Cable entry for incoming and outgoing cables shall be from Bottom.

9.24.4 A suitable gland plate shall be supplied for termination of power, control and instrumentation cables.

9.24.5 Wheneverfeedersarehousedinmulti-tierconfiguration,thesetiersshallbe segregated by sheet metal barriers.

9.24.6 Earthing: Earthing bus bar shall be terminated at both ends of the switchgear to suit the connections to outside earthing conductor. All components inside the module are required to be earthed individually and are to be looped and connected to the horizontal earth bus. All the non-current carrying parts of the panels, e.g., enclosure, must be connected to earth as per the regulations.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 187

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.25 Terminals:

9.25.1 CT circuit - Isolating link type terminals with shorting facility

9.25.2 PT circuit – clip on type terminals

9.25.3 Spare contacts shall be wired up to terminal block.10% spare terminals shall be provided for each module

9.26 Specific Requirement

9.26.1 All ACBs/ VCBs, as applicable, shall be 4 pole, electrically operated, draw-out type, with closing coil, spring charge motor, trip coil, TNC switch for close and trip, manual closing and tripping push buttons, door I/L, test and service position micro switches, emergency P.B., safety shutters, etc. The circuit breaker shall be provided with anti-pumping feature.

9.26.2 ACBs/ VCBs, as applicable, shall be complete with microprocessor relays and shall be provided with over current, short circuit and earth fault protections.

9.26.3 Minimum10% spare feeders of each rating shall be provided in the switchgear.

9.26.4 All current transformers shall have 5/1A secondary and all meters shall be suitable for 5/1A operation.

9.26.5 All indicating lamps shall be of LED cluster type. ACB feeders shall be provided with ON, OFF, AUTOTRIP, SPRING CHARGED, TEST, SERVICE, TRIP CIRCUIT HEALTHY indications.

9.26.6 All indicating instruments, including MFM, shall be flush mounting, Digital type and of standard size.

9.26.7 Window annunciator with hooter and accept, test, reset button shall be provided. Necessary auxiliary relays for contact multiplication shall be provided in the panel.

9.26.8 The maximum temperature of the bus bars, droppers and contacts at continuous current rating under site reference ambient temperature of 50º C shall not exceed 105º C.

9.26.9 Instrumentation: Switchgear instrumentation shall be provided as follows:

(i) Mains Incomer – Voltmeter with selector switch (ii) Ammeter with selector switch (iii) Power Factor meter (iv) Frequency meter (v) TVM + MD meter (vi) Potential indicating lamps (vii) Outgoing Feeders (viii) Ammeter with selector switch on all feeders

9.27 General Technical Specifications (LT/ HT Switch gear Panel)

9.27.1 The panel shall be self-supporting, free standing, floor mounted, modular type with construction having degree of protection of IP 54 as per IS 2147.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 188

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.27.2 The panel shall be fabricated from 14 SWG CRCA sheet steel for frame & load bearing surfaces. Partitions may be fabricated from 16 SWG CRCA if no components are mounted on them.

9.27.3 The panel shall be painted with 2 coats of primer after pre-treatment and 2 coats of Polyurethane / epoxy paint with shade as decided by the Owner

9.27.4 Stiffeners shall be provided at corners & between modules to make panel rugged. The stiffeners will necessarily be required for relay compartments or doors where heavy components are mounted.

9.27.5 The openable covers will be provided with lift off type hinges, quarter turn door locks and flexible copper wire for earth connection.

9.27.6 The panel shall be dust and vermin proof. Synthetic or neoprene gaskets shall be provided at all openings.

9.27.7 The panel shall be of dead front construction suitable for front operated and back maintained functioning.

9.27.8 Panel shall be provided with fluorescent lamp of 20W capacity operated by door operated limit switch. Panel shall also have space heaters and thermostat arrangement.

9.27.9 Panel shall be provided with 3 pin switch socket combined unit of 5 Amp capacity.

9.27.10 Lifting hooks shall be provided at the top of the panel.

9.27.11 The hardware components used in the panel shall be hot dipped galvanized.

9.27.12 The control components shall be fixed on mounting plate by drilling & tapping.

9.27.13 Aluminium anodized legend plates shall be provided for all the components. For components mounted on front face, legend plate from inside shall also be provided.

9.27.14 Pre-treatment by 7 tank process shall be done before painting / powder coating the panel.

9.27.15 Panel shall have provision of drawing pocket.

9.27.16 The panel shall be designed to ensure maximum safety during operation inspection, connection of cables and maintenance. Inside panel, checking and removal of components shall be possible without disturbing other units.

9.27.17 Cable entries will be from bottom. The opening of cable entry shall be covered by 3 mm thick gland plates.

9.27.18 The panel shall be provided with all necessary components / devices and instruments as per the recommended schematic diagram and functional requirements.

9.27.19 The components such as protective relays, auxiliary relays, push buttons, switches, instruments shall be flush mounted on the front side of a panel.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 189

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.27.20 The control wiring shall be done with PVC insulated flexible copper wire. For CT secondary circuits 2.5 sq.mm wire shall be used. For control wiring 1.5 sq.mm wires will be used.

9.27.21 Earthing bus bar of suitable cross section shall be provided throughout the length of panel.

9.27.22 The panel shall be fully wired all the terminals shall be brought out for cable connections.10% spare terminals shall be provided on each terminal block. Separate terminal block shall be provided for different voltages. All wire shall have P.V.C. ferrules as per wiring diagram.

9.27.23 Proper shrouding to incoming and outgoing terminals shall be provided to ensure safety during operation, inspection and maintenance.

9.27.24 Indicating lamps shall be with multiple LEDs & shall be suitable for the voltage specified.

9.27.25 All the components in the panel shall be properly labelled. The labels shall be made of non-rusting metal or engraved PVC material properly fixed by screws.

9.27.26 The panel layout shall be made in such a way that it will always facilitate easy removal and reconnection of control cables without disturbing other wiring.

9.27.27 Centrelines of control switches, push buttons and indicating lamps shall be matched so as to give neat appearance. Similarly top lines of indicating instruments and relays shall also be matched.

9.27.28 The panel shall be provided with electrolytic grade aluminium bus bar of suitable cross section so as to maintain max current density of 0.8 AMP/ Sq.mm.

9.27.29 Bus bars shall be provided with colour coded heat shrinkable insulating sleeves.

9.27.30 Bus bars shall be supported by high quality epoxy insulators provided at specified distances so as to withstand to the given fault level.

9.27.31 The bus bar chambers shall be provided with suitable ventilation arrangements so as to limit the maximum temperature of 85°C while carrying rated current.

9.27.32 Proper clearance of minimum 25mm shall be maintained between phase bus bars and between bus bars.

9.27.33 The panel shall be inspected at manufactures works before dispatch to site at the discretion of Employer.

9.27.34 All routine tests shall be carried out on the panel in presence of Employer or their representative or its representative. These tests shall include following:

(i) Verification of components ratings and operation (ii) High voltage measurement test (iii) Insulation Resistance measurement (iv) Control testing

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 190

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.27.35 Approval on following drawings shall be obtained before manufacturing the panels (i) General arrangement drawing (ii) Wiring Diagram (iii) Detail bill of material (iv) 33 kV Transmission Line (v) Contractor shall provide 33 kV underground transmission cables and metering on Turnkey basis as per State DISCOM‟s requirement.

In case, the Contractor is using bus duct at the incoming/ outgoing terminals, appropriate arrangement has to be made in the LT/HT panel for the incorporation. Construction of bus ducts shall be as per relevant IS standards. Bus ducts must be provided with the space heaters and silica gel as recommended.

9.28 Technical specification for 33kV shall be followed as per relevant standards existing in setting up of interconnection network with Grid/DISCOM‟s substation.

9.29 Metering System

9.29.1 ABT energy meter shall be provided as approved by state DISCOM under the metering scheme, to measure the delivered quantum of energy to the grid for sale. The responsibility of arranging for the meter, its inspection / calibration / testing charges etc. rests with the Contractor. All charges incurred on Meter testing, shall be borne by the Contractor. ABT energy metering system is to be approved by state DISCOM.

9.29.2 Meter must be provided with the necessary data cables.

9.29.3 Separate metering system has to be provided for L.T. (incoming) and H.T. (outgoing) supply.

9.29.4 The Contractor shall provide ABT compliant meters at the interface points.

9.29.5 Interface metering shall conform to the Central Electricity Authority (Installation and Operation Meters) Regulation 2006 and amendment thereof Commercial settlement of solar Photo voltaic Grid Interactive based power project.

9.29.6 Meter shall be suitable for interfacing for synchronizing the built-in clock of the meter by GPS time synchronization equipment existing at the station either through a synchronization pulse received from the time synchronization equipment or through a remote PC synchronized to GPS clock shall also be in the scope of Contractor.

9.29.7 All charges for testing and passing of the meter with relevant government agency shall be borne by Contractor; the Employer will assist Contractor for necessary document as and when required. Contractor has to intimate the required documents at least 7 days prior of such requirements.

9.29.8 ABT compliant Energy Meters shall have technical specification as given below (not limited to specified requirement, Contractor can provide Meter with latest facilities):

9.29.9 Meters shall be microprocessor-based conforming to IEC 60687 / IEC 6205211/ IEC 62053-22 / IS 14697

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 191

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.29.10 Meters shall carry out measurement of active energy (both import and export) and reactive energy (import) by 3-phase,4 wire principle suitable for balanced/ unbalanced 3 phase load.

9.29.11 Meters shall have an accuracy of energy measurement of at least Class 0.2 for active energy and atleast Class0.5 for reactive energy according to IEC 60687,and shall be connected to Class 0.2 CT cores and Class 0.2VT windings or as per state grid regulations. The active and reactive energy shall be directly computed in CT & VT primary ratings.

9.29.12 Meters shall compute the net MWh and MVArh during each successive 15- minute block metering interval along with a plus/minus sign, instantaneous net MWh, instantaneous net MVARh, average frequency of each 15 minutes, net active energy at midnight, net reactive energy for voltage low and high conditions at each midnight.

9.29.13 Each energy meter shall have a display unit with a seven digit display unit. It shall display the net MWh and MVARh with a plus/minus sign and average frequency during the previous metering interval; peak MW demand since the last demand reset; accumulated total (instantaneous) MWh and MVARh with a plus/minus sign, date and time; and instantaneous current and voltage on each phases.

9.29.14 All the registers shall be stored in an on-volatile memory. Meter registers for each metering interval, as well as accumulated totals, shall be downloadable. All the net active/reactive energy values displayed or stored shall be with a plus /minus sign for export/import.

9.29.15 At least the following data shall be stored before being over-written for the following parameters.

Sl.No. Parameters Details Min No of days

1 Net MWh 15 min. block

90 days in meter

2 Average Frequency 15 min. block

90 days in meter

3 Net MVARh for > 103% 15 min. block

90 days in meter

4 Cumulative net MWh At every mid night

30 days in meter/ 90 days in PC

5 Cumulative net MVARh for >103% At every mid night

30 days in meter/ 90 days in PC

6 Date & time blocks for VT failure on any phase

9.29.16 Shall have a built in clock and calendar with an accuracy of less than15 seconds per month drift without assistance of external time synchronizing pulse.

9.29.17 Date/time shall be displayed on demand. The clock shall be synchronized by GPS time synchronization equipment existing at the station provided by Contractor.

9.29.18 The meter shall be suitable to operate with power drawn from the VT supplies. The burden of the meters shall be less than maximum 2VA.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 192

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.29.19 The power supply to the meter shall be healthy even with a single- phase VT supply. An automatic backup, in the event of non-availability of voltage in all the phases, shall be provided by a built in long life battery and shall not need replacement for atleast 10 years with a continuous VT interruption of atleast 2years.Date and time of VT interruption and restoration shall be automatically stored in a non-volatile memory.

9.29.20 Even under the absence of VT input, energy meter display shall be available and it shall be possible to download data from the energy meters.

9.29.21 Meters shall have an optical port on the front of the meter for data collection from either a hand held meter reading instrument (MRI) having a display for energy readings or from a notebook computer with suitable software.

9.29.22 The meter shall have means to test MWh and MVARh accuracy and calibration at site in-situ and test terminal blocks shall be provided for the same.

9.29.23 The Employer/ Owner shall have the right to carry out surprise inspections of the Metering Systems from time to time to check their accuracy.

9.30 SCADA and Remote Monitoring System

9.30.1 The Plant shall be automatically operated and shall be controlled by microprocessor based control system SCADA and should be Open Platform Communications (OPC) compliant. There shall be simultaneous data logging, recording and display system for continuous monitoring of data for different parameters of different sub systems, power supply of the power Plant at DC side and AC side.

9.30.2 An integrated SCADA shall be supplied which should be capable of communicating with all inverters and provide information of the entire Solar PV Grid interactive power Plant.

9.30.3 The SCADA shall be string level monitoring compatible and shall have features of remote access to the real time data. SCADA shall have features for generating the day ahead schedule of generation based on historical data/ suitable logic. Also, system must be capable of sending the telemetry data to the local SLDC via GPRS/ GSM/ suitable mode.

9.30.4 Computer-aided data acquisition unit shall be a separate & individual system comprising of different transducers to read the different variable parameters, A/D converter, multiplexer, de multiplexer, interfacing hardware & software, which will be robust & rugged suitable to operate in the control room Environment.

9.30.5 Reliable sensors for solar insolation, temperature, and other weather and electrical parameters are to be supplied with the data logger unit.

9.30.6 The Bill of Materials associated with the equipment must clearly indicate especially the details about the PC and Printers, etc.

9.30.7 The Data Acquisition System should be housed in a desk made of steel sheet.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 193

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.30.8 All data shall be recorded chronologically date wise. The data file should be MS Excel/ CSV compatible. The data, if needed, can be accessible remotely through authorized access. The data logger shall have internal reliable battery backup and data storage capacity to record all sorts of data simultaneously round the clock. All data shall be stored in a common worksheet chronologically and representation of monitored data shall be in graphics mode or in tabulation form. All instantaneous data can be shown in the Computer Screen. Provision should be available for Remote Monitoring.

9.30.9 SCADA shall measure and continuously record electrical parameters and provide following data (but not limited to) at a 5-15 minute interval.

(i) Energy export to grid at 33 kV (ii) Main combiner box parameters (iii) Inverter level parameters (iv) Parameters at LV terminal (v) Power characteristics of HT side (vi) Ambient temperature near array field (vii) Module surface temperature (viii) Wind Speed and direction (ix) Solar irradiation/isolation (x) Any other parameter considered necessary by supplier based on current prudent practice

9.30.10 SCADA shall have feature to be integrated with the local system as well remotely via the web using either a standard modem or a GSM/WIFI modem. The Contractor shall provide compatible software and hardware so that data can be transmitted via. Standard modem.

9.30.11 This will be Contractor‟s responsibility to apply & get the suitable internet connection for SCADA, office & control room on behalf of the Employer & all the expenditures including payment of periodic bills of Internet provider shall be met by the Contractor.

9.30.12 SCADA shall be provided with reliable power supply along with backup supply for at least one hour to cater to outage of grid.

9.30.13 The SCADA shall be compatible to the requirements for measuring and reporting the performance-ratio (PR) of the Plant.

9.30.14 The Contractor shall provide all administrative rights/privileges/passwords of the SCADA system to the Employer. The Employer has rights over the data generated in the Plant.

9.30.15 The Contractor shall submit the data sheet with technical specifications of the SCADA system.

9.30.16 The PC/ workstation shall be of Industrial type, rugged & robust in nature to operate in a hostile environment. The PC will have minimum Intel processor (4th generation) having 2 X 1TB HDD with 4 GB RAM. The PC shall also have17” TFT Colour monitor, DVD Drive with Writer, USB drive, Scroll Mouse and UPS for 4 hours Power back up. The Contractor can suggest the workstation best used for the purpose.

9.30.17 The printer shall be of industrial type, rugged & robust in nature and of reputed make. The printer shall be equipped for printing, colour scanning, copying and fax.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 194

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.31 DC Battery & Charger

9.31.1 Adequate capacity DC battery Bank should be provided for control supply of inverters, control / protection system & emergency lighting at buildings. A appropriate capacity battery charger (float cum boost charger – FCBC) with relevant IS/IEC standards & protection and automatic change over system should be provided to charge the battery bank along with relay circuit, fuses, annunciations and remote operating and controlling facility from the Main Control Room.

9.31.2 A DC power supply Distribution panel/board should be supplied along with the Charger (FCBC) as per relevant IS standards. Control room DC Battery Bank & DC supply system theoretical design, calculations and detailed explanations along with drawing shall be provided and approved by the Employer.

9.31.3 DC Batteries the batteries will have the following specifications:

(i) Type : VRLA/ MF Stationary, sealed type, storage battery. (ii) Rating : 110 V D.C., Minimum 80 Ah at 8 Hour rate of discharge (or as Per design) (iii) Standard : IS 1651, performance and Test Methods as per IS 15549:2005 or Latest Version (iv) Container : Plastic Resin, ABS or PP (v) Terminal Posts : Designed suitably to accommodate external bolted connections

9.31.4 The battery shall be provided with epoxy paint coated exhaust fan for removal of gasses released from the battery cells.

9.31.5 The design of the battery bank and loads considered along with the data sheet for the battery and battery charger shall be submitted for approval.

9.32 Power and Control Cables specifications on AC side

9.32.1 The size of each type of cable selected shall be based on minimum voltage drop; however the maximum drop shall be limited to 2%. Due consideration shall be made for the de-rating of the cables with respect to the laying pattern in buried trenches / on cable trays, while sizing the cables.

9.32.2 All cables shall be supplied in the single largest length to restrict the straight- through joints to the minimum number.

9.32.3 Only terminal cable joints shall be accepted. No cable joint to join two cable ends shall be accepted. All cable/wires shall be marked with good quality letter and number ferrules of proper sizes so that the cables can be identified easily. The ferrules used must be UV resistant. However, for HT cables, embossed ferrules can be used.

9.32.4 Cable terminations shall be made with suitable cable lugs & sockets etc., crimped properly and passed through brass compression type cable glands at the entry & exit point of the cubicles.

9.32.5 Irrespective of utilization voltage and current rating all AC power cables shall be minimum of 1100 V grade XLPE insulated Cable. All LT XLPE cables shall confirm to IS: 7098 Part I & II. All HT XLPE Cables Shall confirm IS: 7098 PART-3 & IEC -60287, IEC-60332. The control & power cables have to be laid separately.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 195

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.32.6 The cables shall be adequately insulated for the voltage required and shall be suitably colour coded for the required service. Bending radii for cables shall be as per manufacturer's recommendations and IS: 1255.

9.32.7 Cables inside the equipment room, control room and in the switchyard shall be laid in Galvanized Cable Trays mounted on mild steel supports duly painted, in constructed trenches with RCC raft and side walls or bricks sidewalls and provided with removable RCC covers.

9.32.8 All the communication cables (RS 485, fibre optics etc.) must be supplied with type test reports and shall laid in accordance with the relevant IS codes. It must be laid so that there is no interference with the power cables.

9.32.9 Type test reports and Data sheets of individual cable sizes (HT&LT) shall be submitted for approval by Employer. Drum numbers and drum length details shall be submitted with each consignment.

9.33 AC Power Evacuation System for Solar Portion-

9.33.1 CODES AND STANDARDS

IS: 1255 - Code of practice for installation and maintenance of power cables Up to and including 33KV rating. IS: 9537 - Conduits for electrical installation. IS: 13573 - Joints and termination for polymer cables for working voltages from 6.6KV up to and including 33KV performance requirements and type tests VDE 0278 - Tests on cable terminations and straight through joints. BS 6121 - Specification for mechanical cable glands for elastomers and Plastic insulated cables. Indian Electricity Act Indian Electricity Rules

9.33.2 DESIGN AND CONSTRUCTIONAL FEATURE

9.33.2.1 Inter Plant Cabling

Interplant cabling for main routes shall be laid in Cable trenches/cable trays/buried/duct banks. In case of Duct banks, pull-pits shall be filled with sand and provided with a PCC covering. All buried cables shall be armoured. 9.33.2.2 Trenches

PCC flooring of built up trenches shall be sloped for effective drainage with sump pits and sump pumps. 9.33.3 EQUIPMENT DESCRIPTION

9.33.3.1 Support System for Cable Trays

Support system for cable trays shall essentially comprise of the two components i.e. main support channel and cantilever arms. The main support channel shall be of two types:

(a) C1: - having provision of supporting cable trays on one side

(b) C2: -having provision of supporting cable trays on both sides.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 196

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

Support system shall be able to withstand

(a) weight of the cable trays (b) weight of the cables (75 Kg/Metre run of each cable tray) (c) Concentrated load of 75 Kg between every support span. (d) Factor of safety of minimum 1.5 shall be considered.

9.33.4 PIPES, FITTINGS & ACCESSORIES

9.33.4.1 Pipes offered shall be complete with fittings and accessories (like tees, elbows, bends, check nuts, bushings, reducers, enlargers, coupling caps, nipples etc.) The size of the pipe shall be selected on the basis of maximum 40% fill criteria.

9.33.4.2 GI Pipes shall be of medium duty as per IS:1239.

9.33.4.3 Duct banks shall be High Density PE pipes encased in PCC (10% spare of each size, subject to minimum one) with suitable water-proof manholes.

9.33.4.4 Hume pipes shall be NP3 type as per IS 458.

9.33.5 Terminations & Straight through Joints

9.33.5.1 Termination and jointing kits for 132kV, 33kV, 11kV, 6.6 kV and 3.3 kV grade XLPE insulated cables shall be of proven design and make which have already been extensively used and type tested. Termination kits and jointing kits shall be pre-moulded type, taped type or heat shrinkable type. 132kV, 33kV, 11kV and 6.6 kV grade joints and terminations shall be type tested as per IS: 13573. 3.3kV grade joints and terminations shall be type tested as per VDE0278. Critical components used in cable accessories shall be of tested and proven quality as per relevant product specification/ESI specification. Kit contents shall be supplied from the same source as were used for type testing. The kit shall be complete with the Aluminium solderless crimping type cable lugs & ferrule as per DIN standard.

9.33.5.2 Straight through joint and termination shall be capable of withstanding then fault level for the system.

9.33.5.3 KV grade Straight through Joint shall be of proven design.

9.33.6 Cable glands

9.33.6.1 Cable shall be terminated using double compression type cable glands. Cable glands shall conform to BS: 6121 and be of robust construction capable of clamping cable and cable armour (for armoured cables) firmly without injury to insulation. Cable glands shall be made of heavy duty brass machine finished and nickel chrome plated. Thickness of plating shall not be less than 10 micron. All washers and hardware shall also be made of brass with nickel chrome plating Rubber components shall be of neoprene or better synthetic material and of tested quality. Cable glands shall be suitable for the sizes of cable supplied/erected.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 197

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.33.7 Cable lugs/ferrules

9.33.7.1 Cable lugs/ferrules for power cables shall be tinned copper solder less crimping type suitable for aluminium compacted conductor cables. Cable lugs and ferrules for control cables shall be tinned copper type. The cable lugs for control cables shall be provided with insulating sleeve and shall suit the type of terminals provided on the equipments. Cable lugs and ferrule shall conform to relevant standard.

9.33.8 Trefoil clamps

9.33.8.1 Trefoil clamps for single core cables shall be pressure die cast aluminium or fibre glass or nylon and shall include necessary fixing accessories like G.I. nuts, bolts, washers, etc. Trefoil clamps shall have adequate mechanical strength to withstand the forces generated by the peak value of maximum system short circuit current.

9.33.9 Cable Clamps & Straps

9.33.9.1 The cable clamps required to clamp multicore cables on vertical run shall be made up of Aluminium strip of 25x3 mm size. For clamping the multicore cables, self-locking, de-interlocking type nylon clamps/straps shall be used. The clamps/straps shall have sufficient strength and shall not get affected by direct exposure to sun rays and outdoor environment.

9.33.10 INSTALLATION

9.33.10.1 Cable tray and Support System Installation

(a) Cables shall run in cable trays mounted horizontally or vertically on cable tray support system which in turn shall be supported from floor, ceiling, overhead structures, trestles, pipe racks, trenches or other building structures.

(b) Horizontally running cable trays shall be clamped by bolting to cantilever arms and vertically running cable trays shall be bolted to main support channel by suitable bracket/clamps on both top and bottom side rails at an interval of 2000 mm in general. For vertical cable risers/shafts cable trays shall be supported at an interval of 1000mm in general. Fixing of cable trays to cantilever arms or main support channel by welding shall not be accepted. Cable tray installation shall generally be carried out as per the approved guidelines/ drawings.

(c) The cantilever arms shall be positioned on the main support channel with a minimum vertical spacing of 300 mm unless otherwise indicated.

(d) All cable way sections shall have identification, designations as per cable way layout drawings and painted/stencilled at each end of cable way and where there is a branch connection to another cable way. Minimum height of letter shall be not less than 75 mm. For long lengths of trays, the identification shall be painted at every 10 meter. Risers shall additionally be painted / stencilled with identification numbers at every floor.

(e) In certain cases it may be necessary to site fabricate portions of trays, supports and other non-standard bends where the normal prefabricated trays, supports and accessories may not be suitable. Fabricated sections of trays, supports and accessories to make the installation complete at site shall be neat in appearance and shall match with the prefabricated sections in the dimensions. They shall be applied with one coat of red lead primer, one coat of oil primer followed by two finishing coats of aluminium paint.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 198

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.33.10.2 Conduits/Pipes/Ducts Installation

(a) The Contractor shall ensure for properly embedding conduit pipe sleeves wherever necessary for cabling work. All openings in the floor/roof/wall /cable tunnel/cable trenches made for conduit installation shall be sealed and made water proof by the Contractor. (b) GI pull wire of adequate size shall be laid in all conduits before installation. Metallic conduit runs at termination shall have two lock nuts wherever required for junction boxes etc. (c) Conduit runs/sleeves shall be provided with PVC bushings having round edge at each end. All conduits/pipes shall have their ends closed by caps until cables are pulled. After cables are pulled, the ends of conduits/pipes shall be sealed with Glass wool / Cement Mortar / Putty to prevent entrance of moisture and foreign material. (d) Exposed conduit/pipe shall be adequately supported by racks, clamps, straps or by other approved means. Conduits /pipe support shall be installed square and true to line and grade with an average spacing between the supports as given below, unless specified otherwise.

9.33.10.3 Cable Installation

Cable installation shall be carried out as per IS: 1255 and other applicable standards. For Cable unloading, pulling etc following guidelines shall be followed in General:

(a) Cable drums shall be unloaded, handled and stored in an approved manner on hard and well drained surface so that they may not sink. In no case shall be drum be stored flat i.e. with flange horizontal. Rolling of drums shall be avoided as far as possible. For short distances, the drums may be rolled provided they are rolled slowly and in proper direction as marked on the drum. In absence of any indication, the drums may be rolled in the same direction as it was rolled during taking up the cables. For unreeling the cable, the drum shall be mounted on suitable jacks or on cable wheels and shall be rolled slowly so that cable comes out over the drum and not from below. All possible care shall be taken during unreeling and laying to avoid damage due to twist, kink or sharp bends. Cable ends shall be provided with sealed plastic caps to prevent damage and ingress of moisture. (b) While laying cable, ground rollers shall be used at every 2 meter interval to avoid cable touching ground. The cables shall be pushed over the rollers by a gang of people positioned in between the rollers. Cables shall not be pulled from the end without having intermediate pushing arrangements. Pulling tension shall not exceed the values recommended by cable manufacturer. Selection of cable drums for each run shall be so planned so as to avoid using straight through joints. Care should be taken while laying the cables so as to avoid damage to cables. If any particular cable is damaged, the same shall be repaired or changed to the satisfaction of GE. (c) Bending radii for cables shall be as per manufacturer's recommendations and IS: 1255. (d) Where cables cross roads/rail tracks, the cables shall be laid in Hume pipe/HDPE pipe. (e) No joints shall be allowed in trip circuits, protection circuits and CT/PT circuits. Also joints in critical equipment in main plant area shall not be permitted. Vendor shall identify and accordingly procure the cable drum length. (f) In each cable run some extra length shall be kept at suitable point to enable one LT/two HT straight through joints to made, should the cable develop fault at a later stage. Control cable termination inside equipment enclosure shall have sufficient lengths so that shifting of termination in terminal blocks can be done without requiring any splicing.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 199

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.33.10.4 Separation

At least 300mm clearance shall be provided between: - HT power & LT power cables, - LT power & LT control/instrumentation cables 9.33.10.5 Directly Buried Cables

(a) Cable trenches shall be constructed for directly buried cables. Construction of cable trench for cables shall include excavation, preparation of sieved sand bedding, riddled soil cover, supply and installation of brick or concrete protective covers, back filling and compacting, supply and installation of route markers and joint markers. Laying of cables and providing protective covering shall be as per IS: 1255.

(b) RCC cable route and RCC joint markers shall be provided wherever required. The voltage grade of the higher voltage cables in route shall be engraved on the marker. Location of underground cable joints shall be indicated with cable marker with an additional inscription "Cable Joint". The marker shall project 150 mm above ground and shall be spaced at an interval of 30 meters and at every change in direction. They shall be located on both sides of road crossings and drain crossings. Top of cable marker/joint marker shall be sloped to avoid accumulation of water/dust on marker.

9.33.10.6 Cable Terminations & Connections

(a) Work shall include all clamps, fittings etc. and clamping, fitting, fixing, plumbing, soldering, drilling, cutting, taping, preparation of cable end, crimping of lug, insulated sleeving over control cable lugs, heat shrinking (where applicable), connecting to cable terminal, shorting and grounding as required to complete the job. (b) The equipment will be generally provided with undrilled gland plates for cables/conduit entry. The Contractor shall be responsible for punching of gland plates, painting and touching up. Holes shall not be made by gas cutting. The holes shall be true in shape. All cable entry points shall be sealed and made vermin and dust proof. Unused openings shall be effectively sealed by 2mm thick aluminium sheets. (c) Control cable cores entering control panel/switchgear/MCC/ miscellaneous panels shall be neatly bunched, clamped and tied with self-locking type nylon cable ties with de interlocking facility to keep them in position. (d) All the cores of the control cable to be terminated shall have identification by providing ferrules at either end of the core, each ferrule shall be indelible, printed single tube ferrule and shall include the complete wire number and TB number as per the drawings. The ferrule shall fit tightly on the core. Spare cores shall have similar ferrules with suffix sp1, sp2, ---etc. along with cable numbers and coiled up after end sealing. (e) All cable terminations shall be appropriately tightened to ensure secure and reliable connections.

Note: Contractor must comply with the relevant grid regulations, DISCOM’S(PVVNL), State Transco’s & CEA’s guidelines with respect to all the works corresponding to power evacuation, transmission, termination along with metering.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 200

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.34 Danger Plates

Size of each Danger Notice plates shall be 200 mm x 150 mm made of mild steel sheet and at least 2 mm thick, and vitreous enamelled white on both sides and within inscription in signal red colours on front side as required. The inscriptions shall be in Hindi, and English.

9.35 Fire alarm System

9.35.1 Buildings shall have fire detection and alarm system installed as per relevant standards and regulations. The installation shall meet all applicable statutory requirements, safety regulations in terms of fire protection.

9.35.2 Liquefied CO2/ Foam/ ABC type fire extinguisher shall be upright type of capacity 5/10 kg having IS:2171.7IS:10658marked.The fire extinguisher shall be suitable for fighting fire of Oils, Solvents, Gases, Paints, Varnishes, Electrical Wiring, Live Machinery Fires, and all Flammable Liquid & Gas. Contractor shall provide portable fire extinguisher as per the recommendation by relevant fire safety authority.

9.35.3 The minimum 2 no of fire extinguishers (CO2 and Foam type each) shall be provided at every buildings/enclose, however Contractor must comply with existing building code for fire Protection by NFPA, IS & State Fire Protection Department.

9.35.4 Sand bucket should be wall mounted made from at least 24 SWG sheet with bracket fixing on wall conforming to IS 2546 at strategic locations.

9.35.5 The plan for fire extinguishing must be provided by the Contractor to Employer for the approval.

9.36 CCTV cameras 9.36.1 CCTV Cameras along with monitoring stations (Minimum 05 numbers) and all other accessories required for its proper operation shall be installed to have complete coverage of following areas (i) Main entry: Covering all the entry/exit 24 hrs, (ii) Along the Plant Perimeter: Covering complete perimeter of Plant Area to capture all possible intrusion, (iii) Control Rooms: Covering Entry/Exit and activities within Control Rooms. Contractor has to propose the locations and number of cameras (minimum 05 numbers) required for the Plant during bidding; however GE’s decision on number of cameras shall be final.”

9.36.2 Monitoring stations of the CCTV Network shall be installed in Main Control Room.

9.36.3 The CCTV system shall be designed as a standalone IP based network architecture. System shall use video signals from different cameras at defined locations, process the video signals for viewing on monitors at control room and simultaneously record all video streams using latest compression techniques.

9.36.4 Camera shall be colour, suitable for day and night surveillance (even under complete darkness) and network compatible.

9.36.5 It shall be possible to control all cameras i.e., PTZ auto/ manual focus, selection of pre-sets, video tour selection etc. The software shall support flexible 1/2/4 windows split screen display mode or scroll mode on the display monitor for live video.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 201

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.36.6 The system shall support video analytics in respect of the following:

(i) Video motion detection (ii) Object tracking (iii) Object classification

9.36.7 Camera server shall be provided with sufficient storage space to storage recordings of all cameras at HD mode for a period of 15 days. All recordings shall have camera ID, location, date and time of recording.

9.37 Testing Instruments for Electrical & Electronic Contractor shall also provide required set of onsite testing instruments/equipment viz

(i) Earth resistance tester:

Sl. No

Parameters Specification

1. Display LCD Digital Display with backlight

2. Range Earth Resistance: up to 2000 Ω Earth Voltage : 200 V

3. Safety Ratings IP 56

4. Programmable Limits setting Enabled

Accessories

1. Earth Ground Stakes (4 Nos)

2. Three cable reels with cable length up to 20 m

3. Carry Case-1 (capable of handling tester along with accessories)

4. 1 set of spare battery

(ii) Array Tester:

Sl. No

Parameters Specification

1. Display LCD Digital Display with backlight

2. Functionality All electrical tests required by IEC 62446-1:2016

3. Memory Up to 200 records & USB downloadable to Computer

Accessories

1. A set of two, 4mm fused leads for extra protection during installation tests.

2. Leads which enable the Solar PV100 to connect directly to PV arrays which use MC3 connectors

3. 1 set of spare battery

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 202

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

(iii) Insulation tester:

Sl. No Parameters Specification

1. Display LCD Digital Display with backlight

2. Insulation Test Range 0.1 MΩ to 10 GΩ

3. Test Voltage 50 V, 100 V, 250 V, 500 V, 1000 V

4. Test Voltage accuracy +20% on positive side only no negative variation is allowed

5. Insulation Test Current 1 mA nominal

6. Auto Discharge Discharge time< 0.5 Second for C=1

7. Open Circuit test Voltage >4 V, <8 V

8. AC/DC Voltage measurement 600 V (0.1 V Resolution)

9. Short Circuit Current > 200 mA

Accessories

1. Heavy duty Test Lead Set – 4 Nos.

2. Carry Case with sufficient space for accommodating accessories.

(iv) Multi-metres:

Sl. No Parameters Specification

1. Display LCD Digital Display with backlight

2. AC/DC Current 500 µ A to 10 A (Accuracy 0.15 %)

3. AC/DC Voltage 50 mV to 1000 V (Accuracy 0.025 %)

4. Resistance 50 Ω to 5000 Ω (Accuracy 0.05 %)

5. Capacitance 1 nF to 100 mF (Accuracy 1.0 %)

6. Frequency 99.999 Hz, 999.99 Hz, 9.9999 Hz, 99.999 kHz, 999.99 kHz (Accuracy 0.005 %)

Accessories

1. Temperature Probe

2. Silicon Test Lead

3. Alligator Clip

4. Carry Case with sufficient space for accommodating accessories.

(v) Clamp meters:

Sl. No Parameters Specification

1. Display LCD Digital Display with backlight

2. Jaw Opening 30 mm

3. Maximum Wire Size 600 MCM

4. Current Range 0 to 400 A

5. Accuracy Current 2.0 %

6. Voltage range 0 to 600 V

7. Voltage Accuracy 1.5 %

8. Resistance Range 0 to 4000 Ω

Accessories

1. Test leads

2. Electrical test leads

3. Probe light & extender

4. Carry Case with sufficient space for accommodating accessories.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 203

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

(vi) Transformer oil BDV kit:

Sl. No Parameters Specification

1. Display LCD Digital Display with backlight

2. Input: 230 Volts, 50 Hz, Accuracy /- 10%

3. Output 0 - 100 KV

4. Capacity 1 kVA

5. Duty Cycle Continuous

6. Compliance IS-6792

(vii) Infra-red thermal imaging hand held Camera:

Sl. No Parameters Specification

1. Temperature measurement Range

Up to 650◦C, Accuracy ± 2

◦C

2. On-screen emissivity Correction

Possible

3. On-screen reflective background temperature Correction

Enabled

4. On screen transmission Correction

Enabled

5. Detector Type Focal Plane Array, uncooled micro-bolometer, 320 x 240 pixels or better

6. Total Pixels > 75000

7. Infrared spectral Band 7.5 µm to 14µm (long wave)

8. Field of view 46◦x 34◦

9. Spatial Resolution (IFOV) 2.62 mRad

10. Wi-Fi Connectivity Enabled

11. Data Storage USB & memory card enabled

Note: a) All testing equipment shall possess valid calibration certificate issued from approved NABL labs. b) Instruments of superior rating is allowed after seeking consent of the Employer c) Maintenance, calibration, up keeping, repair & replacement of these tools will be in the scope of Contractor during said O&M period. d) It is Contractor‟s responsibility to arrange for tools, tackles, logistics, test kits, manpower, experts etc. required for trouble free operation of Plant

9.38 Specification of Weather Monitoring System

As a part of weather monitoring system, Contractor shall provide the following measuring instrument with all necessary software and hardware required to integrate with SCADA.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 204

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.38.1 Pyranometer

(i) Contractor shall provide minimum 2 (Two) number of secondary standards pyranometers (ISO 9060 classification) along with necessary accessories for measuring the incidental solar radiation at horizontal and inclined plane of array.

(ii) Specification of the pyranometer shall be as follows:

Details Values

Spectral Response. 0.31to2.8micron

Sensitivity Min7micro-volt/w/m2

Time response (95%): Max15s

Nonlinearity: ±0.5%

Temperature Response: ±2%

Directional Response ±10W/m2

Tilt error: <±0.5%.

Zero offset thermal radiation: ±7w/m2

Zero off set temperature change ±2w/m2

Operating temperature range: 0 deg to+80 deg.

Uncertainty(95%confidence Level): Hourly- Max-3%, Daily- Max-2%

Non stability: Max±0.8%

Resolution: Min+/- 1W/m2

Input Power for Instrument & Peripherals:

230V a.c.(If required)

(iii) Each instrument shall be supplied with necessary cables. Calibration certificate with calibration traceability to World Radiation Reference (WRR) or World Radiation Centre (WRC) shall be furnished along with the equipment. The signal cable length shall not exceed 20m. Contractor shall provide Instrument manual in hard and soft form.

9.38.2 Thermometer

Contractor shall provide minimum five thermometers (one for ambient temperature measurement with shielding case and four for module temperature measurement). The thermometers shall be RTD/ semiconductor type measuring instrument. Instrument shall have arrange of 0oC to 80oC.The instrument shall have valid calibration certificate.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 205

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

9.38.3 Anemometer

Contractor shall provide minimum one no. ultrasonic wind sensor (no moving parts) for wind speed and direction monitoring.

Details Values

Velocity range with accuracy limit

0-60m/s with +/-2% accuracy @12 m/s; Resolution: 0.01m/s

Wind direction range with accuracy limit

0 to 360o(No dead band) with +/-2o accuracy @12 m/s; Resolution: 1o

Mounting Bracket Anodized Aluminium bracket to reduce corrosion, all mounting bolts of SS

Protection Class IP66

Output RS232 and RS485

9.39 Specification of Lighting in Solar Power Plant

9.39.1 Scope

This specification covers design of Array yard and sub-station, street light using suitable LED luminaires (to meet the required lux levels), tubular poles (from main gate up to the control room/switchyard gate and periphery wall of the Plant) distribution pillar boxes, PVC cables, conduit steel trays etc. which shall be supplied by the contractor for installation of luminaires, their control gear and wiring on them. The street light shall work on the auxiliary supply and same shall be incorporated in auxiliary loads. The Contractor will also design, supply and install lighting fixtures and accessories based on LED for equipment room and control room building and entry points/ gates. The Contractor shall furnish Guaranteed Technical Particulars.

All LED luminaires shall be supplied with proper diffuser to avoid direct visibility of LED with proposer thermal management for longer life .Renowned brands available in the market need to be used.

9.39.2 General Technical Requirements:

The lighting system for outdoor and indoor areas of Solar Power Plant shall be designed in such a way that uniform illumination is achieved. In outdoor yard equipment /bus bar areas and the peripheral wall are to be illuminated and luminaires shall be aimed for clear view.

9.39.3 Lighting Levels

(a) The average LUX level of 10 lm is to be maintained in switchyard. However, a lux level of 20 lm (10+10) additional switchable on requirement only) is to be maintained in switchyard on transformer. (b) Lighting in other areas such as control room, office rooms and battery room & other

areas (i.e. street light) shall be such that the average LUX level to be maintained shall be as under:

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 206

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

---------------------------------------------------------------------------------- S.No Area LUX ---------------------------------------------------------------------------------- 1. Control Room and equipment rooms 500 2. Office 300 3. Battery & other rooms 150 4. Other areas including periphery wall 10 5. Transformer yard 20 6. H – pole and metering point 10 ---------------------------------------------------------------------------------

9.39.4 Emergency Light Points:

(a) Light points using LED lamps of 15-20 W (at 240 V) shall also be provided as given below: (i) Control room and equipment room 4 Nos.

(ii) Battery room 1 Nos. (iii) Office 1 Nos. (iv) Corridor 1 Nos. (b) These lights shall operate on AC/DC changeover supply from the DC distribution Board. Separate wiring and distribution board shall be provided from these lights.

(c) The lighting level shall take into account appropriate light output ratio of luminaires,

coefficient of utilization maintenance factor (of 0.7 or less) to take into account deterioration with time and dust deposition. LED luminaires for indoor applications shall meet the following parameters:

PARAMETER SPECIFIED VALUE

Input voltage 170-260 V

Input Frequency 50 HZ +/-1 HZ

Power Factor 0.90 (Minimum)

Power Efficiency >96%

Luminaire Efficacy >90 lumens per watt

Total Harmonic Distortion < 15 %

Life > 50000 Hrs.

LED Type Power LEDS from reputed makes.

Colour Temperature 2800 K/3000K

Colour Rendering >75

Electrical Connector

Lead wire with 2 meter long –or as required by the customer at site.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 207

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

(d) LED luminaires shall meet the following parameters

PARAMETER SPECIFIED VALUE

Input voltage 170-260 V

Input Frequency 50 HZ +/-1 HZ

Power Factor 0.90(Minimum)

Power Efficiency >96%

Luminaire efficacy >90 lumens per watt

Dispersion Angle Minimum 120°

Usage hours Dusk to dawn

Total Harmonic Distortion < 15 %

Working Temperature -5° to +50° C

Working Humidity 10% - 90% RH (Preferably Hermetically sealed unit)

Index of Protection Level Minimum IP 65

Lamp Casing Powder coated metal / Aluminium.

Life > 50000 Hrs.

LED Type Power LEDS from reputed makes.

Colour Temperature 2800 K/3000K

Colour Rendering >75

Junction Temperature < 60° C

Electrical Connector

Lead wire with 2 meter long –or as required by the customer at site.

Expected Life of components Passive electronic components life greater than >100,000 hours

Moisture protection in case of casing damage

IP 65 (preferably Totally encapsulated)

(e) Luminaire Compliances:

(i) Luminaire Specification:

Control gear specification: EN 61347-2-13: Particular requirements for D.C. or A.C. supplied electronic

control gear for LED modules EN 62384: D.C. or A.C. supplied electronic control gear for LED

modules. (ii) Luminaire EMC specification:

EN 61000-3-2: Electromagnetic compatibility (EMC). Limits for harmonic current emissions (Equipment input current < 16 A per phase)

EN 61000-3-3: Limitation of voltage fluctuation and flicker in low voltage supply systems for equipment with rated current < = 16 A

(f) Additional information(outdoor application): (i) The LED luminaire housing, heat sink, pole mounting bracket, individual LED reflectors and front heat resistant tempered glass should be provided. (ii) The LED luminaire housing should be made of non-corrosive high pressure die cast aluminium and the housing should be power coated grey, so as to ensure good weather ability.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 208

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

(iii) Each individual LED source should be provided with a asymmetrical distribution high reflectance aluminized reflector, which should ensure that the light distribution of the luminaire is suitable for road lighting applications (wide beam distribution) and should ensure high pole to pole spacing. (iv) The luminaire should be provided with in built power unit and electronic driver. The luminaire should be should be so constructed to ensure that the gear and LED modules are replaceable, if required. (v) The luminaire should be suitable for both standard street light poles with a typical pole diameter of 50 mm – 60 mm and should be suitable for both side entry and bottom entry (post top).

9.40 General Guidelines

9.40.1 Any civil, electrical, mechanical & plumbing work which is not explicitly mentioned or included in this tender document but necessary for completion and commissioning of the Plant shall be borne by the Contractor.

9.40.2 Successful Bidder/ Contractor shall prepare all designs / drawings have based on the specifications given in the tender and in light of relevant BIS/IS/ equivalent standard.

9.40.3 The Contractor shall provide type test reports and datasheet/ GTP for all equipment used for the project.

9.40.4 The Employer reserves the right to modify the design at any stage to meet local site conditions / project requirements.

9.40.5 All work shall be carried out in accordance with the latest edition of the Indian Electricity Act and rules formed there under and as amended from time to time.

Performance Measurement procedure

10 Performance Ratio Test Procedure

10.1 PR - Provisional Acceptance Test Verification Procedure

10.1.1 The Performance ratio test aims at the comparison of the actual PV Plant energy production with the guaranteed value for a limited operation time of the PV Plant of 30 consecutive days.

10.1.2 After Commissioning of the Plant and after receiving all the satisfactory results regarding the correct operation of the Plant, there will be continuous monitoring of the performance for 30 days. This monitoring will be performed on the site under the supervision of the Employer / Employer's engineer.

10.1.3 The final tests to prove the guaranteed performance parameters shall be conducted at site by the Contractor in presence of the Employer. The Contractor's commissioning/start-up Engineer shall make the Plant ready to conduct such tests. The Performance Guarantee Tests (PG tests) shall be commenced, within a period of one (1) month after successful Commissioning. Any extension of time beyond the above one (1) month shall be mutually agreed upon. These tests shall be binding on both the parties to the contract to determine compliance of the equipment with the guaranteed performance parameters.

10.1.4 The test will consist of guaranteeing the correct operation of Plant over 30 days, by the way of performance ratio based on the reading of the energy produced and delivered to the grid and the average incident solar radiation.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 209

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

10.1.5 The performance ratio (PR) of the PV Plant shall be calculated as follows (according to IEC 61724 Ed 2.)

Performance Ratio

PR = 𝑌𝐴

𝑌𝑅∗ [1 − 𝛼 ∗ 𝑇𝑎𝑣𝑒𝑟𝑎𝑔𝑒 − 𝑇𝑐𝑒𝑙𝑙 ]

YA = Eac / PNom

YR = IR Site/ IR STC Where, YA = Final PV system yield (representing the number of hours that the system would need to operate at its rated output power PNom to contribute the same energy to the grid as was monitored. YR = Reference yield (representing the number of hours during which the solar radiation would need to be at STC irradiance levels in order to contribute the same incident energy as was monitored). Eac = AC energy injected into the grid during a clearly specified amount of time (kWh). PNom = Installed nominal peak power of modules (Nameplate rating at STC) (kWp); IRSite = Irradiation on the module plane of array during a clearly specified amount of time (measured with a pyranometer installed on the plane of array, POA) (kWh/sq. m) IRSTC = Irradiance at STC (kW/ sq. m); 1000W/m2 Taverage = Average cell/ module temperature (°C) over a period of time Tcell = STC cell/ module temperature (°C); 25°C

α = temperature coefficient of power (negative sign) corresponds to the installed module (%/°C) (as per PV Module Datasheet)

10.2 Monitoring System for PR Verification

The following instrumentation will be used to determine the Solar Plant Performance: (a) Power Meter at the delivery point. (b) Power Meter for each inverter/ LT panel incomer for reference only. (c) One nos. calibrated pyranometer to determine irradiance on the plane of array (with a target measurement uncertainty of ± 2). (d) One nos. calibrated pyranometer to determine irradiance on horizontal plane (with a target measurement uncertainty of ± 2 (e) Four nos. thermocouples to measure module temperature with a measurement uncertainty of ±1 °C. (f) Shielded ventilated thermocouple with a measurement accuracy of ±1°C. (g) An anemometer mounted on a 10m mast to measure wind speed (without additional shadowing on modules).

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 210

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

10.3 Data measurement shall be witnessed in the format mutually agreed before the start of PR test by the Employer and the Contractor jointly for the said period.

10.4 The Contractor shall show the specified PR for Operational Acceptance and committed CUF for Final Acceptance (i.e. after one year from the date of Operational Acceptance till last day of O&M Period on annual basis).

11 Capacity Utilization Factor (CUF)

11.1 Capacity Utilization Factor shall be calculated as per the following formula:

CUF = 𝐸𝑁

8760∗𝑃𝑛𝑜𝑚 ∗𝐶𝐹

Where,

EN is number of units recorded at the ABT metre at 33 kV local bus bar in Plant Facilities after excluding auxiliary consumption

Pnom:2,200kW, i.e. minimum proposed DC Capacity.

CF: CUF Correction Factor

The correction factor for CUF shall be calculated at the end of each year, by factoring module degradation and any shortfall in radiation as per the formula given below.

CF= (1-Module Degradation Factor X No. of Years of operation after Operational acceptance of the

Plant).

11.2 However, in order to meet CUF requirement Contractor may install higher DC capacity without overloading other system components.

11.3 Total hours in a year considered in the CUF calculation formula (TS Clause 11.1) i.e. 8760 is for normal years, however for leap years this shall be considered as 8784.

11.4 Time of Grid outages during generation hours of Solar PV shall be reduced from total hours in a year (8760/8784) used in CUF calculation formula as specified under Clause-11.1 of TS. However Grid outage‟s timing & time period shall be established thru Grid Outage certification by competent authority of state Grid/DISCOM.

11.5 Civil, Mechanical & Plumbing Works

This section of Technical Specifications describes detailed technical and functional requirements of all civil, Mechanical & Plumbing works included in the scope. All the Civil, Mechanical & Plumbing works must be done considering environmental/climatic condition existing at site.

All design and construction of civil works shall conform to relevant Indian standards such as BIS, IRC, MORST, NBC etc. Design of steel structures shall conform to IS: 800, 802 or 802 as applicable with working stress method (WSD) of design. Design of concrete structure shall conform to IS: 456. For design of liquid retaining structure IS: 3374 shall be followed. Only in case of non-availability of Indian standard, equivalent American or British standard may be used for design with prior approval of the

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 211

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

Employer and the contractor shall submit proper justification along with his request to the Employer for his review. The design/ structural drawings of LCR, MMS and other civil works in the scope of solar part shall be prepared/ approved by the chartered structural engineer. The design calculations for MMS, RCC structure, steel structure, foundation system, etc. of LCR, MMS and other civil works in the scope of solar part shall be submitted for prior approval of Employer before commencement of construction.

The design calculations shall be supplemented with a neat sketch showing the structure geometry, node and member nos., Lengths of various typical members, support points and type of supports, types of materials with design properties considered, type of sections used in analysis & design. The report shall also include back-up calculations for various loads adopted in design, brief write-up on primary load cases and load combinations considered and conclusions on design results with supporting sketches for easy reference and clarity. Where a computer program (other than STAAD Pro) is used for analysis and design, the contractor shall also include a write-up on the computer program used along with validation check. Input and output file shall also be given in the design report to facilitate its review and approval by the Employer.

The construction methodology for MMS and its foundations, road works, drains and pile load test procedure shall also be submitted for prior approval of Employer before start of works. The construction shall be done only as per approved drawings

12 Topographical Survey, Area Grading and Land Development

12.1 The contractor shall be responsible for detailed Topographical Survey of the proposed project site. The work shall be carried out through an agency, if required with relevant experience and shall have qualified survey team. The Topographical survey shall be conducted at 20m x20m grid, or as directed by the Engineer, with the help of digital surveying instruments like Total Station. The Contractor shall carry the Bench Mark from nearest GTS Bench Mark, or any other establish source like Railway station etc. as approved by the Employer, by fly-levelling and establish two permanent bench marks (PBM) at site. All subsequent transfer of levels shall be carried out with respect to these PBMs. The work shall also include constructing permanent reference pillars at suitable locations as approved by the Employer. These reference pillars shall be labelled permanently with their respective coordinates and reduced levels for future use. The Permanent Bench Marks and reference pillars shall be shown on the survey drawings.

12.2 While carrying bench mark to the project site, levels shall be established on the permanent objects like culverts etc. at least on one object in every one km. if available along with route with adequate description about the objects. These levels shall be maintained at site & also mentioned in the survey report to facilitate locating these objects later on.

12.3 The work survey work shall be carried out in UTM grids system. The contractor shall also establish the latitudes and longitudes of the corners of the project site. At least 50m width of the adjoining plots and surrounding areas shall also be covered in the survey for correlation with adjoining plots and facilities. The grids for the survey work shall be established in N-S & E-W direction (corresponding to magnetic North) or the Plant North as directed by the Employer. Positions, both in

plan and elevation, of all natural and artificial features in the area like waterways, railway tracks, trees, cultivation, houses, fences, pucca and kutcha roads including culverts and crossings, foot tracks, other permanent objects like telephone posts etc. are to be established and subsequently shown on survey maps by means of conventional symbols (preferably, symbols of survey of India Maps). All hills and valleys within the area/areas are to be surveyed and plotted on maps by contours. Any unusual condition or formations on the ground, locations of rock outcrops (if visible on the surface) and spring/falls, sand heap/dune, possible aggregate deposits etc. shall also be noted and plotted on contour maps.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 212

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

12.4 The record of measurement of all Reduced Levels (RL) shall be submitted in digital format, (in x, y z coordinate system) along with preliminary contour plan of the site, for Employer‟s review before submission of final contour Map. The contour interval shall be as required for proper representation of the topography however it shall not be more than 0.5m. The Contractor shall submit survey maps of the site in 1:10,000 scale indicating grid lines and contour lines, demarcating all permanent features like roads, railways, waterways, buildings, power lines, natural streams, trees, sand dunes etc. Present use of the site i.e. mining, quarrying, agriculture etc, existing drainage pattern of the site, possibility of water logging and high flood level of the area shall also be captured in the document. The project plot boundary with coordinates of all corner points along with coordinate grid of 50x50M interval shall be marked on the contour map. The Finished Grade Level (FGL) of the proposed Plant shall be fixed with

reference to the highest flood level and surrounding ground profile at proposed site. The data regarding highest flood level at proposed site shall be obtained from the metrological department by the contractor. In case of absence of this data, the contractor shall assess the required information through local site reconnaissance. The minimum plinth level of all buildings shall be 450mm above FGL. Module mounting structure foundation or any other pedestal shall be min. 250mm above FGL. A detailed drawing for site levelling and grading (if necessary) shall be submitted by the contractor before commencement of grading and area development works. The estimated volume of cutting and filling shall also be marked on the Grading drawings for reference. The final grade levels thus adopted for different blocks shall be clearly marked on the Plant Layout drawing. The contractor is responsible for making the site ready and easily approachable by clearing bushes, cutting, filling with selected excavated earth or borrowed earth including identifying borrow areas. Except in exceptional cases (with approval of the Employer), filling shall normally be made up of cohesive non-swelling material. The filling for levelling/ reclaiming the ground/ area shall be done in layers not more than 150mm of compacted thickness in case of cohesive (clayey) soils and 250mm compacted thickness in case of granular (sandy) soils with compacting up to 95% of Modified Proctor density in case of cohesive (clayey) soils and 80% of relative density in case of granular (sandy) soils. The slope at edge of graded areas shall not be flatter than 1:1.5 (1 Vertical: 1.5 Horizontal) in cutting and 1:2 (1 Vertical: 2 Horizontal) in filling. In case of filling is done with rock material the edges shall be provided in line with provisions of relevant BIS standard. It shall be ensured that the land is graded or levelled properly for free flow of surface runoff and the grade levels shall be fixed w.r.t. high flood level at site, drainage pattern and system requirements. It shall be ensured that the land is used optimally to have maximum solar power generation considering full utilization of the plot areas. It is advisable to follow the natural flow of water at the ground. In case the filled up earth is brought from outside the Plant/ borrow areas, the contractor shall carry out all required soil investigations to ascertain the suitably of the soil for land development and filling purposes. Contractor‟s scope shall also include getting all necessary statutory approvals for mining, payment of necessary challans etc. Excess earth if any shall be disposed of properly at location as directed by the Engineer-in-charge. 13 Geotechnical Investigations

13.1 The contractor shall be responsible for detailed soil investigations at the proposed project site for the purpose of foundation design for various buildings, structures, HT lines, MMS etc. and other design/ planning requirements. The investigation work shall be carried out through any Govt. approved/ NABL accredited/IIT‟s/NIT‟s Labs, which are authorized to carry out such tests. The contractor shall submit the credentials of the proposed agency along with relevant certificates in support thereof for verification/approval by the Employer.

13.2 The scope of work includes execution of complete soil exploration including boring and drilling, standard penetration test (SPT), collecting disturbed (DS) and undisturbed samples (UDS), collecting ground water samples, electrical resistivity tests (ERT) and conducting laboratory tests on collected samples of soil, ground water analysis, preparation and submission of report.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 213

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

13.3 The field investigations shall mainly include drilling of min. 5 m deep boreholes (50% of total No. of boreholes shall be 10m deep), conducting SPT and collecting Disturbed (DS) and Undisturbed samples (UDS); ERT and Trial pits. Number and location of bore holes, CBR tests and trial pits shall be decided as per the project layout, site topography and soil conditions in consultation with the Employer. However, there shall be minimum 5 No. of borehole per 10 acres of the area & No. of samples for laboratory investigations shall not be less than 25.

13.4 The proposed Geotechnical investigation plan indicating proposed locations of Trial pits, Bore holes and CBR tests shall be submitted to the Employer for review and approval before start of work.

13.5 Laboratory tests shall be conducted on DS & UDS samples and water samples in sufficient no. and shall include, Soil classification, Grain size analysis including Hydrometer analysis, determination of Bulk and dry density, Specific gravity, Natural moisture content, Atterberg limits, Tri-axial shear tests (UU), Consolidation tests, Unconfined compression tests, Free swell index of soil and water samples to determine the carbonates, sulphates, chlorides, nitrates, pH, Organic matter and any other chemicals harmful to concrete and reinforcement/ steel. Laboratory tests on rock samples shall be carried out for Hardness, Specific Gravity, Unit Weight, Uniaxial Compressive Strength (in-situ & saturated), Slake Durability etc.

13.6 After completion of field and laboratory work, the contractor shall submit a Geotechnical Investigation Report for Employer‟s approval. All bore log details and lab test results shall be presented in the report as per provisions of relevant BIS standards. The report shall include a Map showing the locations of various field tests including coordinates, calculations and recommendations for foundation type and safe bearing capacity (SBC) for buildings, switch yard structures, Sub-Station, Transformer foundation, HT lines, MMS foundation etc. corresponding to settlement of 25mm.

13.7 In case the contractor wishes to adopt pile foundation for MMS supports the report shall also include the calculations for pile capacity for direct compression, lateral and pull out capacity and recommended depth and dia. The contractor shall carry out field trials for initial load test on pile to verify the pile design & finalize the safe load carrying capacity under direction compression, lateral load and pull out. The no. of piles to be tested under each category shall be finalized corresponding to geotechnical characteristics at site, plot area etc. However, minimum 5 no. of piles shall be tested under each category of load. The locations of test piles shall be finalized in consultation with Employer. The adequacy of provided pile reinforcement in job (working) pile corresponding to the set of test loads shall be reviewed by the contractor for any additional requirement of reinforcement steel and the shall provide the same, the revised drawings for pile details, if any, shall be submitted to Employer for his approval before casting. The load test on pile shall be conducted after min. of 28 days from the date of casting. In case the contractor desires to conduct the test earlier than 28 days, he may use suitable higher grade of concrete or if substantial evidence from earlier cube test results on design grade concrete to demonstrate the early gain of required compressive strength prior to application of the test load. However, no pile test shall be conducted before 7 days of casting the pile. All the dial gauges and hydraulic jack assembly shall be properly calibrated as per the requirements of relevant IS codes and valid calibration certificate to this effect shall be submitted to the Employer before the equipment is used for the test. The contractor shall submit detailed methodology for conducting the tests in line with IS: 2911 – Part 4 for Employer‟s approval before commencement of any test. After completion of these tests the contractor shall compile the test results and submit the report in a proper format as specified in the IS code with recommendations/ conclusions for Employer‟s approval. The pile work shall start only after approval of the final pile design duly verified/ confirmed with initial load test results.

13.8 All building switch yard and sub-station area shall have levelled ground. No foundation for buildings, switch yard equipment & structures, sub-stations, underground transmission cables shall rest

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 214

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

on filled up ground. Minor structures like cable trench, pipe pedestal etc. with maximum safe bearing capacity of soil not more than 3 T/ Sq.

13.9 The report shall also include water analysis to ascertain its suitability for construction purposes, recommendations for type of cement, grade of concrete &minimum cement content as per prevalent soil characteristics with respect to presence of aggressive chemicals, environment exposure conditions as per relevant BIS specifications. However, minimum grade of concrete shall be M25 for all RCC works except liquid retaining structures like underground water tank etc. where minimum grade of concrete shall be M30.

14 Other Investigations

14.1 The contractor shall also obtain and study other input data at proposed project site for design of the project. This shall include data related to earthquake and wind, rainfall, maximum & minimum ambient temperature, humidity, high flood level (HFL) etc.

14.2 The contractor shall carry out Shadow Analysis at proposed site and accordingly design strings and array layout with optimum use of space, material and man power. In case of large and steep variations in topography the study shall also include the effect of topographical variations on array layout. The contractor shall submit all the details/ design to the Employer for review/ approval.

14.3 The contractor shall also identify potential quarry areas for coarse and fine aggregates to be used for concrete and shall carry out the concrete mix design for different grades of concrete to be used in the work. The concrete mix shall be designed for each source of cement and quarry as per provisions of relevant Indian Standard. The concrete mix design shall be carried out through NABL accredited Laboratory or any Gov. Engineering college as approved by the Employer.

15 Roads

15.1 Suitable access road from Main gate to Main control cum office room (MCR), internal access roads connecting MCR and other facilities/ buildings like Local control room(s) (LCR)/ Inverter room(s) (IR), Substation, Switch yard etc. and internal peripheral road along the boundary fence shall be provided for safe and easy transportation of materials and equipment during construction and maintenance phase and for public transport.

15.2 The access road connecting Main gate and MCR and internal access road(s) connecting MCR to various facilities/ buildings shall be 3.5m wide with 0.5m wide shoulders on either side while the peripheral road shall be 2.5m wide with 0.5m shoulders on either side. All roads including shoulders shall be of WBM. The top of road (TOR) elevation shall be minimum 200 mm above FGL to avoid flooding of roads during rains. The roads shall be provided with alongside drains as per design requirements of storm water drainage system. The roads shall be designed as per IRC 37 corresponding to design vehicular traffic of 5 million standard axles (msa) and critical field CBR value. However minimum Section dimensions as mentioned above must be complied.

15.3 The details of minimum road section to be adopted shall be as follows:

15.3.1 Topping: wearing coarse of pre-mix carpet 20mm thick (for access road from main gate up to Main Control Room building) & 75mm thick murum layer in case of other internal roads. 15.3.2 WBM, compacted 75mm thick, Grade III 15.3.3 WBM, compacted 100mm thick, Grade II

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 215

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

15.3.4 Granular sub-base, compacted 250mm thick, Grade I.

15.3.5 Well compacted sub grade under road and shoulders to achieve min. 95% of standard proctor

modified dry density (MDD). CBR value of sub-grade shall not be less than 4%. In case the

CBR is less than 4% in a particular stretch, then the material shall be modified with increase in

GSB thickness as per IRC standard.

15.3.6 The construction of roads shall conform to relevant IRC/ MORST standards.

15.3.7 Drain, cable or any other crossing shall be provided with RCC slab or precast concrete pipe

culvert. The culvert design shall conform to relevant IRC standard. The pipes for road crossings

shall be of minimum class NP3 conforming to IS 458.

15.3.8 Maintenance pathways of min. 1.0m width shall be provided between SPV arrays for easy

movement of maintenance staff, tools, equipment and machinery, washing of modules etc. The

pathway area shall be levelled well compacted manually/ mechanically. Areas of depression,

valley zones or wherever there is noticeable change in topography shall be levelled matching

surface with ground topography/ grade to avoid accumulation of water in the region by

allowing its free flow to keep the area free from mud/ sludge.

15.3.9 The design and drawings for all internal roads and culverts shall be submitted to the Employer for approval before execution. 16 Surface/ Area drainage-Internal drainage scheme to avoid any water logging within the solar array yard (field) of plant area shall be proposed by the contractor and approval to be taken at the time of submission of detailed plan of solar works and shall be in the scope of solar part of the work.

16.1 The contractor shall design and construct storm water drainage network for smooth disposal of storm water from the Plant to the nearest available drainage outlet. The storm water drainage system shall be designed and planned to ensure no water stagnation in the Plant. Necessary input data for maximum hourly rainfall intensity to be taken for drainage design shall be obtained by the contractor from Indian Metrological department.

16.2 The drainage system shall be designed as per the provisions of relevant IRC standard and best Industry practices.

16.3 The drainage scheme shall be designed considering the Plant plot area and the catchment area contributing to the Plant area drainage. The storm water drainage system shall be a network of open surface drains (with rectangular or trapezoidal cross section) and shall generally be designed to follow the natural flow of water and ground contours. Suitable size peripheral drain (min.500x500mm) along inside of Plant boundary shall be provided for smooth channelization of outside storm water and to avoid flooding of the Plant area.

16.4 All the drains shall be lined with either brick or RR masonry/ concrete or stone slabs as suitable to the site conditions. The min. Thickness of the lining shall be 115mm for brick masonry, 75mm for concrete slabs, 150mm for RR masonry and 100mm for stone slabs. The concrete slab/ stone

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 216

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

cladding shall have suitable CM (1:4) bedding. The lining work shall be in CM (1:4) and the joints shall be raked and pointed with CM (1:3), however, the joints in peripheral drain lining shall be without pointing.

16.5 The design shall be as per provisions of relevant BIS standards and good industry practice. The drain outfall shall be connected to the nearest existing natural drain(s)/ water body outside Plant premises and it shall be ensured that the drainage water shall not encroach/ flood in the adjacent property/ plot. The proposed drainage scheme along with design calculations shall be submitted to the Employer for review/ approval before start of construction.

16.6 The contractor shall provide rain water harvesting system for water conservation by constructing suitable collection wells along the drains, detention ponds etc.

17 BLANK

18 Plant Layout

18.1 The contractor shall submit drawing showing proposed Project Plant Layout accommodating the location of Security Gate, Main control room etc as shown in the tender drawing.

18.2 The Plant layout shall be a comprehensive drawing showing various requirements of the project like, Reference coordinate grid, Geographical and Plant North, Boundary fence including coordinates of all corner points, Main Entrance Gate and any other access gates as per project needs, Block wise FGL, Internal and peripheral roads, Security Room/ cabin (s), All buildings with coordinates, temporary storage yard/ facility to be used by the contractor during construction, proposed Array layout, Lightening Arrester etc.

18.3 The Plant Layout drawing shall be in suitable scale to have proper representation of the information.

18.4 The Plant layout drawing shall be submitted by the contractor for review/ approval by the Employer.

19 Design Loads

Unless otherwise specified elsewhere, Dead load, Live load, Wind load and Seismic load for buildings and structures shall be considered as per provisions of relevant IS standards.

19.1 The following minimum imposed load as indicated for some of the important areas shall, however be considered for the design. If actual expected load is more than the specified minimum load, then actual load is to be considered.

Sl.No. Area Imposed Load

A Roof 150 kg/ Sqm

B Building floors 1000 kg/ Sq

C RCC Floors (General) 500 kg/ Sqm

D Outdoor platforms, Stairs, Landing and Balconies, Walkway, Chequred plate & Grating floor

500 kg/ Sqm

E Road As per IRC Standard

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 217

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

F Road culverts & allied structures over drain & pipe crossings

Design for class -„AA‟ loading (Wheeled & Tracked both) and check for Class – „A‟ loading as per IRC Standard

G Underground structures such as Sumps, Pits, Trench, Drain etc.

In addition to Earth pressure and Ground water table at FGL, a surcharge of 1 T/Sqm shall also be considered

H Pre-cast cover over cable trench 400 kg/ Sqm

19.1.1 Primary Loads

1. Dead Load (DL) 2. Live Load (LL) 3. Wind Load (WL) – Both along X & Z directions 4. Seismic Load (EL) – Both along X & Z direction

WL for MMS design

(i) Load due to fair (positive pressure) wind direction on design tilt angles of MMS members (ii) Load due to adverse (negative pressure) wind direction on design tilt angles of MMS members (iii) Load due to wind on side face of MMS members.

19.1.2 Design Load combinations

1. DL+LL 2. DL+LL ± WLx 3. DL +LL± WLz 4. DL+LL ± ELx 5. DL+LL ± ELz

Note - For MMS design, WL corresponding to (iii) shall be considered along with (i) & (ii) as applicable in calculation of WL under Primary Load (3). 19.1.3 All buildings, structures and foundations shall be designed to withstand loads corresponding to worst design load combinations. Unless otherwise specified elsewhere in the specifications, the DL, LL, WL and EL shall be estimated as per provisions of relevant BIS standards.

19.1.4 Wind Load Factors K2, K2 and K3 – As per IS 875 (Part-3). However, minimum value for K1, K2 and K3 shall be 1.0.

19.1.5 Unless otherwise specified elsewhere in the specifications, the Seismic Load shall be considered corresponding to Earth quake zone at site as per IS: 1893 – (Part- 4)

20 Foundations

20.1 Contractor shall design all foundations for buildings, equipment, Switch yard structures, Transformer, MMS & other structures as per relevant BIS standards and recommendations of Geotechnical investigation report.

20.2 All design drawings shall be submitted to the Employer for approval before execution.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 218

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

20.3 In case the contractor proposes to provide pile foundation for support of module mounting structure (MMS); the type, dia. and length of pile shall be as per recommendations of Geotechnical Investigation Report corresponding to prevalent soil characteristics at site, however the min. dia. and depth of the pile shall be 300 and 1500mm respectively except when very hard strata/ rock (N>100) is encountered at a higher level, the pile shall be extended in to the hard strata minimum 1 times the diameter of the pile or shall have total min. length of 1500 mm.

20.4 The pile shall project minimum 250mm above grade level to avoid any damage to the MMS column/sub support due to direct contact of rain water/ surface run-off.

20.5 In case collapse of foundation strata during drilling of the pile bore, removal steel liner shall be used to maintain design depth and diameter of the pile for proper concreting.

20.6 The design pile capacity under direct compression, lateral load and pull out shall be verified through field trials by conducting initial load tests on test piles to be specially cast for this purpose. The tests shall conform to IS 2911 – Part 4. The no. and location of such tests shall be as discussed and finalized with Engineer-in-charge. However, min. 3 no. of Tests shall be conducted under each category. 20.7 Contractor shall also carry out routine tests on 0.5 % of the total no. of working piles as per provisions of IS: 2911 – Part 4.

21 Module Mounting Structure (MMS)

21.1 The ground mounting structure design must follow the existing land profile.

21.2 The structure shall be designed to allow easy replacement of any module and shall be in line with the site requirements.

21.3 The MMS stub/ column, rafter, purlin, ties and bracing members shall conform to Indian standards as mentioned in the list of codes and standards:

IS: 2062 – Hot rolled Medium and High tensile structural steel IS: 811 – Cold formed light gauge structural steel sections IS: 1161 – Steel tubes for structural purposes IS: 4923 – Hollow steel sections for structural use.

21.4 The minimum thickness (BMT) of various elements of MMS structure shall be as following: Stub/ column – 3.15mm, Rafter – 2.5mm & Bracing/Purlin & other members – 2.0mm.Final thickness of the members shall be arrived by structural analysis considering combination of all possible loads.

21.5 The contractor can also propose new light gauge structural steel or structural aluminium sections other than specified above subject to approval of the Employer. In this case the contractor shall submit his proposal stating the technical advantages of the proposed sections for Employers review along with supporting literature.

21.6 MMS column post shall be supported with base plate secured to foundation using anchor bolts for easy maintenance/ repair/ replacement.

21.7 The primary loads and load combinations for design of MMS structure shall be as specified under “Design Load” above.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 219

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

21.8 The support structure design shall be as per relevant Indian standard(s) and shall be with working stress method considering appropriate factor of safety. No increase in permissible stress under wind/ Seismic load combination shall be permitted.

21.9 The maximum permissible deflection/ side sway limits for various elements of MMS under serviceability conditions shall be as following:

Lateral deflection for Column/ stub : Span / 240 Vertical deflection for Rafter and Purlin : Span/ 180

21.10 In case of fundamental time period of MSS table structure more than 1 Sec, the structure design shall be checked against dynamic effects of wind as per provisions of IS – 875 (Part-3).

21.11 MMS shall support SPV modules at a given orientation & tilt, absorb and transfer the mechanical loads to the ground properly.

21.12 Welding of structure at site shall not be allowed and only bolted connections shall be used.

21.13 The MMS structure shall be hot dip galvanized with minimum thickness of coating not less than 80 microns on each side. Galvanization shall conform to IS-2629, 4759 & 4736 as applicable, considering environmental condition. It is to ensure that before application of this coating, the steel surface shall be thoroughly cleaned of any paint, grease, rust, scale, acid or alkali or such foreign material as are likely to interfere with the coating process. The Contractor should ensure that inner side should also be coated. The galvanization shall be done after fabrication of members to ensure galvanization of all cut surfaces. In case the proposed section is made up of Aluminium, anodized coating shall be Gr AC25 and shall conform to IS: 1868. 10.13 The array structure shall be so designed that it will occupy minimum space without sacrificing the output from SPV panels at the same time.

21.14 Two numbers of anti-theft fasteners of stainless steel on two diagonally opposite corners for each module shall be provided. All the fasteners and washers (packing & spring) for Module Mounting Structure and Module shall be adequately protected from atmosphere and weather prevailing in the area. Fasteners and washers to be used for erection of mounting structures and those for fixing Module over MMS shall be of stainless steel grade SS 316 equivalent and must sustain the adverse climatic conditions to ensure the life of the structure for atleast 25 years.

21.15 Modules shall be clamped & bolted with the structure properly. The material of clamps shall be Anodized Al / Stainless Steel. Clamp/bolt shall use EPDM rubber and must be designed in such a way so as not to cast any shadow on the active part of a module. In case bolts are used, Spring Washers shall be used bolt head end and EPDM rubber shall be used in between Module & purlin.

21.16 The MMS foundation shall be designed as per the loads specified under clause “Design Loads” above.

21.17 The array structure shall be grounded properly using maintenance free earthing kit.

21.18 The Contractor shall specify installation details of the PV modules and the support structures with appropriate diagram and drawings.

21.19 The Contractor should design the structure height considering highest flood level at the site and the finished grade level. The minimum clearance between the lower edge of the module and the

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 220

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

finished grade shall be the higher of (i) Highest flood level + 100mm and (ii) 500 mm.

21.20 For multiple module mounting structures located in a single row, the alignment of all modules shall be within an error limit of maximum 10mm.

21.21 The Successful Bidder/ Contractor shall submit the detailed foundation & structural design basis and the list of reference standards, in this Bid, duly certified by a Chartered Structural Engineer having adequate successful experience in similar works. 21.22 The contractor shall submit the detailed design calculations and drawings for MMS structure, bill of materials and their specifications/ standards to the Employer for approval within 30 days from issue of LOI/ NTP before start for fabrication work.

21.23 Contractor must submit the complete quality documents i.e. test certificates for all tests conducted starting from raw material stage, in process, final testing w.r.t structure.

22 Concrete Works

22.1 All RCC works shall be with design mix as per IS 456 and the materials used viz. Cement, coarse & fine aggregate, Reinforcement steel etc. shall conform to relevant BIS standards.

22.2 The contractor shall carry out concrete mix design well in advance prior to construction through NABL accredited laboratory/ Reputed Engineering Institute(IITs/NITs/Government Engineering Institutes only).

22.3 The minimum grade of RCC shall be M25. PCC shall be of min. grade M10 (equivalent nominal Mix – 1:3:6) unless otherwise specified.

22.4 Reinforcement steel shall be of high strength TMT bars of grade Fe500 D conforming to IS: 1786. Ductile detailing in accordance with IS: 13920 shall be adopted for superstructure and sub-structure of all RCC buildings and structures.

22.5 For grouting works anti shrink ready mix grout of approved make or cement mortar (CM) grout with non-shrink additive shall be used. The grout shall be high strength grout having min. characteristic strength of 30 N/ mm2 at 28 days. 23 Miscellaneous Steel Works

23.1 Unless otherwise specified all structural steel work shall be designed as per provisions of IS: 800 with working stress method of design (WSD).

23.2 Structural steel hot rolled sections, flats and plates shall conform IS: 2062.

23.3 Structural Pipes shall be medium (M)/high (H) grade conforming to IS: 1161.

23.4 Chequered plate shall conform to IS: 3502 and Hollow steel sections for structural purposes shall conform to IS: 4923.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 221

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

24 Buildings

24.1 Plant buildings are required to be constructed for housing the electrical equipment/ panel (Local Control Room Building - LCR) for operation and maintenance of Photovoltaic Solar Power Plant. Security room(s)/ cabin(s) shall also be required at strategic locations to secure the Plant from any theft/ burglary.

24.2 All buildings except Security room/ cabin shall have RCC framed structure and brick panel/ partition walls.

24.3 The Plant building design shall be as per the OEM requirements to ensure desired life of equipment.

24.4 The security room/ cabin shall be of prefabricated structure.

24.5 The contractor shall submit the proposed layout drawings to the Employer for approval before development of Architectural drawings.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 222

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

24.6 The building layout, exterior elevations shall be aesthetically designed following good architectural practices to get a please look, Horizontal/ vertical bands through projections/ groves in external plaster may be provided to break the monotony.

24.7 Roof slab shall have projection of 400mm beyond external walls with 500mm parapet wall all around for smooth drainage of rain water which shall form a projected band at roof level.

24.8 All doors and windows shall be provided with 450mm RCC chajja for weather protection

24.9 The construction of the buildings shall be as under;

24.9.1 BLANK

24.9.2 LCR/ Inverter Building

i) Inverter room/ LCR consists of data loggers, battery, Inverter, Electrical panels etc. as per requirement.

ii) There shall be suitable provision for easy/ smooth passage for O & M personnel, cable trench, repair & replacement of the installed equipment etc.

24.9.3 Watchman Cabin

i) Contractor shall provide Two numbers of prefabricated watchman cabins.

ii) The minimum size of watchman‟s cabin shall be 1.2x1.8m and height 2.5m.

iii) The watchman cabins shall be located at strategic locations and at corners of the plot.

iv) Watchman cabin shall be a prefabricated structure. The walls and roof of the building shall fabricated with double skin permanently colour coated insulated sandwiched Al-Zn alloy coated high tensile steel metal panels (BMT- 0.6mm, Al-Zn alloy coating -150 GSM total on both sides).

v) The insulation shall be of PUF, density 40 kg/ cum with adequate thickness.

vi) Roof shall be provided with suitable slope (preferably 100) for proper drainage of rain water and shall project 300mm beyond the walls.

vii) The make and colour shade of the metal panels shall be subject to approval by the Employer.

viii) All glazing shall be of clear float glass with thickness of 4mm for window and 6mm for door panel. The door and windows shall be provided with all necessary fitting and fixtures like handles, tower bolts, mortise lock for door, stays etc.

ix) All aluminium sections for doors and windows shall be anodized (40 microns) for protection against weather. The cabin shall be installed on PCC 1:2:4 platform, 250 thick.

x) The PCC platform shall project 200mm beyond the walls. Special coated/ SS self-drilling screws/l fasteners conforming to class 3 as per ASTM: 3566.1 and 3566.2 shall be used. Anchor/ foundation bolts shall conform to IS: 5624 and relevant IS code.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 223

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

25 Flooring, Skirting and Dado

Theses specification are applicable wherever required except Main Control Room (MCR) building.

SCADA Room, Control cum Office Room/LCR

40 mm thick Heavy duty vitrified tile (8mm thick) flooring with matching 100mm high skirting

Battery Room/AREA Acid/ Alkali resistant tile flooring and dado 2100 high, Floor and dado tiles - 20mm and 12 mm thick respectively

Steps Kota stone – 20 thick/ 50 thick cement concrete (IPS) flooring conforming to IS 2571

26 Doors and Windows

These specifications are applicable for LCR building. 26.1 Doors, windows and ventilators shall be made of aluminium sections (minimum average thickness 2mm), industrial grade and of approved manufacture. All sections, fittings and fixtures shall be anodized with minimum thickness of coating 20 microns. Where specified the sections shall be powder coated (TFT 50 microns) with approved make & colour shade. The window and door shutters shall be with combination of compact sheet and clear float/ wired glass as per design/ functional requirements. However, all doors of toile area shall be of steel framed solid core flush shutter conforming to IS: 2202.

26.2 The area of the openings shall be designed to have adequate ventilation/ natural light and to meet functional requirements.

26.3 All doors, windows and ventilators shall be provided with all necessary fittings and fixtures like handles, bolts, wind stays, hinges etc. of heavy duty Aluminium.

26.4 All doors shall be provided with hydraulic door closure of required capacity.

26.5 All windows shall be provided with suitable Aluminium grill of anodized sections with adequate thickness.

26.6 The glazing shall be of clear float glass with minimum 4mm thickness for windows and 6mm thickness for door shutter.

26.7 Minimum size of all doors shall be 2.1m high and 1.2m wide except for toilet where min. width shall be 0.75m.

26.8 Rolling shutters of required size shall be made of cold rolled steel strips with adequate gauge thickness (min. thickness 18 gauge) and shall conform to IS 6248. Rolling shutter shall be provided with all fixtures, accessories, paintings etc. all complete.

27 Roofing

These specifications are applicable for LCR building. 27.1 The roof shall be provided with min. slope of 1:100 for effective drainage of rain water. The slope shall be achieved either by application of screed concrete grade 1:2:4 (with 12.5mm down coarse aggregate) with min. 25thick CM 1:4 on top to achieve smooth surface to facilitate application of water proofing treatment.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 224

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

27.2 The water proofing treatment shall be in situ five course water proofing treatment with APP (Atactic Polypropylene) modified Polymeric membrane over roof consisting of first coat of bitumen primer @ 0.40Kg per sqm, 2nd & 4th courses of bonding material @ 1.20 kg/sqm, which shall consist of blown type bitumen of grade 85/25 conforming to IS : 702, 3rd layer of roofing membrane APP modified Polymeric membrane 2.0 mm thick of 3.00 Kg/sqm weight consisting of five layers prefabricated with centre core as 100 micron HMHDPE film sandwiched on both sides with polymeric mix and the polymeric mix is protected on both side with 20 micron HMHDPE film.

27.3 The top most layer (5th layer) shall be finished with brick tiles of class designation 10 grouted with cement mortar 1:3 (1 cement: 3 fine sand) mixed with 2% integral water proofing compound by weight of cement over a 12 mm layer of cement mortar 1:3 (1 cement: 3 fine sand) and finished neat. The roof shall be designed for minimum superimposed load to 150 kg/m2.

27.4 The corners at parapet wall and slab shall be provided with 50 thick fillet/ golla in CM 1:3. Required no. of rain water down take pipes with khurra and MS grill at inlet, min. 100mm dia. PVC pipes (UV resistant), shall be provided for rain water disposal.

27.5 Pipes and associated fittings and fixtures shall conform to relevant BIS standards.

28 Plinth protection

28.1 750mm wide plinth protection with min. 75mm thickness of PCC (1:3:6) over bed of dry brick ballast, 40mm nominal size well rammed and consolidated and grouted with fine sand, with min. 75mm thickness shall be provided around all the buildings.

29 Plinth filling for buildings

These specification are applicable except Main Control Room (MCR) building. 29.1 Plinth beam, when provided, shall be taken minimum 200mm below FGL. The plinth filling below Ground floor (GF) for all buildings shall be provided with following specifications;

i) Well compacted sub-grade

ii) 235 thick well compacted bounder soling with interstices filled with sand.

iii) 75 thick PCC 1:3:6

iv) 100 thick PCC 1:2:4 .

v) 40 thick floor finish

30 BLANK

31 Painting & Finishes

These specifications are applicable for Local Control Room (LCR) Building and MMS foundations. 31.1 Painting and white wash/ colour wash for the buildings shall conform to relevant BIS standards. The make and colour shade of the finish shall be as advised and approved by the Employer.

Internal Walls except toilets & battery room

Acrylic emulsion Oil Bound distemper for LCR/ Security Room

Battery room Acid/ Alkali resistant tiled dado of 2100 mm height & Chlorinated rubber paint above dado

Toilet Oil bound distemper

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 225

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

External Walls All weather proof cement based acrylic emulsion paint, exterior grade

MMS foundations/Earth pit Enclosure

Cement paint

Underside of roof slab White wash

Air conditioned areas Underside of roof slab- Under deck insulation with 50mm thick mineral wool, min. density 45 kg/ m3 and Gypsum board false ceiling with GI grid/ Gypsum tile (600x600 mmx12 thick) false ceiling with AL grid as per manufacturer‟s details

Battery room Acid resistant resin based epoxy Paint

31.2 Air conditioning & Ventilation for SCADA room and LCR Building, if any

i) LCR building shall be equipped with appropriate numbers of fans for effective heat dissipation.

ii) SCADA Room shall be equipped with 1 A.C.

31.3 Fire Extinguishers

i) LiquefiedCO2/ foam/ ABC type fire extinguisher shall be upright type of capacity 10kg having IS: 2171. 7, IS:10658 marked.

ii) The fire extinguisher shall be suitable for fighting fire of Oils, Solvents, Gases, Paints, Varnishes, Electrical Wiring, Live Machinery Fires, and all Flammable Liquid & Gas.

31.4 Sand Bucket

Sand buckets should be wall mounted made from at least 24SWG sheet with bracket fixing on wall conforming to IS: 2546. 4 No. of Bucket stands with four buckets on each stand shall be provided in the Transformer Yard. 31.5 Sign Boards

The sign board containing brief description of major components of the power Plant as well as the complete power Plant in general shall be installed at appropriate locations of the power Plant as approved by Employer. 32 Masonry Work

These specifications are applicable for local control room(LCR) building and MMS foundations.

i) The masonry work shall be of bricks or concrete blocks.

ii) All external walls of buildings shall be 230mm and internal walls shall be 230/ 115mm as per requirements.

iii) All concrete block masonry walls shall be min. 200mm thick.

iv) Brick work shall be in cement mortar (CM) 1:6 & 1:4 for 230 mm and 115 mm thick brick wall respectively.

v) Bricks shall be of class designation 7.5 conforming to IS: 1077, IS: 2212 & IS: 3495.

vi) All concrete blocks shall be of min. compressive strength of 7.5 N/mm2 and shall be of Grade-A conforming to IS: 2185.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 226

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

vii) Suitable damp proof course (DPC) shall be provided.

viii) The DPC shall be with PCC (1:2:4) using 6 down coarse aggregate and water proofing admixture. The min. thickness of DPC shall be 40mm

33 Plastering, Pointing & Coping Works.

These specifications are applicable for local control room(LCR) building and MMS foundations. 33.1 All brick masonry work shall be provided with plaster.

33.2 Wall and ceiling plaster shall be in cement mortar (CM) – 1:6 and 1:3 respectively. Thickness of plaster shall be 18mm and 12mm for rough and smooth surface of the brick wall respectively. The ceiling plaster shall be 6mm thick.

33.3 All joints in stone masonry shall be raked and pointed in cement mortar (CM) – 1:3 except specified otherwise. Exposed top surface of brick or stone masonry shall be provided with 50 thick plain cement concrete (PCC) coping (1:2:4) with trawl finish. All exposed coping shall be provided with suitable slope and projection for easy drainage of water.

34 BLANK

35 Pipe and Cable Trenches

These specifications are applicable for local control room (LCR) building and Solar plant area excluding Main Control room(MCR). 35.1 All cable trenches shall be of RCC. The min. wall and base slab thickness shall be 100mm for depth ≤ 750mm and 150mm for depths > 750mm. The trench shall be designed for lateral load due to external soil fill, ground water table at FGL and 50 KN/ Sqm surcharge. External trenches shall be kept min. 100mm above FGL to avoid entry of rain water.

35.2 Internal cable trench shall be provided with chequered plate (min. 8mm thick) covers, The trench cover shall be provided with suitable lifting hooks. Both top edges of the cable trench shall be provided with min. 50x50x6 mm edge protection angle. 36 Transformer Yard Civil Works

36.1 Transformer and equipment foundations shall be founded on piles/isolated spread footings depending on the final geotechnical investigation report.

36.2 Transformer foundations shall have its own pit which would cover the area of the transformer and cooler banks, so as to collect any spillage of oil or oil drainage in case of emergency.

36.3 The oil pit shall be filled with granite stone gravel of 40 mm size uniformly graded. The retention capacity of the transformer pit shall be min. 1/3 volume of the transformer oil which is filled with gravel with 300mm free space above gravel fill.

36.4 The individual transformer oil pit shall be connected to an oil collection pit which shall be sized to accommodate full oil volume of the transformer connected to it, without backflow. The oil collection pit shall be connected to oily water drainage system. Dimensions of the discharge pipe shall consider rainfall intensity also. The water shall be discharged into the nearest drain by gravity flow or pumping.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 227

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

36.5 Both, the transformer pit and the oil collection pit shall be of RCC. The oil collection pit shall be provided with RCC cover.

36.6 The area around the transformer and equipment shall be covered with gravel. The area shall be provided with galvanized chain link fence of height min 1.8 m with and gate. The specifications for fencing shall be similar to those specified under clause No. 16 above except fence post which shall be 50X50X6 MS angles spaced at 2.5m c/c.

36.7 The Gate of size 3.5m shall be of MS pipe frame with welded wire fabric mesh including all accessories and fittings. MS angle posts shall conform to IS: 2062. The portion of the fence covering towards rail track shall be made of removable type for movement of transformer during erection /removal.

36.8 In addition a small gate, 1.2 m wide shall be provided for man entry for maintenance purpose. The transformer yard fencing work shall conform to CEIG requirements.

36.9 Transformer track rails shall conform to IS: 3443. The requirement of fire barrier wall between transformers shall be as per Electricity Rules and IS: 1646 recommendations. Minimum wall thickness shall be 230mm for RCC wall and 300mm for masonry wall.

37 Water Supply for Cleaning of Modules

37.1 Water used for cleaning purpose shall be fit for cleaning the PV modules, cleaning procedure and pressure requirement shall be as per the recommendation of PV module manufacturer.

37.2 A suitable arrangement of water shall be ensured to cater the day-to-day requirement of drinking water and needs of Solar Photovoltaic Plant during entire O&M period.

37.3 The Contractor shall estimate the water requirements for cleaning the photovoltaic modules at least once in every week or as per the soiling conditions prevailing at site, in order to operate the Plant

at its guaranteed Plant performance. Also, Contractor is required to plan the water storage accordingly.

37.4 Contractor has to plan and install the effective module cleaning system as per the prevailing conditions at Site. The system will include the pumps, laying of GI/HDPE/UPVC pipes, flexible pipes, taps/ valves, pressure gauges etc. as per the planning by the Contractor considering items required over and above those included in Schedule „A‟ Part –IX A and part- IX B. Contractor has to submit the drawing/ plan for the proposed module cleaning system.

37.5 All the pipes thus laid must be buried in ground at least 600mm below FGL. Road crossings and drain crossings, the pipes must be passed through GI/ Hume pipes as applicable.

38 BLANK

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 228

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

Inspection & Testing

39 Inspection:

39.1 Employer or the Authorised Consultant of the Employer shall have free access to Contractor’s manufacturer’s works to inspect, expedite and witness shop floor tests. Any materials or work found to be defective or which does not meet the requirements of the specification will be rejected and shall be replaced at Contractor‟s cost. Employer or the Authorised Consultant reserves the right to carry out stage wise inspection of fabrication and components. The Contractor shall furnish a detailed quality assurance plan (QAP) for review by the Employer or the Authorised Consultant.

39.2 The test & inspection shall be carried out at manufacturer‟s work and at the site with the Contractor‟s obligation. The test and Inspection shall be done in accordance with the relevant standards and the Manufacturer's standard before the delivery to site as well as after the erection and commission at site. The Contractor shall give the list of tests that they will carry out at site to show the performance of Plant.

39.3 A detailed 'QAP' for Manufacturing and Inspection shall be submitted by the Contractor for Employer’s or the Authorised Consultant’s approval. The data of each test and inspection shall be recorded and submitted as soon as the test/ trials are conducted and will also be a part of final documentation.

39.4 The shop test shall be carried out to prove the performance parameters of the offered model. The testing shall be done in the presence of the representatives of the department.

39.5 The Employer will nominate its representatives/ Consultant (max. of 2 nos.) for inspection of stage manufacturing and testing at works & 7 days training at premises of SPV module and PCU manufacturer. 39.6 Manufacturer has to submit procedure for Test carried out at their Factory:

(a) Start Up Trials (b) Load Test

(c) Records & Measurements (d) Safety Device List (e) Setting values for all sensors for Pressure and Temperature (f) Dimensional Check-up, Overall Inspection, Completeness of Scope of Supply (g) Shop Test/Load Test for Solar Power Plant 40 Load Trials & Reliability test at Site

40.1 Performance Guarantee Test at Site for Grid Connect Solar Power Plant, HT Panel etc. These tests will be conducted at site as per site conditions at available load and after performing all pre-commissioning check and trials and after readiness of the entire Solar Power Plant system which are required to carry out the load trials

40.2 All the tests which are mentioned in the load test of Solar Power Plant will be carried out in presence of Employers‟ Representative and the Authorised Consultant at Site under site conditions and the parameters checked in accordance with the data sheet and guaranteed parameters given by the Contractor.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 229

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

40.3 All the equipment supplied by the vendor will be tested as per relevant standard/ Quality assurance plan at site conditions and the performance monitored.

41 Quality Considerations

41.1 Contractor will submit and get finalized detailed comprehensive Standard Field Quality Plan (SFQP) within 30 days from date of issue of the LOI/NTP/PO for bought out items and items manufactured by them. The Standard Field Quality Plan shall relate to the specific and objective erection practices right from storage of equipment till final inspection and testing to be followed for bought out items and items manufactured by Contractor. Accordingly, the Manufacturing Quality Plan shall be submitted broadly under following sub-heads:-

(a) Raw material/Bought Out items and Components. (b) In process inspection and test/checks to establish successful completion/accomplishment of the process. (c) Final tests/checks in accordance with relevant national/ international standards /

specification. 41.2 The quantum of check for each and every inspection/test items shall be based on an established sampling method and the quantum of check indicated in the SFQP should be designed adequate quality protection.

41.3 In case reference documents/acceptance norms are indicated as per Plant standards then the

same shall be duly substantiated/properly explained by well-established and proven engineering practices. All submissions will be in English language only.

41.4 Contractor will allow Employer or the Authorised Consultant to carry out Quality/Audit/Quality surveillance on Contractor‟s and our sub-vendor‟s work with reference to contractual obligations to ensure that the quality management practices/norms as detailed out in the Quality Manual are adhered to. To facilitate this activity, you shall keep Employer informed all progress of work in this contract on monthly basis.

41.5 Contractor will associate/fully witness in each inspection being carried out at their/their sub-vendor‟s works by our authorized inspection engineer(s).

41.6 Employer or the Authorised Consultant shall also carry out quality audit and quality surveillance of your systems, procedures and quality control activities. However, this shall not relive you of any of your contractual responsibilities under the contract.

41.7 Performance Ratio(PR) and Capacity Utilization Factor(CUF)

Performance Guarantee

(a) The Plant performance will be evaluated through Performance Ratio (PR) test as per IEC 61724 and Capacity Utilization Factor (CUF) calculation as per the formulas and procedures mentioned under Technical Specification. (b) The minimum acceptable PR of the Plant is 0.78 and CUF shall be 16.5% against installed rated DC capacity at STC. (c) As the PR of the Plant is dependent on the quality of Plant equipment and optimum design of the Plant, the bidders shall demonstrate the PR of 0.78 as per the procedure mentioned in Particular Specifications for Operational Acceptance of the Plant.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 230

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

(d) The initial acceptance of the Plant will be evaluated during commissioning by measuring PR for continuous 7 days. However, contractor must demonstrate the PR for a period of 30 days as per the PR test procedure specified in Particular Specifications. (e) The performance of Plant will be evaluated annually based on CUF demonstrated at the end of every year from the date of Operational Acceptance till the culmination of the O&M period. During this period, the contractor shall operate and maintain the Plant with full reliability and up keep. (f) During O&M contract, the Plant performance will be evaluated based on annual Capacity Utilization Factor (CUF). Second year onwards linear degradation of the module output (i.e., 0.75% of DC capacity at STC per year) shall be considered for the calculated CUF every year. (g) During the O&M period, the bidders need to maintain 99% uptime of the Plant to achieve the proposed CUF at the end of each year. Any routine repair, replacement, overhauling, etc. are to be performed during night times so that no generation loss will be there in day time. (h) Bidders are expected to make their own study of solar radiation profile and other related parameters of the area & make sound commercial judgment about the Performance Ratio and CUF. It shall be the responsibility of the Bidder to assess the corresponding solar insolation values and related factors of solar Plant along with expected grid availability. The Bidder should assess all related factors about the selected Site for the Project before giving commitments of PR and CUF of the proposed Project. (j) The bidders are free to install additional DC capacity any time during O&M period, with proper consent by the Employer, to meet the desired performance parameters with no additional cost to the Employer within the allocated land area. Such additional capacity installed to meet desired performance parameters will be part of the plant asset. (k) The Contractor shall be responsible for achieving PR and CUF. For any shortfall in achieving PR and CUF, compensation shall be recovered from the Contractor as mentioned above.

42. Commissioning and Completion of the Facilities

(a) As soon as installation of the Facilities has, in the opinion of the Contractor, been

completed as specified in the Technical Specifications, excluding minor items not materially

affecting the operation or safety of the Facilities, the Contractor shall so notify the Employer (GE/

EIC) in writing to witness the pre- commissioning of the facility.

(b) As soon as all works in respect of Pre-commissioning are completed and, in the opinion of

the Contractor, the Facilities is ready for Commissioning, the Contractor shall so notify the

GE/EIC in writing.

(c) Commissioning of the Facilities shall be completed by the Contractor as per procedures

detailed in the Technical Specifications and in the presence of the GE or the representatives of

the Employer.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 231

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

(d) If the GE/EIC notifies the Contractor of any defects and/or deficiencies, the Contractor

shall then correct such defects and/or deficiencies, and shall repeat the above procedure.

(e) If the GE is satisfied that the Facilities have reached Completion, the GE/EIC shall, within

seven (7) days after receipt of the Contractor‟s repeat notice, issue a Completion Certificate

stating that the Facilities have reached Completion as at the date of the Contractor‟s repeat

notice.

(f) If the GE/EIC is not so satisfied, then it shall notify the Contractor in writing of any

defects and/or deficiencies within seven (7) days after receipt of the Contractor‟s repeat notice,

and the above procedure shall be repeated.

(g) If the GE/EIC fails to issue the Completion Certificate and fails to inform the Contractor of

any defects and/or deficiencies within fourteen (14) days after receipt of the Contractor‟s notice

or within seven (7) days after receipt of the Contractor‟s repeated notice or if the Employer

makes use of the Facilities, then the Facilities shall be deemed to have reached Completion as of

the date of the Contractor‟s notice or repeated notice, or as of the Employer‟s use of the

Facilities, as the case may be.

(h) As soon as possible after Completion, the Contractor shall complete all outstanding minor

items so that the Facilities are fully in accordance with the requirements of the Contract, failing

which the Employer will undertake such completion and deduct the costs thereof from any

monies owing to the Contractor.

(i) Upon Completion, commissioning and successful demonstration of the PR test, the

contractor shall be responsible for the care and custody of the Facilities, together with the risk of

loss or damage thereto, and shall thereafter take over the Facilities or the relevant part thereof

for the agreed duration of operation and maintenance as stipulated and mutually agreed terms

and conditions.

43. Performance and Functional Warranty / Guarantees

43.1 PV modules used in grid connected solar power Plants must be warranted for peak output

wattage, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years.

43.2 The modules shall be warranted for at least 10 years for failures due to material defects and workmanship.

43.3 The mechanical structures, electrical works and overall workmanship of the grid connected solar power Plant must be warranted for a minimum of 10 years.

43.4 The Contractor must ensure that the goods supplied under the Contract are new, unused and of most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the Contract.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 232

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

43.5 The warranty/guarantee period shall be as follows:

(a) Solar PV Modules: Modules shall be warranted for a minimum period of 25 years in the Contractor‟s detailed Warranty / Guarantee certificate. (b) Power Conditioning Units (PCU): PCUs shall be warranted for a period of minimum 5 years from the date of Operational Acceptance or guarantee period provided by the OEM, whichever is higher. (c) Transformers, associated switch gear and others: Contractor must furnish in detail its warranties / guarantees for these items. (d) All other associated equipment, not mentioned, but otherwise included in the scope of the contract must be warranted for minimum 5 years against its performance and workmanship from the date of Operational Acceptance of the Plant. (e) The time period of all these warranties shall be calculated from the day of Operational Acceptance of the Project. If the manufacturer provides it from the date of manufacturing, it is Contractor‟s responsibility to get the extended warranty from the manufacturer at its own cost and effort.

43.6 During the period of Warranty / Guarantee the Contractor shall remain liable to replace any defective parts, that becomes defective in the Plant, of its own manufacture or that of its sub-

Contractors, under the conditions provided for by the Contract under and arising solely from faulty design, materials or workmanship, provided such defective parts are not repairable at Site to the extent that it operates at its full efficiency, reliability & capacity. After replacement, the defective parts shall be returned to the Contractors works at the expense of the Contractor unless otherwise arranged.

43.7 At the end of guarantee period, the Contractor‟s liability shall cease. In respect of goods not covered by the first paragraph of this clause, the Employer shall be entitled to the benefit of such guarantee given to the Contractor by the original Contractor or manufacturer of such goods.

43.8 The performance of the Plant will be determined by the performance ratio (PR). The same shall

be measured and recorded for a period of one month for operational acceptance of the Plant.

43.9 During the first year of assured performance demonstration and Operation & Maintenance thereafter, the Contractor shall be responsible for any defects in the work due to faulty workmanship or due to use of sub-standard materials in the work. Any defects in the work during the guarantee period shall therefore, be rectified by the Contractor without any extra cost to the Employer within a reasonable time as may be considered from the date of receipt of such intimation from the Employer failing which the Employer shall take up rectification work at the risk and cost of the Contractor.

43.10 During the O&M period, the Contractor, in concurrence with the Employer, is encouraged to carry out the PR test in similar fashion for a period of 7 days, at regular intervals, in order to check the continued performance of the Plant and to determine the necessary steps to meet the CUF commitment.

However, for the O&M period committed CUF shall be considered only. CUF shall be determined for every year for the performance obligations of the Contract.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 233

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

44. Guarantee Test and Operational Acceptance

(a) Functional Guarantees

(a) (i) The Contractor guarantees that during the Guarantee Test, the Facilities and all

parts thereof shall attain the Functional Guarantees specified under Technical

Specifications, subject to and upon the conditions therein specified.

(a) (ii) If, for reasons attributable to the Contractor, the guaranteed level of the

Functional Guarantees specified under Technical Specifications are not met either in

whole or in part, the Contractor shall, within a mutually agreed time, at its cost and

expense make such changes, modifications and/ or additions to the Plant or any part

thereof as may be necessary to meet such Guarantees. The Contractor shall notify the

Employer upon completion of the necessary changes, modifications and/or additions, and

shall seek the Employer‟s consent to repeat the Guarantee Test. If the level of the

specified Functional Guarantee parameters, as demonstrated even during repetition of

the Guarantee Test(s), is outside the acceptable shortfall limit, the Employer may at its

option, either

(i) Reject the Equipment and advise immediate replacement to suit the

provisions of Technical Specification without any additional cost or;

(ii) Reject the Equipment and recover the payments already made, or;

(iii) Terminate the Contract and recover the payments already made, or;

(iv) Accept the equipment after levy of liquidated damages in accordance with

the provisions specified.

(b) Plant Performance Guarantee Test

The Plant Performance Guarantee (as Particular Specifications) Test shall be conducted by the Contractor after Commissioning of the Facilities to ascertain whether the Facilities or the relevant part(s) can attain the Functional Guarantees specified in the Contract Documents. The Contractor‟s and GE‟s advisory personnel shall attend the Guarantee Test. The Employer shall promptly provide the Contractor with such information as the Contractor may reasonably require in relation to the conduct and results of the Guarantee Test (and any repeats thereof). The detailed procedure for Performance Guarantee Test shall be carried out as per procedure laid down in Particular Specifications.

(c) Operational Acceptance

(c) (i) Operational Acceptance shall occur in respect of the Facilities when:

(i) The Contractor has completed the supply installation, testing &

commissioning of all the components of the Plant along with its associated

infrastructure which is to be developed as per terms of “Particular Specification”

of the Tender Document.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 234

PARTICULAR SPECIFICATIONS (SOLAR POWER PLANT)

Contd….

(ii) The Plant Performance Guarantee Test (PR Test) in accordance with the

procedure specified in Particular Specifications has been successfully completed

and the Functional Guarantees are met; or

(iii) The Contractor has paid the liquidated damages, if any.

(C) (ii) At any time after any of the events set out above have occurred, the Contractor

may give a notice to the GE/EIC requesting the issue of an Operational Acceptance

Certificate in the format provided in the Tender Documents or in another form acceptable

to the Employer in respect of the Facilities or the part thereof specified in such notice as

at the date of such notice.

(d) Final Acceptance

(d) (i) Final Acceptance shall occur in respect of the Facilities when:

(i) The Plant have achieved the Operational acceptance and served the O&M for the

period stipulated under the contract agreement; and

(ii) All the contractors‟ liabilities under the O&M contract have been satisfied; and

(iii) Contractor has provided the list of recommended spares with detailed

specification, source and price for further procurement; and

(iv) The Contractor has paid the liquidated damages, if any.

(Signature of Contractor) AD/DD (Contracts) Dated…………………………. For Accepting Officer

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 235

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

1. GENERAL

(a) Work under this contract shall be carried out in accordance with Schedule „A‟, particular specifications, drawings and general specifications and other provisions in MES Standard Schedule of Rates (here-in-after called MES Schedule) Part I and Part II read in conjunction with each other. (b) The term “General Specifications” referred to hereinbefore as well as referred to in IAFW-2249 (General Conditions of Contracts) shall mean the specifications contained in the MES Schedule Part I.

(c) General Rules, specifications, special conditions and all preambles in the MES Schedule shall be deemed to be applicable to the work under this contract, unless specifically stated otherwise in these documents in which case the provisions in these documents shall take precedence over the aforesaid provisions in the MES Schedule. The term “as specified” wherever appears in tender documents and drawings, relates to relevant particular specifications and in its absence general specifications. All references to MES Schedule (Standard Schedule of Rates) in these specifications relate to Part I of MES Schedule unless otherwise mentioned. References to only some paragraphs of MES Schedule have been made in these particular specifications but other paragraphs and provisions as applicable are also to be followed for all sections/parts of Schedule „A‟ even though not particularly mentioned hereinafter. (d) Where specifications for any item of work are not given in MES Schedule or in these particular specifications, in such cases specifications as given in relevant Indian Standard or Code of practice shall be followed without any price adjustment.

(e) INFORMATION PLAQUE (TABLET)

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 and completion phase wise & expiry of maintenance period.

(iv) Date of expiry of warranty period against ATT and water proofing treatment. (v) Plaster shall be 20mm thick in cement mortar 1:4.

(vi) Location of plaque shall be as directed by GE.

(f) PROVN OF PUCCA PLATFORMS / BINS Coarse aggregate shall be stored at site on pucca PCC block or brick platform as approved by the GE and fine aggregate (sand) shall be stored at site in bins or in dumps with PCC block or brick platform or by using any other approved method so as to avoid contamination or risk of shoveling earth or other impurities at his own cost of the contractor and nothing extra shall be paid to the contractor on this account. Unit rates/lump sum amount quoted by the contractor shall be deemed to include the cost of above provisions. After completion of work contractor shall demolish platforms & bins at his own cost and site shall be cleared neat and tidy.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 236

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

2. EXCAVATION AND EARTH WORK 2.1. PREPARATORY WORK Before setting out the building and commencing the construction, the contractor shall carry out the preparatory work, such as removal of grass, vegetation etc., trimming/surface dressing of the area to the entire satisfaction of Engineer-in-Charge. The „Area‟, referred to, implies the entire building plot extending upto 3 m all around the outer perimeter of the Plinth protection. The cost of such work as may be necessary shall deem to be included in the contractor‟s lump sum / item rates. 2.2 SURFACE DRESSING Before starting excavation work, the contractor shall carryout surface dressing not exceeding 15 cm deep over the entire area covered by the item of Sch `A‟ Part-I and dispose off the spoil to a distance not exceeding 500 metre, spread and levelled, as directed by the Engineer-in-Charge at no extra cost to the Govt. 2.3. DISPOSAL OF SURPLUS SOIL Surplus soil obtained from excavation shall be removed to a distance not exceeding 500 m and deposited where directed at a level not exceeding 1.5 m above the starting point at places as directed by Engineer-in-Charge including spreading and levelling. 2.4. EXCAVATION - GENERAL (a) Excavation shall be done to the depth as shown on drawings.

(b) Unit rates for buildings in Sch 'A' Part-I shall include for excavation and earth work and leveling of ground work in any type of strata. Any type of strata shall include "soft / loose soil or Hard / dense soil" and "Soft / disintegrated rock" as defined in MES Schedule Part I. In the event of deviation in Schedule 'A' Part-I for excavation and earth work the rate given in SSR Part-II for two types of strata given above shall be averaged for pricing purpose". (c) The measurements of excavation shall be as given in MES Schedule (Part-II). Decision of GE Shall be final, conclusive and binding as regard classification of soil and rocks.

(d) If hard rock is met at site, contractor shall immediately notify the fact to the GE in writing, who will after due verification, regularize the change through a proper deviation order. Blasting shall not be done without prior written permission of GE.

(e) In case of excavation in hard rock, extra depth of excavation in excess to the required depth shall be made up with PCC 1:5:10 type E-2 (using 40 mm graded stone aggregate) at no extra cost to the Govt.

(f) The stones/boulders obtained from excavation shall become Govt property and shall be properly stacked and measured. Quantity equal to the reassured equal in quantity obtained in excavation shall be issued to the contractor @ Rs 300.00 per cum. The cost of removing and stacking, if any shall be included in lump-sum quoted by contractor.

(g) In case timbering to excavation is required and specifically ordered by the GE in writing, it shall be paid as deviation.

(h) Bailing/pumping of water where required shall be carried out as described in clause 3.17 of MES Schedule. The cost of such work as may be necessary shall be deemed to be included in the contractor‟s lump sum.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 237

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

2.5. FILLING IN TRENCHES / UNDER FLOORS 2.5.1. The approved earth obtained from excavation in foundations shall be used for filling in trenches, under floors and any other situation after removing big stones, grass, roots and vegetable and other organic matter. Earth mixed with small stones/pebbles (if approved by GE is permitted for use in filling in foundations. The filling around pipes after the pipes are laid and tested shall, however, be with earth free from pebbles/stones. Cinder shall be used for filling under floor. Any additional earth required for the purpose of filling shall be arranged by contractor at no extra cost to the Department from out side the Defence land. 2.5.2. Filling under floors/sides of trenches shall be in layers not exc. 250 mm and each layer shall be watered, compacted and rammed as approved by Engineer-in-Charge. Thickness of filling as specified elsewhere and shown on drawings is the consolidated thickness. 2.5.3. Surplus soil shall be removed and spread at places as directed by the Engineer-in-Charge, at a distance as specified in clause 2.2 above and levelled. Rubbish shall be removed from site time to time as directed by Engineer-in-Charge. 2.6. TRENCHES FOR FOUNDATION AND PIPES 2.6.1 The excavation shall be restricted to dimensions shown on the drawings and as specified in MES Schedule. Excavation made, if any, in excess of required depth/width shall be made good by the contractor with cement concrete (1:5:10), type E-2 without extra cost to the Govt. 2.6.2 The beds of the trenches, shall be watered, and well rammed and any depressions thus formed shall be filled with approved earth and required to the level and slope as directed by Engineer-in-Charge. 2.7. DRESSING AROUND BUILDINGS 2.7.1. After constructions and before handing over any building, the area around as defined in clause 2.1 above shall be finally dressed without extra cost to the Government. 2.8. FOUNDATION AND PLINTH 2.8.1. The lump sum for works under schedule „A‟ shall be for the construction of buildings as per the contract drawings. Any change in foundation / plinth, necessitated due to undulating ground, which may have to be carried out as per the decision of the GE shall be adjusted though a proper deviation order. 2.8.2. For the purpose of reckoning the depth of the foundation, the average level of the ground after surface excavation shall be considered. 2.9. HARD CORE. 2.9.1 Refer Clause 3.27 of MES Schedule. The material for hardcore shall be broken stone/boulders. 2.9.2. Hard core shall be of broken stone / boulders gauge/size as specified. Hard core shall be deposited, spread and levelled in layers not exc. 15 cm thick and well watered, rammed to a true surface and compacted. The thickness of the hard core specified or as indicated in the drawings, is the thickness after consolidation and where not specifically mentioned, it shall be 150 mm consolidated thickness.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 238

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

2.10. ANTI TERMITE PRECONSTRUCTION SOIL TREATMENT IN FOUNDATION AND GROUND FLOORS.

2.10.1 Preconstruction anti termite chemical treatment, which includes bottom and sides of foundation trenches/pits, filling in trenches/pits, and below floors, junctions of walls and floors external perimeter of building (s), under plinth protections/paving surroundings of conduits/pipes, of all buildings as mentioned in Schedule „A‟ notes, shall be carried out all as specified in clause 3.26 of MES Schedule Part-I. However, in case of RCC framed structure with column and plinth beams, the treatment shall start at a depth of 500 mm below ground level. 2.10.2. Antitermite treatment shall be got done by main contractor through approved specialist agency holding valid license as per clause 13 of Insecticides Act-1968. Persons employed to do the antitermite treatment shall be qualified as per rule 10 of the rules framed under the insecticide rules 1971. The contractor shall furnish particulars of agency to the GE for his approval and work shall be entrusted only if name is approved by GE in writing if necessary, frequent checks with regard to composition, concentration of chemicals shall be carried out in approved laboratory and a record shall be maintained incorporating the laboratory results. Testing charges shall be borne by the contractor. 2.10.3. Antitermite treatment shall be carried out with emulsion of any chemical specified herein after, purchased direct from the manufacturer or his authorised agents. Purchase vouchers shall be produced to the Engineer-in-charge for verification and defacement against this contract. 2.10.4. The defects liability period of antitermite treatment shall be ten years and the main building contractor shall be responsible to keep the entire buildings free from termite infestation for a period of 10 years after the date of taking over the completed buildings from the contractor. The contractor may obtain a similar guarantee from the specific firm engaged by him for the purpose. 2.10.5. The GE at any time during the construction or prior to the expiry of said Guarantee period of 10 years, find that the buildings have been infested with termite, the contractor, on demand in writing from the GE, will forthwith undertake to carryout such treatment which may be necessary to render the buildings free of termite infestation at his own expense till expiry of the Guarantee period of ten years. 2.10.6. In the event of contractor‟s failure to comply with the GE‟s direction within the stipulated period, the work shall be carried out at the risk and cost of the contractor. The liability of the contractor under this condition shall not be however extended beyond the period of the 10 years from the certified date of completion, unless the notice was served on the contractor previously to rectify such defects. 2.10.7 SECURITY DEPOSIT TOWARDS ANTITERMITE TREATMENT 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. For the purpose of calculating security deposit on account of guarantee for ATT for 10 years as per table given below, the 'amount' is the cost of termite work (on which amount of security deposit is to be calculated) shall be calculated as per SSR 2010 (Part II) subject to contractor‟s percentage.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 239

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

S. No.

Amount (Cost of termite work) Amount to be retained from contractor's dues

(i) Up to Rs. 50.00 lakhs : 2% of amount subject to minimum of Rs. 5,000.00 and enhanced by 25%

(ii) Over Rs. 50.00 lakhs and upto Rs

100.00 lakhs : Rs. 1,00,000.00 + 1.5% of amount exceeding

Rs. 50 Lakhs and enhanced by 25% (iii) Over Rs. 100.00 lakhs and upto Rs

500.00 lakhs : Rs. 1,75,000.00 + 1% of amount exceeding

Rs. 100 Lakhs and enhanced by 25% (iv) Over Rs. 500.00 lakhs and upto Rs

1500.00 lakhs : Rs. 5,75,000.00 + 0.5% of amount exceeding

Rs. 500 Lakhs and enhanced by 25% (v) Over Rs. 1500.00 lakhs : Rs. 10,75,000.00 + 0.5% of amount

exceeding Rs. 1500 Lakhs subject to maximum of Rs. 15,00,000.00 and enhanced by 25%

2.10.8. The contractor shall provide a cement plaster plate of requisite size in situation as decided by the Engineer-in-Charge on the wall of each of the building. The plate shall be 10 mm thick in cement mortar (1:4) to indicate the CA No., Name of the contractor, the date of completion of the work and the date of expiry of 10 years guarantee for antitermite treatment by engraving and painting (black). The cost of plaster plates etc is deemed to be included in the unit rates of the buildings. 2.10.9. Chemical for antitermite treatment shall be brought in sealed containers. The sealed container of the chemical for use in antitermite treatment shall bear ISI mark. Chemical brought without ISI marked sealed container shall be rejected. Quantity of chemicals brought to site with manufacturer‟s name, brand, batch No. etc shall be recorded in M.B. The empty container shall be kept at site till completion of the work for inspection by GE /Engineer-in-Charge. 2.10.10. For the purpose of advance on account, the main contractor shall produce proof of payment/paid receipts and written guarantee from the nominated specialist firm/agency. 2.10.11 The antitermite treatment in foundation, back fill floor and plinth etc shall be carried out all as per clause 3.26 of MES Schedule Part-I and as specified in IS-6313 Part-II. The chemical used shall be chlorophyrifos 20% EC/ Gammax – 20 (Lindane - 20% EC). conforming to IS 8944 and as per manufacturers instructions. The concentration of chemical for antitermite treatment in different stages shall be 1.00%. 3. CONCRETE WORK 3.1 CEMENT 3.1.1 GENERAL: Cement required for the entire work under the concrete shall be procured, supplied and incorporated in the works by the contractor under his own arrangement. Cement shall be of tested quality and shall comply with the requirements mentioned in the drawings, MES Schedules, IS specification as amended and particular specifications given here-in-after.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 240

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

3.1.2. Type of cement for the subject work shall Ordinary Portland cement of Grade 43 (Forty Three) in accordance with IS-8112 of 1989 or Portland Pozzolana Cement (IS: 1489-1991) as mentioned in notes of Structural drawings. Mixing of OPC & PPC shall not be allowed in the work. 3.1.2.1 Whatsoever elsewhere mentioned here-in-before cement to be used for overhead tank of water retaining structure shall be ordinary portland cement (OPC) 43 Grade. 3.1.3. While using the PPC, following requirement shall be met by the contractor:-

(a) PPC shall meet the strength criteria of 43 Grade OPC as laid down in IS : 8112-1989. (b) The minimum period before striking formwork given in clause 11.3.1 of IS : 456 of 2000 shall be increased at site by 03 days. The contractor shall not claim any thing extra on this account. (c) Wet curing shall be done for a period of 14 days; wet curing of columns shall be done through Hessians cloth wrapped on the columns. (d) The contractor shall submit the following certificates from the manufacturer of the cement for every batch of cement: -

(i) The quality of fly ash is strictly as per IS : 14989 (Part-I)-2002. (ii) Fly ash is inter-ground with clinker and not mixed with clinker. (iii) Dry fly ash is transported in closed containers and stored in silos. Only pneumatic pumping has been used. (iv) The fly ash received from thermal power plant using high temperature combustion above 10000C has only been used.

(e) The compressive strength of cement at 03 days, 07 days and 28 days shall not be less than 23 Mpa, 33 Mpa and 43 Mpa respectively. Each lot of cement brought at site shall be tested for compliance by the GE before acceptance. (f) In cold climate regions, where temperature is lower than 150C, OPC shall be used (However during working seasons in cold climate regions, where OPC is not available use of PPC may be permitted provided it shall be ensured that while using PPC, atmospheric temperature should be more than 150C). (g) Mixing of OPC and PPC shall not be allowed in a work. However with the strict control of the ground executives, different buildings can have different types of cement.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 241

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

3.1.4. SOURCES OF PROCUREMENT

3.1.4. (a) Cement shall be procured by the contractor directly from any of the following main producers of

cement (for OPC & PPC) :-

(b) However, where the quantity of cement required is less than 1200 bags, same may be procured

from authorised distributors/dealers of approved manufacturer's, if so, permitted by GE in writing. Testing

of cement shall in variably be got done before incorporation in work. The contractor shall submit test certificate for each batch of cement issued by the manufacturer.

(c) The contractor shall furnish the particulars of the manufacturer of cement along with the

date of manufacture to the GE for every lot of cement separately. The cement so brought shall be fresh and in no case older than 90 days from the date of manufacture. The GE shall

verify the document in support of the purchase of cement. Before placing order for supply of cement by the contractor, he shall obtain written approval from the GE regarding name of manufacturer,

1 M/s Sanghi Industries Ltd Brand : “SANGHI”

For OPC 53 grade & PPC

2 M/s Cement mfg company Ltd. Brand : “STAR”

For OPC 43, 53 grade & PPC

3 M/s Ultra Tech Cement Ltd Brand : “ULTRATECH”

For PSC 4 M/s OCL India Ltd Brand : “KONARK”

For OPC 43 grade & PPC

5 M/s Dalmia Cement

(Bharat) Ltd. Brand:”DALMIA CEMENT”

For OPC 43

grade & PPC

6 M/s Chettinad Cement

Corporation Ltd. Brand : “CHETTINAD”

For OPC 43 grade,

PPC & PSC

7 M/s Heidelberg Cement India Ltd

Brand :”MYCEM”

For PPC 8 M/s My Home Industries Ltd. Brand : “MAHA SHAKTI”

“MAHA”

“MAHA SHAKTHI”

- For PSC

- For OPC 43 grade

- For PPC

9 M/s Parasakti Cements Ltd Brand :”PRASAKTI”

For OPC 43 grade and PPC

10 M/s Zuari Cement Ltd Brand :”ZUARI”

For OPC 43 grade & PPC

11 M/s Toshali Cements Pvt

Ltd Brand :”GAJAPATI”

OPC 43 grade,

PPC & PSC 12 M/s Saifco Cement Pvt Ltd

Brand :”SAIFCO”

For OPC 43 grade

13 M/s Prism Cement Ltd

Brand :”PRISM”

For OPC 43

grade & PPC

14 M/s Shree Guru Kripa

Cement (Pvt) Ltd Brand :”SARTAJ”

For OPC 43 grade

& PPC

15 M/s Barak Valley Cements

Ltd Brand :”BVCL”

For OPC 43

grade & PPC

16 M/s Dhruv Industrial

Company Ltd Brand :”DHRUV”

For OPC 43 grade

& PPC

17 Madras Cement

Brand :”MADRAS”

For OPC 43

grade & PPC

18 Saurashtra Cement

Brand :”SAURASHTRA”

For OPC 43 grade

& PPC

19 Lafarge Cement

(Lafarge India Pvt Ltd) Brand :”LAFARGE”

For OPC 43

grade & PPC

20 The Associated Cement

Companies Ltd. Brand :”ACC”

For OPC 43 grade

& PPC

21 Grasim Industries Ltd

Brand :”GRASIM”

For OPC 43

grade & PPC

22 The India Cement For OPC 43 grade

& PPC

23 Andhra Cement Ltd For OPC 43

grade & PPC

24 Century Cements

Brand :”CENTURY”

For OPC 43 grade

& PPC

25 Binani Cement Ltd Brand :”BINANI”

For OPC 43 grade & PPC

26 Mangalam Cement Ltd Brand :”MANGALAM”

For OPC 43 grade & PPC

27 Birla Corporation Ltd Brand :”BIRLA”

For OPC 43 grade & PPC

28 Orient Cement Brand :”ORIENT”

For OPC 43 grade & PPC

29 Shree Cement Brand :”SHREE”

For OPC 43 grade & PPC

30 J K Cement Brand :”J K”

For OPC 43 grade & PPC

31 J K Lakshmi Cement Ltd

Brand :”J K LAKSHMI”

For OPC 43

grade & PPC

32 Jaypee Rewa Cement

Brand :”JAYPEE”

For OPC 43 grade

& PPC

33 Ambuja Cement Ltd

Brand :”AMBUJA”

For OPC 43

grade & PPC

34 Any other make approved by E-in-C‟s Branch

including subsequent to receipt of tender after approval from Accepting Officer

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 242

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

quantity of cement etc. Cement shall be procured for minimum requirement of one month and not exceeding the requirements of the same for more than two months at a time. The cement shall be consumed in the work within three months after receipt. Cement shall conform to the requirement 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. However, the content of cement per bag shall be 50 Kg only subject to tolerance given in Clause 9.2.1.1 and Annexure „B‟ of IS-8112 and Clause 10.2.1.1 and Annexure „B‟ of IS – 1489 for OPC and PPC respectively.

3.1.5. TESTING OF CEMENT 3.1.5. (a) The contractor shall submit the manufacturer‟s test certificate in original alongwith test

sheets giving the results of each physical test as applicable in accordance with relevant IS provision and the chemical composition of the cement or authenticated copy thereof, duly signed by the manufacturer with each consignment, as per the following IS provision :-

(i) Method of sampling hydraulic cement as per IS : 3535-1986.

(ii) Method of physical test of hydraulic cement as per IS-4031.

(iii) Method of chemical analysis of hydraulic cement as per IS-4032-1985.

(b) The test certificate and test sheet shall be furnished with each batch of cement. The Engineer-in-Charge shall record these details in cement acceptance register to be maintained by him which will be signed by JE (Civil), Engineer-in-Charge, GE and the Contractors as given in the format here-in-after for verification. (c) The contractor shall however, organize setting time and a compressive strength test of cement through designated laboratory on samples collected from the lot brought at site before incorporation in work. The contractor will be allowed to use the cement only after satisfactory compressive strength of seven days. To meet this requirement contractor is required to keep minimum 10 days stock before any new lot is brought at site, which can be used, in the work. The contractor shall be required to remove the cement not meeting the requirement from site within 24 hours. Seven days strength test will be relied upon to accept the lot of cement to commence the work. 28 days compressive strength test will be the final criteria to accept/reject the lot. (d) The random samples as per relevant IS shall be selected by GE before carrying out testing. The record of such samples selected by the GE for testing shall be properly maintained in the cement testing register giving cross reference to relevant consignment of cement and quantity received etc. (e) Cost of transportation of samples to the approved laboratory/test house and all testing charges including cost of sample shall be borne by the contractor. (f) 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. Theses tests shall be carried out within 07 days of receipt of cement at site. The tests can alternatively be carried out at the Zonal laboratory, or any other recognized laboratory so designated by GE.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 243

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

(g) The GE shall carryout independent testing as per the tests mentioned in the „CEMENT SUPPLY AND ACCEPTANCE REGISTER‟ (as per Annexure „I‟) of random samples of cement drawn from various lots, if sample fails in 7 days compressive strength. The testing shall be carried out through National Test House, SEMT, CME, Regional Research Laboratories, Govt. approved Laboratories, Zonal laboratories/ IIT‟s as per IS : 3535-1986, (method of sampling hydraulic cement), IS-4031 (Method of physical test for hydraulic cement) and IS-4032-1985 (Method of chemical analysis of hydraulic cement) referred to above. The decision as to where the testing of cement is to be done shall be taken by GE. In case the cement is not of requisite standard despite manufacturer‟s test certificate, the contractor shall remove the total consignment from the site at his own cost after written rejection order of the consignment by the GE. The cost of test shall be borne by the contractor irrespective of the results of testing. (h) The contractor shall submit original purchase vouchers for the total quantity of cement supplied under each consignment to be incorporated in the work. All consignment received at the work site shall be inspected by the GE alongwith the relevant documents to ensure the requirements as mentioned here-in-before, before acceptance the original purchase vouchers and the test certificates shall be verified for subject contract and defaced by the Engineer-in-Charge and kept on record in the office of the GE duly authenticated and with cross reference to the consignment/ control number recorded in the „Cement Acceptance Register‟. The Cement Acceptance Register shall be signed by the JE (Civil), Engineer-in-Charge, GE and the contractor. The contractor shall maintain schedule of supply of cement for each consignment. (j) The Accepting Officer may order a board of officers for random check of cement and verification of connected documents during the currency of contract.

3.1.6. STORAGE/ACCOUNTING/PRESERVATION OF CEMENT

(a) Cement shall be stored in covered Godown over dry platform at least 20 cm high in such

a manners as to prevent deterioration due to moisture or intrusion of foreign matter. In case of store room the stack should be at least 20 cm away from floors and 60 cm from walls. The stacking of cement shall be done as specified in relevant IS. The storage accounting and preservation of cement supplied by the contractor shall be done as per standard 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 Engineer-in-Charge shall inspect once a day to verify that cement lying at site is stored, accounted, preserved and maintained as per the norms. The cement shall be stored so as to differentiate each tested and untested consignment separately with distinct identification. If the GE is not satisfied with the storage/preservation of cement, he may order for any test (s) of cement as applicable for that consignment to ensure its conformity to the quality mentioned in the manufacturer‟s test certificate. The contractor shall bear the cost of necessary testing (s) in this regard and no claim whatsoever shall be entertained.

(b) Stacking of cement shall be done as per relevant IS and as under :-

(i) Each cement consignment shall be stacked separately and removal shall be made on the basis of First in First out. (ii) Adequate top cover will be provided.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 244

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

(iii) Stacks in no case shall be higher than 12 bags. The maximum width of each stack shall be 3.0 m. If the stack is more than 07 or 08 bags high, the bags shall be arranged in header and stretcher fashion, i.e. alternatively lengthwise and crosswise so as to pile together and avoid topping over. (iv) Adequate space shall be kept between two stacks.

(c) Cement godown shall be provided with two locks on each door. The key of one lock at each door shall remain with Engineer-in-Charge or his representative and that of the other lock with the contractor‟s authorized agent at site of works so that cement is removed from the godown only according to daily requirement with the knowledge of both the parties. During the period of storage, if any cement bag (s) is found to be in damaged condition due to whatsoever reason, the same shall be removed from the cement godown on written orders of the GE and suitable replacement for the cement bag (s) so removed shall be made and no claim whatsoever shall be admissible on this account. (d) In case more than one type of cement is used in the work i.e. Ordinary Portland cement or Portland Pozzolana Cement, both type of cement shall be stored separately as directed by the Engineer-in-Charge to avoid mixing of these type of cement. Separate record shall be maintained including the location/ items where these type of cement are used. (e) Cement shall be removed from the store only according to daily requirement with the knowledge of both the parties and the Engineer-in-Charge and the contractor shall record daily consumption of cement in cement consumption register, which shall be signed. Cement constants given in Appendix „A‟ to E-in-C‟s branch letter No. 19280/E8 dated 03 May 1976 shall from the basis of consumption of cement for various items of works unless specifically indicated otherwise. (f) In case the consumption of cement as per cement consumption register is found to be more than the estimated quantity of cement due to whatsoever reason, the contractor shall not have any claim whatsoever for such excess consumption of cement.

3.1.7. SCHEDULE OF SUPPLY The Contractor shall procure the cement timely as required in accordance with CPM chart agreed between GE and the contractor. The contractor will forfeit his right to demand extension of time if the supply of cement got delayed due to his failure in placing order in time to the manufacturer. 3.1.8. MEASUREMENTS AND PAYMENT OF CEMENT (a) The entire quantity of cement shall also be suitably recorded in the measurement book

for record purposes as „Not to be abstracted‟ before incorporation in the work and shall be signed by the Engineer-in-Charge and the contractor.

(b) The payment shall only be allowed after production of original purchase voucher, certified copies of test certificates from manufacturer for each consignment and results of testing carried out in laboratory on receipt of cement (07 days compressive test) are found satisfactory as per condition 64 of IAFW-2249. Rate of payment given in SSR shall be applicable for cement irrespective of type and grade of cement specified for use in the work.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 245

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

Annexure „I‟ CEMENT SUPPLY AND ACCEPTANCE REGISTER

01. CA No. & Name of work : 02. Control No.* : 03. Name of Manufacturer/Brand Name/Grade of Cement :- (a) Manufacturer : (b) Brand : (c) Grade : 04. Qty of cement & Lot No./Week No. (in Bags) :- (a) Quantity : (b) Lot No./Week No. : 05. Manufacturer‟s test Certificates No. : 06. Random Test Details :-

(a) Physical test report from ____________ vide their letter No. _______________________ (Name of approved Lab/Engineering College)

(b) Chemical test report from ___________ vide their letter No. _______________________

(Name of approved Lab/Engineering College) 07. Details of Physical & Chemical properties :-

Physical Requirements (as per IS-4031) Chemical Requirements (As per IS-4032)

Speci

fic

Surf

ace

Are

a

(Sqm

/Kg)

Soundness

by L

e C

hate

liar

Soundness

by A

uto

Cla

ve

Initia

l Sett

ing T

ime (

Min

ute

s)

Fin

al Sett

ing T

ime (

Min

ute

s) Compressive

Strengths

(Mpa)

Tem

p d

uring t

est

ing 0

C

Sta

ndard

Consi

stency

(%

)

Lim

e S

atu

ration F

act

or

(Ratio)

Alu

min

a I

ron R

atio (

Ratio)

Inso

luble

Resi

due (%

)

Magnesi

um

(%

)

Sulp

huric

Anhydride (

%)

Loss

on I

gnitio

n (

%)

Alk

aile

s (%

)

Chlo

rides

(%)

03 D

ays

07 D

ays

28 D

ays

As per relevant IS

As per manufacturer‟s test certificate

As per random test certificate

Remarks with Signature

Accepted / Rejected

Contractor Junior Engineer Engineer-in-Charge Garrison Engineer Remarks of BOO / Inspecting Officer / CWE * To be allotted serially by GE consignment wise

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 246

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

3.2. Fine Aggregate. Fine aggregate for concrete work shall conform to material specifications and gradings within the limits of Grading Zones II to III all as specified in clause 4.4 of MES Schedule 2009 Part-I. 3.3. Coarse Aggregate. Refer Clause 4.4 of MES Schedule Part I. Coarse aggregate for all plain cement concrete shall be graded crushed stone at contractor‟s options. For all RCC work the coarse aggregate shall be graded crushed stone. 3.3.1. Grading of Coarse Aggregate. Graded Aggregate of nominal sizes given herein under shall be used, unless specified otherwise hereinafter : -

(a) Plain or reinforced cement concrete except in foundation of Brick or stone Walls/Pillars, Floors and Sub base to Floors.

(i) For structural elements of depth/thickness more than 50 mm - 20 mm. (ii) For structural elements of depth/thickness less than 50 mm - 12.5 mm.

(b) Plain Cement concrete in Foundation of Brick/stone Walls, Pillars, Floors and

Sub Base to Floors. (i) Under 30 mm thickness : 12.5 mm (ii) 30 to 80 mm thickness : 20 mm (iii) Exceeding 80 mm thickness : 40 mm 3.4. Water. Water shall conform to the requirement stipulated in IS 456 and as per clause 4.9 of MES Schedule. 3.5. Mix of Concrete. Mix of cement concrete in various situations shall be as under : -

Srl No. Situation

Mix of Concrete

Type of concrete

(a) Foundation concrete for all buildings, under brick and lean concrete under plinth/beam and steps, in gaps between plinth/Column under footing, sunken portion filling, foundation for ramps/steps.

: PCC (1:5:10) type E-2 (By volume)

(b) Foundation concrete under column footing

: PCC (1:4:8) type D-2 (By volume)

(c) PCC in plinth protection, drain and channel, PCC cills and PCC block for hold fasts, back of pressed steel frames and plugging for scaffolding holes.

: PCC (1:3:6) type C-1 (By volume)

(d) All RCC work except water retaining structure : Grade M 25 (Design mix as per IS 456-2000)

(e) PCC in bed plate, benching, coping, DPC and pre-cast articles and plain cement concrete not mentioned above.

: PCC (1:2:4) type B-1 (by volume)

(f) All RCC work for water retaining structure Grade M-30 (Design) mix as per IS 456-2000

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 247

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

3.6 Important Requirement of Reinforced Cement concrete/plain cement concrete. 3.6.1. (i) All the materials, workmanship, inspection and testing for the cement concrete of Grade

M-25 /M-30 (As applicable) design mix concrete shall be as per the requirements given in IS 456(2000). It is an express condition of the contract that the design mix M-25/M-30 (As applicable) shall be executed with fully computerized mini weigh batching plant / plants of adequate capacity / capacities but not less than 10 cum per 08 hours of capacity / each with weight proportion based on mix design. Volumetric conversion shall not be acceptable. The weigh batching plant/ plants shall be maintained in clean and serviceable conditions and their accuracy shall be checked by the GE periodically.

(ii) For mixing of all cement concrete (PCC and RCC), contractor shall install one or more fully computerized automatic mini weigh batching plant of suitable capacity at site. The capacity of mini weigh batching plant provided at site shall be adequate enough to execute the work as per the approved project management schedule (as per Clause 13 of Special Condition) for completion of activity and the complete project within stipulated time of completion or otherwise the contractor shall provide single mini weigh batching plant of higher capacity or more number of mini weigh batching plants of adequate capacities as required at site, as asked by GE. No claim what so ever arising out on this account is admissible. The decision of GE in this regard shall be final and binding. The plant/plants shall have the digital system of adding specified quantity of water into concrete mix as per the design mix requirement.

(iii) The contractor shall provide all facilities and equipments for casting, curing and conveyance of test cubes of cement concrete of Grade M-25/M30 (As applicable ) (design mix) and other cubes to site / MES laboratory or other Laboratory approved by the GE. The lump sump amount/rate quoted by the contractor for the respective item shall deem to include this aspect; nothing extra shall be admissible to the contractor on this account. Testing of test cubes shall be carried out in MES laboratory in the presence of contractor or his authorised representative. In case the contractor or his authorised representative does not remain present during the time of testing of the cubes, the testing shall invariably be done by officer- in-charge of the laboratory. The testing of concrete cubes if undertaken in the site lab maintained by the contractor and as approved by the GE, the contractor shall ensure testing of cubes as described at clause 24 of special conditions here in before. The test reports shall be signed by the Engineer-in-Charge and the contractor and the same shall be maintained on record. (iv) The contractor shall prepare a trial mix and get the same tested from SEMT WING CME, Govt Engineering Colleges/ IIT/ Polytechnics, Govt/National Test Houses, Testing laboratories/ Pvt Engineering Colleges as approved by Chief Engineer Bareilly Zone Bareilly at his own cost and bring the requisite report from them and shall produce to the GE for his reference and record. The work with design mix concrete will progress only on approval of mix design by GE.

3.6.2 All concrete for RCC work shall be consolidated / compacted by mechanical vibrators of approved type. Pre-cast/cast-in-situ, plain cement concrete may however, be rammed and consolidated by tamping and rodding as specified in MES Schedule. 3.6.3 All RCC member ie including plinth beam shall be cast using form work on all sides and bottom.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 248

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

3.6.4 READY MIX CONCRETE 3.6.4.1 Provision of ready mix concrete of required grade is permitted at the option of the contractor. No price adjustment shall be made for providing ready mix concrete in lieu of concrete mixed with fully computerized automatic mini weigh batching plant. The contractor shall not be entitled for any extra payment on account of provision of ready mix concrete. 3.6.4.2 IMPORTANT REQUIREMENT OF READY MIX CONCRETE. 3.6.4.3 For ready mix concrete ref. clause 4.11.2.1 and 2.11.2.2.1 on serial page no 60 and 61 of SSR Part-1(2009). The relevant details of Design Mix Concrete as specified here in before shall be applicable along with the following details for Ready Mix Concrete. Specification for materials/water etc as given here in before earlier shall hold good for RMC. 3.6.4.4 The ready mix concrete shall be of grade M-25 & M-30 and shall confirm to the requirements of IS-4926-2003 – Specification for ready mixed concrete (Second Revision). The ready mix concrete shall be procured from any plant as approved by GE. The contractor shall intimate the name of ready mix plant before placing order of ready mix concrete to GE for his approval. 3.6.4.5 The cement to be used for RMC shall be as obtained from Design Mix carried out and approved by GE subject to not less than the minimum requirement as laid down in IS-456 : 2000. 3.6.4.6 Initial mix design from RMC manufacturer shall be submitted by the contractor in quadruplicate with complete date 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 workability and strength during transportation till placement of concrete. 3.6.4.7 RMC manufactured and supplied shall be conformity with the trial mix design approved by the GE. Any change shall be made only with approval of GE after necessary revisions to the mix design. 3.6.4.8 Use of chemical admixtures is permitted in accordance with the provision of IS-456 and explained in IS-4926 : 2003. 3.6.4.9 The contractor shall ensure that the all facilities 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 be made available to the department. 3.6.4.10 The concrete shall be transported in concrete transit agitators conforming to IS-5892. 3.6.4.11 Site mixed design concrete (as specified in 3.6.1 (ii) here in before ) may be used, as approved by GE for small concreting used in non structural/in minor structural elements such as lintel bands, plinth bands, shelves, chajjas etc. 3.6.4.12 No water/admixture shall be allowed after initial mixing of concrete at the plant. 3.6.4.13 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. 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.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 249

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

3.6.4.14 The contractor shall ensure that operational matters such as notice to be given prior to delivery, delivery rate, sampling for testing, additional services such as pumping and action to be taken in case of non-completion etc, are mutually agreed upon between the contractor and the supplier of RMC. A written intimation in this regard shall be given by the contractor to GE. 3.6.4.15 (a) The contractor shall give specification and all relevant information about design

mix in consultation with GE to RMC supplier at the time of enquiry for supply as per IS-4926: 2003.

(b) Producer / supplier of RMC shall give „Delivery ticket information‟ with each load supplied as per details given in IS-4926: 2003. “Delivery ticket information‟ as received from supplier will be submitted by the contractor to Engineer-in-Charge on receipt of material at site.

3.6.4.16 Transportation and placing of concrete: The contractor should plan site arrangements to enable full load of concrete to be discharged within 30 min of arrival at site. The general requirements is that concrete prepared adding suitable admixtures shall be discharged from the transit truck mixers within 2 hrs of the time of loading or time as decided as per the technical requirements as approved by the GE. Any concrete not transported and placed within the approved time frame shall be rejected by the GE and contractor shall remove it from site. 3.6.4.17 Concrete prepared with suitable admixture shall be placed with the use for pumping or otherwise as given below as early as possible after its delivery. Proper planning shall be done where concrete is to be pumped. Concrete transportation and pacing schedule shall be approved by GE. Engineer-in-Charge must check & satisfy themselves for suitability of form work and supporting system for additional load/pressure due to pumped concrete as resorted to. 3.6.4.18 The contractor may choose either of the following options as suitable as agreed to and approved by the GE for transporting and placing of concrete with suitable admixtures prepared from the fully computerized mini batching plant of required capacity as per clause 3.6.1 here in before.

(i) The fully computerized mini weigh batching plant set up conveniently very close to the building and with the help of tower crane/ crane/ lifting arrangement, the concrete is placed at the place of work of concreting as per drawing and specifications as applicable.

(ii) The fully computerized mini weigh batching plant / plants are set up at near by vicinity at location/(s) as suitable with the approval of GE and prepared concrete with suitable admixtures is transported through transit truck mixers (numbers as required as per the quantum of work at the site) to the site of work and at the site concrete is pumped through pneumatic means (pneumatically pumped concrete ) to the place of work of concreting and concrete is placed as per drawings and specifications as applicable.

(iii) The fully computerized mini weigh batching plant / plants are set up close to the site/sites as manageable with in the resources of the contractor but approved by the GE and prepared concrete with suitable admixtures are transported pneumatically through the suitably designed pipes from the batching plant direct to the place of work of concreting and concrete is placed in situ as per drawing and specifications applicable.

(iv) As above but applicable for RMC manufacturer. 3.6.4.19 Strength, workability and other issues/specification shall be as per details given in IS-4926: 2003.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 250

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

3.6.4.20 The contractor shall enter in to an agreement with the approved RMC manufacturer in case this option if resorted to, for the compliance of above aspects. The overall liability for the RMC supplied to the department shall rest with contractor only. 3.6.5 Curing and protection of cement concrete surfaces: - All cement concrete surfaces shall be cured and protected as specified in clause 4.11.13 and 4.11.14 of SSR Part I. 3.6.6 Sampling and testing of concrete: -

(a) Refer clause 4.11.17 of MES Schedule Part I.

(b) Test will be carried out on 15 cms cubes as per IS 456.

(c) The contractor shall provide all necessary materials (including moulds etc) and labour for mixing and casting of cubes and carrying the test cubes including its transportation to Govt labs and any other assistance that may be required for the samples tested in the lab and cost/charges of testing shall be borne by the contractor.

(d) For relatively very small quantities and unimportant work even though testing is waived off by GE, the contractor shall be responsible for to achieve the desired strength of concrete. (e) The concrete which is not up to the desired strength shall be rejected and the same shall be made good by the contractor without any extra cost to the Govt. (f) The test results shall be entered in register and shall be signed both by the Engineer-in-Charge and by the contractor.

3.7. FORM WORK. 3.7.1. Form work shall comply with requirements of clause 4.11.6, 4.11.6.1 to 4.6.11.5 and 7.15 of MES Schedule Part I and IS 14687. 3.7.2. Form work shall be of properly designed steel form work (both verticals props and surfaces). However, deformed steel sheet shall not be permitted for use as form work. In case of any deviation involving form work to surfaces exposed to view, the pricing shall be done at the rates of timber form work for rough finish. 3.7.3. Props used in form work shall be of telescopic steel tubular type with MS shoe plate/base plate. In no case, wooden ballies will be used for props. Shuttering shall be of properly designed steel form work suitable for the RCC work. Bent steel plates or similarly unfit plates shall not be used as shuttering material. At all junctions of shuttering/form work building craft paper shall be used. 3.7.4 Where steel shuttering is not feasible in locations such as soffits and sides of lintels, chajjas, foundation and other locations as decided by GE, the plywood board of adequate strength may be used". 3.8. Exposed surface of concrete Refer clause 4.11.16 of SSR Part I. 3.8.1. Exposed surfaces of concrete including ceiling after striking of form work shall be plastered 5 mm thick with cement and sand mortar 1:3 and finished fair and even.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 251

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

3.8.2. Exposed surfaces of lintels, beams, columns etc. which are continuous with plastered surfaces of wall shall be plastered, in the manner specified for the walls. 3.9. Precast Concrete Articles. Cement concrete lintels with or without integrally cast chajjas upto 1.5 m clear span, shelves, bed blocks/plates, covers slabs, fencing posts, fins and jallies and the like may either be precast or cast in situ. at the contractor‟s option, unless otherwise shown on drawings. If pre-cast, these shall be set in cement mortar (1:4). In case of deviation involving these items, pricing shall be done on the basis of cast-in-situ work. In case of continuous lintels even spanning less than 1.5 m shall be considered as if it is exceeding 1.5 m for the purpose of deviation orders. 3.10. RCC Chajjas with fins/RCC chajja. 3.10.1. RCC chajjas with fins/RCC chajja shall be provided as per details shown on drawings. Thickness of the finished fins after application of rendering in cement mortar (1:3) on both sides shall be 50 mm, unless otherwise shown on drawings. 3.10.2. RCC Chajjas (whether cast integral with the lintel or precast embedded in the wall) shall be provided with a coved fillet of radius 50 mm in PCC (1:2:4) type B-O, preferably cast when concrete is green. 3.11. Drip course/throating/weathering : -

(a) The following works shall be executed by the contractor without any extra cost to department whether shown on drg or not : -

(i) The projection of chajjas, roofs, cills, coping and the like shall be provided with proper drip and/or throating and weathering. (ii) All flat surfaces exposed to weather shall be weathered with a imperceptible slope for smooth run of rain water.

3.12. Kota Stone Cills: Irrespective of whatever shown on drawings, all cills shall be mirror polished kota stone in one piece 18 to 20 mm thick with bull nosed outer edge.These shall be extended in walls at both sides by 75 mm. However, the projection/drip shown in drawing shall be provided only in external walls cills. 18 to 20 mm thick polished Kota stone in one piece shall be laid over PCC cill over neat cement slurry. 3.13. RCC Jali : RCC Jali (with mix 1:1.5:3 using aggregate of size 6 mm and below) shall be precast with wire/MS bars reinforcement as per drawings, and jointed in cement mortar (1:3). Thickness where not shown on drawings shall be 50 mm. Faces of RCC Jali shall have fair and even surface. In the event of deviation RCC Jali shall be priced as precast using aggregate of size 12.5 mm subject to contractor‟s percentage. 3.14. RCC Shelves. 3.14.1. The finished thickness of RCC shelves and platforms where shown on RCC in drawings, shall be as shown on drawings. In case the thickness of shelves has not been indicated on drawings; it shall be as under : -

(a) Shelves of wardrobes / cupboards/ almirahs / cabinets in living accommodation, cooking and preparatory platforms in kitchen and shelves in kitchen, store rooms and other locations in living accommodation etc. - 40 mm.

(b) Irrespective of whatever shown in drawing, kitchen platform top shall be provided with polished telephone black granite 18 to 20 mm thick with bull nosed outer edge.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 252

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

3.14.2. The edges of RCC shelves shall be bull nosed to a radius of 5 mm. 3.15. Bearings of RCC Structural Members. 3.15.1. Bearing to all roof/floor slabs on masonry walls shall comprise of 20 mm thick bearing plaster in cement mortar (1:4) finished even and smooth with one coat white wash applied and two layers of laminated water proofing building paper type-I conforming to IS-1388 Type 1 weighing not less than 100 gms/sqm each layer, laid over it. However, in case floor/roof slab resting on RCC beams/bands, this provision shall not apply. 3.15.2. All RCC beams/bressumers resting on masonry work shall be provided with PCC bed blocks cast in PCC (1:2:4) B-I. Bed blocks shall be twice the width of beams in length covering the entire thickness of wall and of depths 150 mm, unless otherwise shown on drawings. 3.15.3. The bearing of lintels shall comprise of a full brick with vertical joints in brick work staggered. 3.16. No treatment shall be provided under bearing of RCC bands. 3.17. PLINTH PROTECTION:- 3.17.1 Irrespective of what is shown on drawings, plinth protection in all situations shall be provided with 75 mm thick PCC (1;3:6) type C-1 over 75 mm thick consolidated bed of hard core of broken stone aggregate over well consolidated sub grade of earth. Plinth protection shall be laid to a slope of 1 in 12 in a manner that top face shall conform to the finished level of PCC adjacent to the edging. PCC shall be laid in alternate bays (not exc. 2.5 meters length and finished fair on top without using extra cement. 6 mm wide joints shall be provided throughout the thickness of plinth protection in concrete bays at corners and turning points and also in between walling and plinth protection. All joints in bays, as well as between walling and the concrete in plinth protection shall be filled in with mastic filling comprising 1 part of heated bitumen 85/25 grade and 3 parts of sand (all by weight). 3.18. Concrete Padding. Where the required height of walls, openings, is not obtained with adequate size of bricks the same shall be obtained by providing PCC 1:2:4 type B-O padding. Cut bricks shall not be allowed and the cost of complete padding shall be deemed to be included in lump-sum cost quoted by the contractor. 4 BRICK WORK: - 4.1 MATERIALS: - 4.1.1 FLY ASH BRICKS: Irrespective of whatever mentioned in the tender documents or shown on drawings, fly ash brick shall be used for all the buildings of BOQ (Schdule „A‟ Part – I). Fly ash bricks shall be of class A and designation 7.5. The specification approved manufactures or cab be produced at work site with prior approval of accepting officer. The old size bricks shall be used. Fly ash bricks shall be conforming to IS 12894-2002 with technical specifications as under :- 4.1.1.1 Compressive Strength. The minimum average wet compressive strength of any individual brick shall not fall below the minimum average wet compressive strength specified for the corresponding class of bricks by more than 20 percent as mentioned in table 1 in IS 12894 when tested as described in IS 3495 (Part I).

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 253

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

4.1.1.2 Drying Shrinkage. The average drying shrinkage of the bricks when tested by the method described in IS-4139 , being the average of three units, shall not exceed 0.15 percent. 4.1.1.3 Efflorescence Test. The bricks when tested in accordance with the procedure laid down in IS 3495 (Part 3) shall have the rating of efflorescence not more than „moderate‟ upto class 12.5 and slight for higher classes. 4.1.1.4 Water absorption. The bricks when tested in accordance with the procedure laid down in IS 3495 (Part 2) after immersion in cold water for 24 hour, shall have average water absorption not more than 20 percent by mass upto class 12.5 and 15 percent by mass for higher classes. 4.1.1.5 Cement. Refer Annexure I to Appendix „B‟ to particular specification (List of manufactures). 4.1.1.6 BLANK 4.1.2 SAND FOR MASONRY MORTAR:- Refer Para 5.4 of SSR Part I. It shall be natural conforming to IS-2116. Sea sand shall not be used in any case. 4.1.3 BRICKS WORK / FLY ASH BRICKS: - Unless otherwise specified here-in-after and/or shown on drawings, brick work in various situation shall be built in cement mortar as under :-

(i) Brick work in half brick thick and under , brick work in : Cement Mortar (1:4) independent pillars and reinforced brick work including

steps, side wall of cup boards/wardrobe upto 1 brick thick wall, dwarf walls of ramps and cavity walls etc.

(ii) Brick work in all other situations including foundation. : Cement Mortar (1:6)

4.1.4 POLY-ETHYLENE FILM: - Refer Para 5.15 of SSR Part I. Unless specified otherwise in Schedule “A”, these shall be conforming to IS 2508 of 150 micron thick. 4.1.5 BITUMINOUS BONDING MATERIALS: - Refer Para 5.16 of SSR Part-I. Blown bitumen shall be conforming to IS-712. 4.1.6 BITUMEN PRIMER: - Refer Para 5.17 of SSR Part I. It shall be conforming to IS-3384. 4.2 WORKMANSHIP: - 1.2.1 Refer Para 5.19 to 5.56 of SSR part I. 4.2.1 PROPORTIONING: - Refer Para 5.19.1 of SSR Part I. 4.2.2 PREPARATION OF CEMENT MORTAR: -Refer Para 5.19.2 of SSR Part I. Unless otherwise specified hereinafter and/or shown on drawings, brick work in various situation shall be built in cement mortar as specified in Annexure XIII. 4.2.3 HALF BRICK THICK WALL: - These shall be reinforced with two numbers 8 mm diameter deformed bars horizontally at every fourth course starting from floor level and anchored in walls/ columns at junctions. The anchorage length provided shall be not less than 100 mm. A RCC lintel band (horizontal and vertical as specified in STD-147 shall be provided. 4.2.4 In the event of deviations, brickwork as specified above, shall be priced at the applicable rates in MES schedule (Part II) for M&L with fly ash bricks, subject to contractor'‟ percentage, as applicable irrespective of strength of bricks specified.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 254

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

4.2.4.1 Width of concrete lintels, beams, cills, columns and the like coming in contact/connection with brick walls/pillars shall be kept to the actual width of brick work of that place unless offsets have been specifically shown; in which case, the width as shown on drawings shall be maintained. RCC bands wherever shown shall be provided as per details given in drawings. Mortar bed joints shall be such that four courses of brick work and three joints taken consecutively shall measure 3 cm to 4 cm in addition to the combined height of bricks themselves. The provision regarding above, made in Para 5.26 of MES Schedule shall be deemed to be modified accordingly and no price adjustment shall be done on this account. 4.2.5 DOWEL BARS: -All brick masonry panel walls other than half brick wall shall be bonded with the adjoining RCC columns with MS flat iron ties of size 40 x 3 mm and 55 cm long at every fourth course starting from floor level. 4.2.6 TESTING OF BRICKS: - The contractor shall make all arrangements for testing of bricks as per IS and shall bear all costs including transportation of bricks to Govt approved Lab and get it tested in the presence of his representative and the EIC. The results shall be recorded by the EIC and signed by both the parties. Cement mortar shall be of mixes not leaner than 1:6. Mixing shall be done in mechanical mixer. 4.2.7 LAYING OF BRICKS: - Refer Para 5.23 of SSR Part I. Top courses of all plinths, Parapets, steps and top of walls below roof/ floor slab shall be laid with brick on edge. 4.2.7.1 BEARING OF FLOORS, ROOFS ETC.: - Refer Para 5.34.14. Of SSR Part I. Tops of walls bearing, the edges of RCC floors, roof slabs, beams or lintels shall be finished with 15 mm thick rendering of cement and sand mortar 1:4 mix. 4.2.8 HONEY COMB BRICK WALLS: - Refer Para 5.38 of SSR Part I. The mix of mortar for honeycomb brick walls shall not leaner than 1:4. 4.2.9 DAMP PROOF COURSE. 4.2.9.1 The damp proof course wherever shown on drawings or not shall be provided to all the buildings and shall consist of 40 mm thick layer of PCC 1:2:4 using graded aggregate of size 12.5 mm and below mixed with liquid water proofing compound @ 200 ml per 50 Kg (bag) of cement or as per manufacturer instructions including all necessary form work then one coat of polymerised bitumen @ 1.2 Kg / sqm shall be applied. Over this 150 micron polythene sheet shall be laid on bitumen surfaces and firmly but carefully pressed down with the help of gunny cloth so as to prevent any damage to the film. The overlap shall not be less than 150 mm and sealed with hot bitumen. 4.2.9.2 Liquid Water proofing compound for damp proof course, shall conform to relevant IS, It shall be mixed with cement concrete in the proportion and manner as given in manufacturer‟s instructions subject to minimum @ 200 ml per 50 Kg (01 bag) cement. However, deviations if any, shall be priced at the rate of 2% by weight of cement with dry WPC. 4.2.9.3 Damp proof course shall also be provided under door/openings below floor by providing a vertical Drop along the sides of the door.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 255

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

4.2.9.4 Wherever, plinth beams / plinth bands are shown in drawing, the same shall be provided

50 mm below from the finished floor level irrespective of whatever is shown on drawings. Irrespective of the location of Plinth Beam shown in structural drawings, the plinth beams shall be provided 50 mm below finished floor level. All external PBs shall be provided with RCC fins as shown in the drgs. 4.2.9.5 Irrespective of the location of Plinth Beam shown in structural drawings, the plinth beams shall be provided 50 mm below finished floor level. 4.2.9.6 Dwarf wall if shown anywhere in the drawing below plinth beams of all external walls shall not be provided. Dwarf walls / toe walls shall be provided to the verandahs / ramps / brick steps and similar places having foundation type ‘A’. The cost of the same shall be deemed to be included in the quoted lumpsum. 4.2.10 LINTEL BEAM/BAND Irrespective of whatsoever shown in drawings, the lintel band / beam shall be provided for all buildings. 4.2.11 Width of concrete lintels, beams,cills, columns and the like coming in contact/connection with brick walls/pillars shall be kept to the actual width of brick work of that place unless offsets have been specifically shown in which case, the width as shown on drawings shall be maintained. 4.2.12 Mortar bed joints shall be such that four courses of brick work and three joints taken consecutively shall measure 3 cm to 4 cm in addition to the combind height of bricks themselves. The provision regarding above, made in para 5.26 of MES schedule shall be deemed to be modified accordingly and no price adjustment shall be done on this account. 5. WOOD WORK AND JOINERY. 5.1. Timber. 5.1.1. Timber for all joinery and wood work shall conform to specifications given in clause 7.3 of the MES schedule and shall be within the permissible limits of defects defined in Clauses 7.4 and 7.5 of the MES. 5.1.2. Timber shall be well seasoned whether air or kiln dried, at the discretion of the contractor but without any price adjustment. The moisture content of timber shall not exceed the limits laid down vide clause 7.7 of the MES Schedule. 5.2. PRESERVATION OF TIMBER. 5.2.1. Preservative anti termite treatment shall be carried out to all woodwork and joinery fabricated by the contractor at site. Factory made ply boards and factory made wooden shutters are deemed to be provided with anti termite treatment. 5.2.2. Chemical used for anti termite treatment to wood work and joinery shall be copper NAPTHANATE, ASCU or any other chemical specified in IS 401, applied in any one of the manners specified in ibid IS. 5.3. The species of timber for joinery/furniture items fabricated at site and prefabricated wood products shall be as specified here-under:

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 256

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

(a) Fully panelled or partly panelled/ glazed/wire gauzed shutters.

: Factory made shutters. Styles/rails shall be of Ist class hard wood shisham and inserts panels as specified in clause 5.4.1 hereinafter in the manner as indicated on drawings and specified.

(ii) Door frames : Pressed steel door frames as specified.

(iii)

Edging/beading for particle medium density fibre board exposed to view in shutters, shelves and tops of built-in furniture, cup-boards.

: Shisham wood 6 mm thick with French polish.

(iv) Gutties, plugs, cleats/stoppers, beading and fillets for shutters and frames and rough ground for mirrors.

: Ist class hardwood (shisham)

(v) Frames and shutters of built in cup boards.

: Ist class hardwood (shisham)

(vi) Furniture items : Ist class hardwood (shisham)

(vii) All other woodwork and joinery not otherwise specified.

: Ist class hardwood (shisham)

5.4. PANELLED DOOR SHUTTERS. 5.4.1. Panelled door shutters shall be factory made conforming to IS-1003 (Part I). Styles and rails shall be kiln seasoned and chemically treated (under vacuum pressure). Panel inserted shall be of 12 mm thick veneered particle board BWR conforming to IS-3097 exterior grade (grade 1) solid core, general purpose commercial veneered on both sides. The thickness of shutter shall be 35 mm irrespective of whatever is shown on drawings. Before placing the bulk order, the contractor shall produce samples of shutters for approval of GE. GE shall get the sample tested in the Govt approved test laboratory. This sample shall be approved only, if the test results are satisfactory. All charges of transportation and tests etc shall be borne by the contractor. 5.4.2. The sizes of styles and rails etc shall be as shown in drawings. The wood for styles and rails of factory made panel shutters/gauzed shutters shall be of Ist class hard wood shisham. Pricing of any deviation shall be made on the rates given for second class hardwood in SSR Part II. 5.4.3. GLAZED/GAUZED (PARTLY OR FULLY), PARTLY PANELLED AND PARTLY GLAZED/GAUZED SHUTTERS 35 MM THICK:- These shall be factory made and provided in locations shown in drawing and shall be as specified in clause 8.17of SSR Part I except that the sizes of style/rails/mullions/sash bars etc shall be as shown in drawings. In case of deviation the rates given in MES schedule shall however, be applicable to the joinery for second-class hard wood as specified. Two sash bars of 25 x 12 mm of Ist class HW shall be provided in fly proof shutter to protect damage. 5.4.4 FLUSH DOOR SHUTTERS:- Flush shutters 35 mm thick wherever indicated to be provided shall be BWR grade ply wood with commercial verneered facing on both sides conforming to IS-2202 (Part I) and as specified in clause 8.21 of MES Schedule Part I (2009). 5.4.5 PVC DOOR SHUTTERS AND FRAME: - PVC door shutters 30 mm thick and frame of approved

make as given in Appendix „B‟ with aluminum fittings shall be provided to Toilet WC, &Bath

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 257

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

5.5 BLANK 5.6. PARTICLE/MDF BOARDS/PRELAMINATED PARTICLE BOARDS. 5.6.1. Particle boards shall be flat pressed three layers or multi layers or graded veneered particle board bonded with BWP grade synthetic resin adhesive and shall conform to exterior grade of IS-3097. Medium density fiber (MDF) boards where indicated on drawings shall be of flat pressed single layer of exterior grade conforming to IS 13806. Veneered particle/MDF Board used on exposed surfaces of built-in furniture shall be of decorative type provided with laminated decorative surfaces and shall conform to IS 12823. Prelaminated particle board shall be BWP type, exterior grade, phenol formaldehyde bonded, flat pressed, 3 layered, pre-laminated melamine faced, grade I quality having desired decorative shade on one face and balancing white lamination on other face or both faces with desired decorative shade as shown on drawings and shall be ISI marked with IS-3087 (1985) or IS-12823 (1990) having bond strength not less than 12 Kg/Cm. Sq. 5.6.2. Shutters, shelves and partitions of built-in furniture, where indicated on drawings of particle/MDF boards, shall be of decorative type boards laminated on both side all as specified here-in-before. 5.6.3. Edges of shutters/partitions/shelves/tops pelmet boxes and the like where indicated on drawing to be of particle/MDF boards, shall be provided with 6 mm thick edging of wood specified hereinbefore. 5.7. Ply Wood. All ply woods where indicated on drawings shall be BWR grade conforming to IS-303. Decorative plywood where indicated in drawing shall conform to IS-1328. The thickness of plywood wherever not indicated in drgs shall be 6 mm. 5.8. Decorative laminates. Decorative laminates where indicated on drawings shall be 1 mm thick plastic laminated sheet type I as specified in clause 12.7 of MES Schedule. The laminates shall be fixed to base with approved adhesive as per manufacturer‟s instructions. 5.9 Workmanship. 5.9.1. Joinery shall be wrought all over. Timber surface exposed to view shall be wrought and for surface not exposed to view shall be clean sawn. The workmanship and fixing of joinery shall be as per clauses 8.11 to 8.24 of MES Schedule. 5.9.2 The dimensions of the various components of joinery (other than particle board shutters) shown on drawings, wherever at variance, shall supersede the standard dimensions mentioned in the MES Schedule. However, for pricing deviations involving any joinery work the rates in the MES Schedule for the corresponding joinery item shall be applicable without any price adjustment for variation in dimensions given in clause 8.23 of MES Schedule. 5.9.3. Unless otherwise specified, all work both carpenter‟s and joiner‟s shall hold full dimensions shown on drawings except that an allowance of 1.5 mm shall be allowed for each wrought face. Wooden beads and fillets shall however, hold the full dimensions as shown on drawings. The contractor shall also maintain the overall sizes of the doors and windows etc., as shown on drawings. 5.9.4. Timber member‟s upto 3.00 metre length shall be in one piece. 5.9.5. Plugging to walls, shall be done with wooden plugs as per clause 7.29 of the MES schedule and specified herein before.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 258

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

5.9.6. Irrespective of whatever is shown on drawings 1 mm thick aluminium sheet upto top of middle rail on inner face and up to a height 200 mm on outer face shall be provided and also at bottom edge and side edge of all door shutters except of toilets, bath and WCs fixed with cadmium plated mild steel screws @ 10 cm c/c as directed by Engineer-in-Charge. 5.9.7. Where frames of cupboard/wardrobes/almirahs etc are shown flush with the wall plaster, a wooden bead/fillet of 40 mm width and thickness tapered from 12 mm to 6 mm shall be provided alround the frame at junction of frame and wall plaster. The bead shall be fixed with screws, 20 cms apart on wooden door frame or wooden gutties as applicable in case of steel door frames. 6. BUILDER‟S HARD WARE 6.1 General 6.1.1. Items and quantities: - Hardware fittings shall be provided according to the scales indicated on the schedule of iron mongery on the relevant drawing and in conformity with any note that may be appearing on a particular drawing. 6.1.2. Sizes :- In case the size of particular fitting is not given in the drawing, it shall be of size as directed by the GE. 6.1.3. All articles of of builders‟ hardware shall bear ISI marking. In case any item/fitting with ISI mark is not manufactured then it shall conform to the relevant IS specifications and the specifications given in the MES schedule for the relevant item. 6.1.4. Screws used for fixing items of builders hardware shall be as specified in Clause 9.2.6 of MES Schedule. 6.1.5. Articles of builders hardware, where specified to be of aluminium anodized these shall be conforming to relevant IS. 6.2. Articles. 6.2.1. Hinges. 6.2.1.1. Butt Hinges. Butt hinges shall be of cold rolled mild steel of medium weight all as specified in Clause 9.7.2 of MES Schedule Part-Iand ISI marked, fixed with screws. 6.2.1.2. Continuous (piano) Hinges: - Continuous (piano) hinges shall as per IS 3818-1986 type-II. These shall be of aluminium alloy as indicated. In the case of aluminium hinges, the hinge pin shall be of aluminium and in the case of steel hinges, the hinge pin shall be of mild steel. Mild steel hinges shall be bright polished chromium plated. Aluminium hinges shall be anodized. 6.2.2. Handles and knobs. 6.2.2.1. Door Handles. All doors and shutters of built-in cupboards/wardrobes/wooden almirahs etc. shall be provided with aluminium anodized handles, these shall be as specified in MES Schedule Part-I. Where rim/mortise locks or knobs are shown on drgs, handles shall not be provided. 6.2.2.2. Knobs. Shutters and drawers of small sized built-in cabinets/meter and switch boxes and built-in furniture like sided boards/writing table/dressing table etc. as shown on drawings shall be provided with Aluminum anodised knobs of 40 mm dia.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 259

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

6.2.3. Locks and Bolts. 6.2.3.1. Mortice lock. Mortice lock shall be of steel (4 levers) with latch size 65 mm all as specified in clause 9.9.2 of MES Schedule. 6.2.3.2. Barrel Tower Bolts. Tower bolts shall be of aluminiun anodized as specified clause in MES schedule part -I. The shoot of bolts shall be 10 mm dia. 6.2.3.3 Hasps and staples. Shutters of all ward robes/cupboards/lofts unless provided with cupboard locks, shall be provided with hasps and staples safety type made of aluminium anodized as specified in MES Schedule. 6.2.3.4. Sliding Door Bolts. Sliding bolts where shown on drawing shall be aluminium anodized steel with dia of bolt / shoot not less than 16 mm. Clips & bolts shall be all as specified in section 9.5 of MES SSR Part I (2009). In case of deviation, the rates mentioned in MES Schedule sliding bolts, plate type, shall be applicable for sliding bolts, clip and bolt type without any price adjustment. Irrespective of any note given on the main drawings regarding provision of sliding door bolts, it shall be provided to doors as per the scale given in schedule of fittings detailed on door details drawings. One additional sliding door bolt shall be provided on main entrance door internally. 6.2.3.5. Locking Bolts. Locking bolts where shown on drgs shall be of aluminium anodized as specified in MES Schedule. 6.2.3.6. Ball Catch Spring. Shutters of all built-in furniture such as side boards, writing table, dressing table/toilet cup5boards/hot case and meat cases etc. shall be provided with ball catches made of brass and polished bright all as specified in clause 9.14 of MES Schedule. 6.2.3.7. Cupboards locks. Cupboard locks and drawer locks where shown in drawings shall be of brass all as specified in clause 9.9.4 of MES Schedule and 50 mm long four lever unless otherwise specified. 6.2.4. Door Springs. 6.2.4.1. Door springs. All wire-gauged shutters shall be provided with helical door springs made of aluminium anodized all as specified in MES Schedule. Where door springs Rat Rail Type have been shown in drawings, the same shall be amended to read as patent helical door Springs (single action). 6.2.4.2. Double Action Spring Hinges. All swing door shutters shall be provided with double acting spring hinges of aluminium anodized all as specified in MES Schedule and shall be of minimum size 125 mm. 6.2.5. Miscellaneous. 6.2.5.1. Pegs. Pegs where shown on drgs shall be of aluminum anodized, cast integral with base plate. 6.2.5.2. Towel Rails. Towel rails shall be MS conduit nickel chromium plated of „D‟ shape with flanged ends for fixing. It shall be of minimum dia 19 mm and 90 cm long, in case length not mentioned in drawing. The wall thickness of pipe shall be 1.25 mm.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 260

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

6.2.5.3. Wire Cloth. Wire cloth for wire gauzed shutters shall be of stainless steel having average width of aperture 1.20 mm and nominal dia of wire 0.35 mm and provided all as specified in clause 9.29 of MES Schedule. 6.2.5.4 CURTAIN ROD Wherever CR (Curtain Rod) has been shown in drawings, the same shall be amended to read as drapery rod. Specifications for drapery rod shall be given as below. 6.2.5.5 DRAPERY ROD Drapery fancy type curtain rod shall be 32 mm dia weight not less than 250 Gram per RM of aluminium pipe with powder coating with wooden finish including brackets, rings etc. with brass knobs including all fixing arrangement all as shown on drawing and as directed. The cost of drapery rod shall not be less than Rs. 90.00 per RM. 6.2.5.6 PELMET BOXES Pelmet boxes where shown on drawings shall be of 12 mm thick pre-laminated particle boards exterior grade with Shisham wood edging. 19 mm dia mild steel stove enameled black japanned curtain rod with thickness of conduit 1.00 mm, standard socket, fixed with wooden rawl plug @ 450 mm C/C as shown on drawing. 6.2.5.7 TIE HANGER Standard tie hanger „D‟ shaped 300 mm long of aluminum anodized Tubular of dia 15 mm shall be provided where shown on drawings. 7. STEEL AND IRON WORK 7.1 TYPE OF STEEL All steel to be incorporated in the work shall be procured & supplied by the Contractor under his own arrangements and at his own cost. Steel for various types of work shall be of following quality / grade: - (A) REINFORCEMENT STEEL High strength deformed steel bars produced by Thermo Mechanical Treatment Process (TMT steel bars of grade Fe-500 D) meeting all other requirements of IS-1786. (B) STRUCTURAL STEEL

(i) Standard Quality - Conforming to IS-2062. (ii) Ordinary Quality - Conforming to IS-1977.

(C) GALVANISED STEEL SHEETS (Plain and corrugated) - Conforming to IS-277. (D) FABRIC REINFORCEMENT FOR CONCRETE - Conforming to IS-1566.

7.2 SOURCE OF PROCUREMENT OF STEEL

(A) REINFORCEMENT STEEL

TMT steel bars shall be procured directly from the main producers of TMT bars. List of approved Primary Steel Manufacturers for TMT are as given below :-

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 261

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

1 Rashtriya Ispat Nigam Ltd (RINL)

Brand : “RINL”

For all types & dia of TMT bars

2 Tata Iron & Steel Company (TISCO or Tata Steel)

Brand : “TATA”

For all types & dia of TMT bars

3 Steel Authority of India Limited(SAIL) Brand : “SAIL”

For all types & dia of TMT bars

4 M/s Jai Balaji Industries Ltd

Brand : “JAI BALAJI”

TMT bars of Gde Fe 500 &

Fe 500D 5 M/s Shyam steel Industries Ltd Brand

: “SHYAM TMT” TMT bars of Gde Fe 500,

Fe 500D and CRS 6 M/s SPS Steel rolling Mills Ltd Brand :

“ELEGANT TMT” TMT bars of Gde Fe 500, Fe 500D and Fe 550

7 M/s Steel Exchange India Ltd Brand :

“SIMHADRI TMT” HSCRM TMT bars of Gde Fe 500 &

Fe 500D 8 M/s Jindal steels and Power Ltd

Brand : “JINDAL” TMT bars of Gde Fe 500 / Fe 500D, Fe 550 / Fe 550D

9 M/s SRMB Srijan Ltd Brand : “SRMB”

TMT bars of Gde Fe 500 / Fe 500D, Fe 550 / Fe 550D (Size 8-32mm)

10 M/s Concast Steel & Power Ltd Brand : “CONCAST MAXX”

TMT bars of Gde Fe 500 (Size 8-32mm)

11 M/s Adhunik Metaliks Ltd Brand : “ADHUNIK MET+”

TMT bars of Gde Fe 500/Fe 500D (Size 8-32mm)

12 M/s Shri Bajrang Power and Ispat Ltd Brand : “GOEL TMT”

TMT bars of Gde Fe 500/Fe 500D (Size 8-32mm)

13 M/s JSW steel Ltd Brand : “JSW TMT PLUS”

TMT bars of Gde Fe 500, Fe 500D and CRS (8-40mm)

14 M/s Electrosteel Steels ltd Brand : “ELECTROSTEEL”

TMT bars of Gde Fe 500D (8-36mm)

15 M/s Jindal steels and Power Ltd Brand : “JINDAL”

Structural steel (Angle, Beam, Column, Channel, Plate)

16 M/s Shyam Metalics & Energy Ltd

Brand : “SEL”

TMT bars of Gde Fe 500

(8-32mm) 17 M/s Kamachi Sponge & Power

Corporation Ltd.

Brand : “KAMACHI”

TMT bars of Gde Fe 500, Fe 500D, Fe 550, Fe 550D, HRCM (8-40mm)

18 M/s BDG Metal & Power Ltd, Kolkata Brand : “BDG6”

TMT bars of Gde Fe 500, Fe 500D and Fe 550D (size 8-32mm)

(B) STRUCTURAL STEEL Structural steel shall also be procured directly from the main producers of structural steel viz. SAIL / RINL / TISCO / IISCO. In case of non availability with main producers, the structural steel can be procured from approved secondary producers with a reduction of 5% (Five Percent) of the accepted rate of structural steel. In case the desired section of structural steel is not rolled / manufactured by the main producers, there shall be no price adjustment in use of structural steel procured from approved secondary producers.

LIST OF APPROVED SECONDARY PRODUCERS FOR STRUCTURAL STEEL

(i) M/s Kashi Vishwanth Steel Ltd., Narain Nagar, Bazpur Road, Kashipur - 244 713, Distt : U.S. Nagar (Uttaranchal) (Ph: 05947-262109, 262138, Fax: 05947-262103) (E-mail [email protected], [email protected]) Visit us at : www.kvsl.com

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 262

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

(ii) M/s Shyam Steel Industries Ltd., White Towers, 115 College Street, 1st floor, Kolkata – 12, Tele : 033-22373333, 22373311

(iii) M/S K L Steel Pvt Ltd., Post Box No. 61, Lal Kuan, Bulandshahar Road, Ghaziabad (UP),Tele : 0120-2867911, 2867915 Fax : 0120-2867917

(iv) M/S Shri Badrinarain Alloys & Steels Ltd., 95, Stephen House, 4 B B D Bag, Kolkata 700001 Tele : 033 2220 5381 / 2248 1601, FAX : 033 2248 8664

(v) M/S Pushpak Steel Industries Pvt Ltd., Gate No. 119, Alandi Markai Road, Dhanore, Tah Khed, Pune, Tele-Fax 020-26444700 / 070

(vi) M/s Amba Shakti Ispat Ltd., Plot No. 06, Phase-II Industrial Area, Kala Amb, Distt – Sirmour (HP), Tele : 01734-309983, 309986

(vii) M/s SRMB Srijan Pvt. Ltd., 46, BB Ganguli Street Kolkata – 700012, Phone – 033 -2236999

(viii) REGD OFFICE M/s Shree Parashnath Re-Rolling Mills Ltd. 4C, Maharshi Devendre Road 3rd floor, Kolkata – 700 007 Phone : 033-2274 0045/4475, Fax : 033-2274 0039 ADMN OFFICE M/s Shree Parashnath Re-Rolling Mills Ltd. 3511 Part Dr B C Roy Avenue, Durgapur – 713 201 Phone : 0343-255 0537/0538, Fax : 0343-255 4457

(ix) M/S Tata Steel Industries, Tata Steel – Tube Division Jeevan Tara Building, 1st floor, 5, Sansad Marg, New Delhi – 110001 Tele : 99111 2334, 264601734, 309983, 309986

(x) M/S K L Concast Pvt Ltd, Z-18, Naraina, New Delhi

(xi) M/S Karam Steel Corp., Nasrali, Road, PO Box No. 56, Mandi Gobind Garh – 147301

(C) GALVANISED STEEL SHEETS AND FABRIC REINFORCEMENT FOR CONCRETE These shall be procured directly from primary producers as approved by E-in-C‟s Branch and shall be ISI marked.

(D) Steel sections for railings, gates, fencing, guard bars, grills, steel chowkhat, holdfasts etc., which do not constitute structural members, can be procured from main producers / secondary producers / BIS marked manufacturers or their authorised dealers at the option of Contractor without any minus price adjustment. Tests will not be insisted upon for such steel sections. (E) CORROSION RESISTANT STEEL (CRS) Irrespective of whatever is shown on drawings, Corrosion Resistant Steel (CRS) (Fe-500 / Fe-500 D Grade) procured directly from the main producers of steel shall only be used for water retaining structures. Properties of steel shall be of the same standard as in use and as specified hereunder or as specified in relevant IS codes.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 263

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

NOTES (i) All finished steel shall be well and clearly rolled to the dimensions, sections and weights specified. The finished materials shall be reasonably free from cracks, surface flaws, laminations, rough, jagged and imperfect edges and any other harmful defects and shall be finished in a proper manner. Tolerance on size and weight of reinforcement bars shall not be more than that specified in clause No. 10.17.4 and 10.17.5 of SSR Part-I and as specified in IS-1786 and other relevant IS Codes. (ii) TMT bars shall have embossing / engraved marking of trade name of producer at regular intervals. (iii) Reinforcement Steel, Structural steel and Galvanized Steel Sheets and Fabric reinforcement for concrete may be permitted from authorized dealers of main producers in case the total requirement of steel is less than 5 tones. (iv) Steel sections for railings, gates, fencing, guard bars, grills, steel chowkhat, holdfasts etc., which do not constitute structural members, can be procured from main producers or their authorized dealers at the option of Contractor without any minus price adjustment. Tests will not be insisted upon for such steel sections. 7.3.1 TESTING OF STEEL The manufacturer is to carry out inspections and testing of steel in accordance with the relevant BIS provisions. The Contractor shall submit the manufacturer‟s test certificate in original along with the test sheet giving the results of each mechanical test as applicable and the chemical composition of the steel or authenticated copy thereof duly signed by the manufacturer with each consignment. The Engineer-in-Charge shall record these details in “STEEL ACCEPTANCE REGISTER” as given in Annexure „II‟ hereinafter, after due verification.

Independent testing of reinforcement and structural steel to be carried out by the GE, shall be

optional at the discretion of GE, in case of procurement of steel from main producers and testing charges shall be borne in accordance with condition 10 of IAFW-2249 i.e. testing charges shall be borne by the department if the test results are found in order, otherwise these shall be borne by the contractor. Independent testing of structural steel to be carried by the GE shall be mandatory, in case of procurement of structural steel made from the secondary producers and testing charges shall be borne by the contractor irrespective of the outcome of test results. In both the cases the contractor at his own cost shall provide all facilities required for the testing and cost of material consumed in tests, which shall be borne by the contractor. Independent testing of reinforcement and structural steel shall also be carried out by the GE / CWE for random samples of steel drawn from various lots from National Test House, SEMT Wing CME, Regional Research Labs, NABL approved labs, Govt. Engineering college, Zonal labs etc. as per the recommended minimum frequency shown in table at Annexure „III‟. Sample from each lot shall be tested for quality and elongation. The elongation shall not be less than 18%. Cost of samples, transportation and testing shall be borne by the contractor. The records of such checks shall be maintained in steel test register.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 264

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

ANNEXURE „III‟

FREQUENCY FOR NORMAL MASS, TENSILE, BEND AND RE-BEND TESTS OF STEEL

S. No. NOMINAL SIZE QUANTITY

REINFORCEMENT STEEL

1. Bar size less than 10 mm 1 Sample (3 specimens) for each test for every 25 Tonnes or part thereof.

2. Bar size 10 mm To 16 mm 1 Sample (3 specimens) for each test for every 35 tonnes or part thereof.

3. Bar size over 16 mm 1 Sample (3 specimens) for each test for every 45 tonnes or part thereof.

STRUCTURAL STEEL

4. Tensile Test 1 Test for every 25 tonnes of steel or part thereof.

5. Bend Test 1 Test for every 10 tonnes of steel or part thereof

NOTES (i) For various tests, acceptance criteria, tolerance etc, refer to Annexure „II‟ and relevant BIS Codes.

(ii) In case of procurement of structural steel from secondary producers, testing to be carried out by GE as per above frequency is mandatory. In such case, no payment shall be released to the Contractor for any consignment or part thereof and steel shall not be incorporated in the work unless satisfactory test results are obtained and the consignment is passed by GE. Schedule of procurement shall be prepared keeping in view the time lost in activities related to testing. Any items of steel, not meeting the requirements, shall be rejected and the particular consignment removed from the site by the Contractor at his own cost. The Contractor will have no claim on this account. (iii) Three samples 3.00 m long of each section of each consignment shall be retained at the project site till completion of the work. These samples shall be suitably marked and properly preserved. (iv) In addition to above tests, the TMT steel received at site will be tested by GE / CWE in person before incorporation in the works by simple field tests and records shall be maintained. Simple field test may involve sand papering the section of the TMT bar and dipping the same in chemical solution to give a clearly defined annular ring of tempered steel. (v) Where, CWE has not tested the steel himself as mentioned in preceding para, CWE will carry out the random checks. The record of such random checks shall be maintained in Steel Test Register. (vi) The Contractor at his own cost shall arrange the facilities for such tests as mentioned in above two Paras and cost of sampling, transportation and testing shall be borne by the Contractor.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 265

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

ANNEXURE „II‟ STEEL SUPPLY AND ACCEPTANCE REGISTER

1. CA No. and Name of Work : __________________________________________ 2. Contract No. : __________________________________________

3. Name of Manufacturer‟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. TYPES OF STEEL, DIA & QUANTITY

(a) Type : TMT / CRS (b) Dia : mm (c) Actual Weight : MT (d) Conversion Weight : MT

CHEMICAL TEST MECHANICAL TEST

Carb

on (

%)

Sulp

hur

(%)

Phosp

horo

us

(%)

Sulp

hur

+ P

hosp

horo

us

(%)

Manganese

(%

)

Sili

con (

%)

Corr

osi

on r

esi

stant

ele

ment

Weig

ht

per

metr

e

Yie

ld S

tress

(N

/ S

qm

m)

Tensi

le s

trength

(N

/ S

qm

m)

Perc

enta

ge E

longation

(Min

imum

18%

)

Bend T

est

Rebend T

est

Rem

ark

s As per IS 1786

As per

manufacturer‟s test certificate

As per

independent test

Remarks with Signature Accepted / Rejected

CONTRACTOR JUNIOR ENGINEER ENGINEER-IN-CHARGE GARRISON ENGINEER

REMARKS OF BOO / INSPECTING OFFICER / CWE.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 266

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

7.3.2 DOCUMENTATION:- (a) The Contractor shall submit original machine numbered purchase vouchers from the manufacturer for the total quantity of steel supplied under each consignment to be incorporated in the work. All consignment received at the work site shall be inspected by the GE alongwith relevant documents before acceptance. The original vouchers and test certificates shall be defaced by the Engineer-in-Charge duly indicating the CA No. and particulars of work for which used and shall be kept on record in the office of GE duly authenticated and with cross reference to the control number recorded in Steel Acceptance Register. Two separate files may be maintained in GE office duly serially numbered for maintaining original vouchers and manufacturer‟s test certificates in original alongwith test sheets in original or an authenticated copy thereof. (b) The Steel Acceptance Register will be signed by JE, Engineer-in-Charge, GE and Contractor and shall be maintained by GE. (c) A Steel Test Register containing results of independent and additional testing done by GE, field testing done by GE /CWE, random check done by CWE etc shall be maintained by GE. (d) The Accepting Officer may also order a Board of Officers for random check of steel and verification of connected documents. Hence a register containing records of surprise checks and checks done by Board of Officers shall also be maintained by GE. (e) The entire quantity of 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 Engineer-in-Charge and the Contractor duly checked by GE. (f) Certified true copies of vouchers and test certificates including test sheets shall also be maintained by Engineer-in-Charge after defacing, with cross reference to the control No. recorded in the Steel Acceptance Register.

7.3.3 (a) STORAGE:

(i) Steel of different grades and sizes shall be stacked separately. For each class of steel separate areas shall be earmarked. Steel shall be marked with distinct painting marks for easy identification and it shall be always stacked at least 15 cm above the GL. (ii) Steel shall be stored in a manner so as to prevent distortion and corrosion. Any section that has deteriorated and corroded or if considered defective for any other reason, the same shall be removed from site by Contractor at his own cost. (iii) Steel sections which are not likely to be used before onset of monsoon shall be given cement slurry wash so as to ensure scale and rust free steel. Also steel sections which are procured during monsoon and are not likely to be used within a week from the date of procurement shall be given cement slurry wash immediately.

(b) SAFETY OF STEEL

It shall be the responsibility of Contractor to make sure that all possible arrangements are made for safe custody of the steel. In case of any loss of steel, the Contractor only will be responsible and the loss shall be made good by him without any delay and no claim whatsoever would be entertained on this account.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 267

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

7.3.4 SCHEDULING AND SUPPLYING Schedule of supply of steel will be finalised by GE in consultation with Contractor and the same shall be incorporated in CPM chart so that supply of steel is monitored in a way to avoid any delay in completion of work. GE shall ensure that Contractor places the demand(s)/requisition(s) of steel with adequate time lead. The schedule of supply of steel shall be vetted by CWE from time to time.

7.3.5. PROCEDURE FOR MAKING PAYMENTS FOR STEEL INCLUDING MEASUREMENTS,

CONVERSION WEIGHT ETC. (a) The requirement of steel shall be worked out section wise and shall be recorded in a

separate Register jointly maintained by Contractor and Engineer-in-Charge. Day to day record shall also be signed by the Contractor as well as Engineer-in-Charge. The register should contain different sheets for each steel section indicating reference to drawing number, location, number of bars, sketch of each length of bar with dimensions, length of waste and off cuts and the quantity thereof by multiplying the length of bars with the conversion factors given in MES schedule Part-II. For sections not listed in MES schedule, the I.S. conversion table shall be followed. The contractor shall not have any claim in case the actual weight of steel items works out to be more than the weight obtained by standard conversion factor. For making adjustment, arising out of reinforcement bars, the length of each bar for the purpose of calculation of laps shall be taken as 10 meters.

(b) On completion of work, the Register will be in the custody of the Engineer-in-Charge

and Contractor may keep a copy for his record, if he so desires. (c) Payment for the steel brought by the Contractor shall be released by GE only after

following actions are taken by GE and Engineer-in-Charge:- (i) Physical verification of steel to confirm the actual quantity of steel as well as to verify the aspects brought out in clause 7.3 above. (ii) Receipt of original machine numbered purchase vouchers of manufacturer(s) from Contractor. (iii) Receipt of manufacturer‟s test certificates (in original) alongwith test sheet giving result of each mechanical test and chemical composition of steel or authenticated copy thereof duly signed by manufacturer. (iv) Receipt of satisfactory test results for independent testing on random samples of steel in terms of clause 7.3.1(b) above. (v) Satisfactory test result in case of field testing done by GE/CWE in case of TMT steel manufactured by secondary producers.

7.3.6 ACCEPTANCE/REJECTION OF STEEL: The Contractor shall keep a separate stack of steel

brought at site for inspection, away from the accepted stack of steel. In case, the consignment does not meet any of the requirements of the relevant IS codes, the steel shall be rejected by the GE, and it shall be removed from the site within 24 hours at the cost of the Contractor.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 268

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

7.4. WELDING. (a) Refer clause 10.15 of MES Schedule Part I and shall be carried out by metal arc process all as per IS-816 and IS-823. (b) Unless, otherwise specified here-in-after or shown on drgs welding shall be 6 mm thick continuous fillet weld and shall cover the joint.

7.5. GUARD BARS / GRILLS. Irrespective of what is shown in drawing, 12 mm square Guard bars shall be provided to all windows/ventilators as per design shown on drawings. 7.6. HOLD FASTS/LUGS. Flat iron hold fast/lugs shall be provided by welding as and where shown on drawings except those, to be provided to wooden chowkats, which shall be fixed with bolts/nuts as per details shown on drawings. Holes in wooden chowkats shall be plugged with hard wood plugs. Hold fasts/lugs shall be embedded in PCC (1:2:4) bed blocks of size 230x230x75mm in one brick thick or equivalent walls and 115mm x 230mm x 75mm in half brick thick or equivalent walls. 7.7. FAN HOOKS WITH BOXES. Wherever fan hooks/fan points have been shown, cast iron MS boxes with fan hooks as per details shown on drawings, shall be provided. Exposed faces shall be given two coats of white paint over a coat of red oxide primer. 7.8. EXPANDED METAL. Where expanded metal is shown and its size is not given on the drawings, it shall be 20 mm short way by 50 mm long way mesh, wire of nominal size 2.5 mm x 1.2 mm, weighing not less than 2.183 Kg per square metre. 7.9. FABRIC REINFORCEMENT. Hard drawn steel wire fabric, where shown as reinforcement, shall conform to IS 1566. Wire fabric for general use such as fencing, window grills, etc. shall conform to IS-4948. 7.10. STEEL WINDOWS/VENTILATORS AND DOORS. 7.10.1. General :-. Steel windows/ventilators and doors, where shown on drawings, of rolled steel sections shall conform to IS-1038. Rolled steel sections used for fabrication shall conform to IS 7452. These shall be factory made and shall be of an approved make listed in Appendix „B‟. 7.10.2. The frame shall be pressed steel CRCA sheet of profile as shown in drawings. The thickness of sheet shall be 1.25 mm. The frame of windows & ventilators shall conform to IS : 4351 (1976). The rolled steel section used for fabrication shall conform to IS-7452. The shutters for windows/ ventilators shall conform to IS-1038 (1983). 7.10.3. Steel frames and fixed/ openable shutters shall be fabricated of sections specified above, corners welded to form a solid fused welded joint. The process of welding adopted may be flash-butt welding or any other suitable method which gives a continuous and solid joint all along the place of meeting the members. Welds shall be properly ground with no protrusions of welding material at the joint. 7.10.4. 100 mm size mild steel barrel tower bolts shall be welded to shutter of steel windows, one at top and one at bottoms of shape and pattern as approved, M.S. handles of 75 mm size, Z shape shall be welded to steel window shutter corner on each opening. Shoot of barrel tower bolt shall be 10mm. 7.10.5. M.S. hook and eye of suitable size as approved shall be provided.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 269

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

7.10.6. All windows/ventilators shall be provided with friction hinges for gauzed shutters. 7.10..7. Machine screws as specified in IS 1038 shall only be used for fixing.

7.10.8. Fixing lugs to fixed frames shall be as per provision of IS-1038-1983 except that the top and bottom lugs shall not be provided. The bedding of steel frames shall be done in CM 1:4. 7.10.9. The sub dividing/sash bars of windows and vents shall be tennoned to frame and riveted as specified in IS-1038. 7.10.10. Wire gauze shall be fixed with metal beads or MS flat bars fillets of size 12 mm x 3 mm with steel screws @ 200 mm c/c. 7.10.11. No mastic filling is required for fixing of steel windows vents. Lugs of steel windows/vents shall be embedded in PCC blocks of size 230mm x 230mm x 150 mm. Lugs shall be provided in vertical members of steel windows and vents. 7.10.12. One of the windows of each quarter shall be provided with a 15 mm dia hole in the steel frame for easy access of cable (antenna wire). The location of hole shall be as shown on drgs/or as decided by EIC. 7.10.13 For the purpose of pricing deviation, rates given in MES schedule for section of windows/ ventilators shall be applicable. 7.11. PRESSED STEEL FRAMES FOR DOORS/WINDOWS. 7.11.1. Pressed steel frames for doors/windows where shown on drawings shall be fabricated from 1.25 mm thick mild steel plain sheet. Frames shall be provided as per details shown or drawings and as specified in Clause 10.27 of MES Schedule. Pressed steel frames shall be filled with PCC (1:3:6) C-0 Type Door frames shall be factory made and shall be obtained from approved manufacturers listed in Appendix `B‟. Internal surface of pressed steel door frame shall be treated with 2 cotes of black bituminous paint. . 7.11.2 Door frames shall also be of pressed steel wherever angle iron 40mm x 40mm x 6mm door frame is shown on drawing. The profile and dimension of pressed steel door frame shall be as shown on drgs. The tolerance over the profile size shall be +/- 2 mm. 7.11.3 The whole frame shall be rigidly fixed together with mechanical means. 7.11.4. One number MS flat iron 20 x 4 mm thresh hold shall be provided for single rebated and two numbers for frames with double rebated at the bottom of frames by welding to the frame and these tie bar shall be embedded and left in floor. 7.11.5. The frames shall conform to specification given in IS-4351 with regard to fittings, hinges and shock absorbers except that hinges shall be of mild steel butt hinges, ISI mark. Cleat hinges may be welded on top of frames. 7.11.6. MS conduit 19 mm dia of 16 gauge closed at one end shall be welded to inner face of frame for receiving shoot of bolt. MS sockets for housing shoots of tower bolt shall also be provided as directed.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 270

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

7.11.7 ALUMINIUM DOOR/WINDOW: Aluminium door/window shall be size and shape as shown in the drawing. All remaining specifications shall be followed as specified under 10.37 of SSR Part I (2009 Print) including its sub para. Glass sheet shall be fixed as per manufacturers instructions complete all as specified and directed, with aluminium glazing strips with EPDM rubber gasket. Thickness of glass sheet shall be 5.5 mm irrespective of whatever shown on drawings. Builder‟s hardware articles/fittings shall be aluminum anodized as approved by GE.

7.12. STRUCTURAL STEEL WORK. 7.12.1. Structural steel work in steel gates/doors shall be made of MS Channel, Rolled steel beams, Angle, Flat and Plates etc. riveted/welded joints, all as per drawings. PGI/PBI sheets covering to steel doors as shown on drawings, shall be of 0.80 mm thick sheet, unless otherwise shown on drawings. The grade of steel shall be Fe-410-0 or Fe-310-0 and no test certificate is to be produced for steel required for steel gates/door. 7.13. RAILING/ PARAPET FOR BALCONY AND STAIR HALL/ STAIR CASE. 7.13.1. Wherever shown railing consisting of flat iron and/or square bars duly welded shall be provided as per details shown on drawings and as specified hereinafter. Mortice hole left in concrete for fixing blusters of railings shall be grouted in cement mortar (1:2) round finished to match the adjoining surface of concrete. 7.13.2. PVC hand rail where shown on drawing shall be Vinyl rail cover manufactured by M/S Fixo Pan Industries or M/S Cali Plast. Wooden hand rails where shown on drawings shall be of shisham wood all as per drawings Wooden hand rail shall be French polished.

8. ROOFING. 8.1. RCC Roof. RCC roof slabs shall be cast/ laid as per slope shown on drawing. However, RCC roof slabs where shown as level/ flat in structural drawings shall be cast/ laid to slope of 1:30 whatever shown in drawing and the height shown on drawing in such case shall be considered as minimum height irrespective of whatever is shown on drawings. The top surfaces of RCC roof slab shall be finished even and fair without using extra cement while the concrete is still green and before testing of RCC roof slab for water tightness. 8.1.1. RCC roof slab shall be prepared as described in paras 11.31.2 and 11.31.2.1 of MES schedule before carrying out any treatment. 8.2. WATER PROOFING TREATMENT TO RCC ROOFS. 8.2.1 Apply 10 mm thick plaster in CM 1:4 mixed with WPC as per manufacturer instructions over RCC slab when concrete is green. 8.2.1.1. After RCC slab is cured and fully set, ponding shall be done over RCC slab by filling water, which shall be kept there for one week. In case a slightest indication of seepage/leakage is noticed, the same shall be rectified by injection grouting. Injection grouting shall be done as under :-

(i) Use Polymer modified waterproof grout such as Contricrete-M/s MC Bauchemie. (ii) Grouting operation shall be undertaken only after removal of formwork.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 271

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

(iii) Drill 12 mm dia holes upto 40 mm depth and provide PVC nozzles/entry ports over grid at 1 m C/C or less depending upon the situation (as directed by Engineer-in-Charge)

(iv) Before injecting grout, compressed air shall be blown to remove all dirt and dust.

(v) Grouting at pressure 5 Kg/Sq cm shall be done till refusal/rejection or appearance of grout from adjacent nozzle.

(vi) After grouting nozzles shall be sealed off with cement mortar 1:3 and

(vii) Roof surface shall be rechecked for water tightness.

This stage shall be passed by the GE. Further water proofing treatment as specified here-in-after shall be carried out only when above stage is passed by GE and no seepage/ leakage observed.

8.2.2 Over finished clean and dry RCC roof slab as above, a priming coat of primer @ 0.30 kg per sqm using bitumen primer followed by a coat of bitumen 85/25 @ 1.2 kg/sq m shall be applied.

8.2.3. NON ASSESSABLE ROOFS:-

8.2.3.1 Water proofing treatment shall be provided with APP modified Polymeric water proofing membrane (weighing not less than 3.6 Kg/Sqm) on prepared surface as per manufacturer instruction and under strict supervision of manufacturer technical representative. For the purpose of pricing deviation and to calculate the amount of security deposit against WPT. Rate of polymeric water proofing membrane shall be considered as Rs 170/- per sqm of roof surface area subject to deviation percentage for Sch 'A' Part I.

8.2.3.2. The technical specifications for APP membrane are as under :-

8.2.3.3. Technical Specifications :-

(i) Thickness of non woven polyster core (center core – 160 gsm). (ii) Heat resistance 100 deg C for 1 hour - should not drip & slide. (iii) Cold resistance at (-) 5 deg C - should not be crack

(iv) Tensile strength

Lengthwise - 650N/5cm Cross wise - 450N/5 cm

(v) Elongation

Length wise - > 40%

Cross wise - > 35% (vi) Softening point > 120º C (vii) Tear resistance longitudinal tranverse - Lengthwise - 300N Cross wise - 250N (vii) Water Absorption - less than 0.15% (Note : Testing method as per American Standard Testing Method (ASTM)

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 272

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

8.2.3.4. Application of Treatment

(i) The surface of roof, parapet and gutters, drain mouths etc over which waterproofing treatment is to be applied shall be cleaned of all foreign matter such as fungus, moss, dust etc by wire brushing and dusting. For cast iron drain outlets a grove shall be cut around to tuck in the treatment. Concrete angle fillets shall be provided at junctions between roofs and vertical faces of wall (parapet and other walls) around obstacles such as pipes chimneystacks, etc and other similar situation to ease up about corners. (ii) Primer conforming to IS: 3384-1965 @ 0.30 Kg/sqm to be applied on prepared surface, till the surface is properly impregnated. Note: This item is not applicable when flame technology is used for bounding the APP modified membrane. (iii) Apply a coat of bitumen 85/25 grade @ 1.20 Kg/Sqm over primer. (iv) Over the coat of bitumen as above APP modified polymeric membrane (weight not less than 3.6 Kg/Sqm) unrolled and bonded completely to the substrate with side over lap of 75 mm or end over lap of 100 mm. The overlaps are then sealed/ fused by flame or bitumen as per manufacture instruction. A coat of hot blown bitumen grade 85/25 @ 1.20 Kg/Sqm shall be applied on top of APP modified polymeric membrane and finally it will be finished with a coat of aluminium paint @ 0.20 Kg/Sqm as per manufacturer instructions. The laying procedure are as under :- Note: This item is not applicable when flame technology is used for bounding the APP modified membrane.

(a) The membrane shall normally be laid in length at right angles to direction of the run-off gradient, Commencing at the lowest level and working up to the crest. The membrane shall be first cut to required lengths, brushed clean of dusting material and laid out flat on the roof. Each length of membrane prepared for laying shall be laid in position and rolled up for a distance of half of its length. The hot binding material shall be laid on to the roof across the full width of the rolled membrane as the later is steadily rolled out and pressed. The excess binding squeezed out at the ends shall be removed as laying proceeds. (b) When the first half of the membrane has been bonded to the roof, the other half shall be rolled up and then unrolled on to the hot binding material in the same way as per Para (a) above. (c) The minimum overlaps of 100 mm shall be allowed at the ends and sides of strips polymeric membrane. All overlaps shall be firmly bonded by heating and fusing the layer of asphalt and melting the protective plastic film, but taking care not to over heat this, as too much heat can harm the central polyethylene core, which is essential for water proofing function.

8.2.3.5. OVERLAP FUSING METHODOLOGY

(i) Keep the overlap open with the help of trowel and the direct the flame uniformly inside and towards both membranes. Working the flame in opposite direction to the advance of the applicator.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 273

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

(ii) When the asphalt starts flow, the applicator should press both membranes with his foot, on the opposite side to the hand holding the torch until a thin string of fluid asphalt appears, indicating correct fusing and bonding. During this phase, the trowel should be worked with a back and forth, lengthwise motion, to homogenize the bonded area. (iii) Apply a layer of blown grade bitumen (conforming to IS : 702) 85/25@ 1.2 Kg/Sqm (iv) Blinding material, such as sand in dry condition @ 0.5 to 1.0 Kg/Sqm shall be dusted over the bitumen. (v) Precast machine pressed cement concrete tiles of size 250 x 250 x 20 - 22 mm or 200 x 200 x 20 - 22 mm conforming to IS : 1237-1980 shall be laid over 12 mm thick cement mortar screed in 1:4 & jointed Flush pointed with CM in 1:4 mixed with integral water proofing compound. NOTE: Tiling shall be done only in case of accessible Roof /terrace.

(vi) The rain water pipe outlets (here after referred as drains) can be horizontal or vertical depending on whether they are situated in the floor or in the parapet walls. In either case, the treatment is the same, although the difficulty of application may vary. The correct execution of a drain should include the following steps. The method polymeric membrane does not adhere to PVC roof therefore the same requires review, either by changing the type of WP treatment or by changing the roof to CI/AC pipes:-

(a) Cut a strip of polymeric membrane 25 cm in width and length equal to the perimeter of the drain, adding 10 cm for the overlapping. Flame bonds the part of the strip to be inserted into the drain. i.e. approx 15 cm. (b) Cut the protruding end of the drain strip vertically upwards, with the aid of a heated trowel, into as may slits as are necessary to then be able to press it downwards and flame bond it to the surrounding roof deck. Then, with the help of the trowel and torch, go over the exterior of the drain to obtain an even spread of the asphalt and fill in all the pores. (c) Cut a square piece of polymer membrane about 15 cm larger than the diameter of the drain. Flame bonds this square over the drain opening, as centered as possible. (d) Then, using the heated trowel cut the part that covers the opening of the drain in to the shape of a star with 8 peaks. Fold the peaks outwards and heat them one by one with the torch and then insert them into the drain. Pressing them down with your fingers to ensure perfect adherence. (e) The last step is to go over the inside of the drain, leveling of the surface. The drains shall be at least 15 mm lower than the substrate, so that the extra thicknesses caused by the various layers of the polymeric membrane do not cause unnecessary pounding of water.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 274

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

8.2.3.6. WATER PROOFING TREATMENT TO PARAPETS:- In vertical finished with polymeric membrane shall be cut in suitable length and width and should

be adhered to the parapets and taking up and over the top of the parapet wall. The lower portion of membrane shall be taken over wall/RCC slab joint and taken upto a length 150 mm horizontally and bonded effectively with polymeric membrane as explained above. The membrane shall be protected with 15mm thick cement mortar 1:4 plaster and PCC coping at top of the parapet. 15mm thick plaster can't be applied directly to membrane and provision of chicken mesh is essential. Further it has been observed that hairline plaster cracks develop at every 5-7m even after providing mesh. Frequency of test - At least one test consists of three-sample specimen a random from each lot. 8.2.4. ACCESSIBLE ROOFS/TERRACE: - Roof treatment shall be carried out all as per Clause No. 8.2.3.1 to 8.2.3.6 above. Over this roof treatment PCC tiles of size (200 x 200) mm and (20-22 mm) thick machine made laid on cement sand mortar (1:4) screed 12 mm thick. The joint of the tiles shall be grouted and flush pointed with cement sand mortar (1:3) mixed with integral water proofing compound.

Polymeric water proofing treatment shall be of any of the following makes :-

(i) Multiplas manufactured by M/s Texsa India LTD.

(ii) Hyperplas standard manufactured by M/s I W L India ltd

(iii) Superior polyplus manufactured by M/s STP Ltd.

(iv) M/S Hydro Tech Ltd 17, Shiv Bagh, Ameer Pet Hyderabad - 16

8.2.5 SECURITY DEPOSIT TOWARDS WATER PROOFING TREATMENT TO ROOF

(a) Should the GE at any time during construction or reconstruction or prior to the expiration of a period of ten years after the certified date of completion of buildings or group of buildings finds that the building shows 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 carryout such treatment as may be necessary to render the said buildings waterproof 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 the risk and expense in all respects of the contractor but the liability of the contractor under this 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.

(b) The amount calculated as per table given below shall be retained from the contractor's final bill amount as security deposit towards effectiveness of the water proofing treatment and the same shall be released after satisfactory completion of guarantee period as state above. The contractor may alternatively submit fixed deposit receipt for the said sum from Scheduled Bank in lieu of the sum to be retained out of the final bill :-

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 275

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

S. No.

Amount of water proofing treatment to roof at contract rate

Amount to be retained from contractor's dues

(i) Up to Rs. 50.00 lakhs : 2% of amount subject to minimum of Rs. 5,000.00 and enhanced by 25%

(ii) Over Rs. 50.00 lakhs and upto Rs

100.00 lakhs : Rs. 1,00,000.00 + 1.5% of amount exceeding

Rs. 50 Lakhs and enhanced by 25% (iii) Over Rs. 100.00 lakhs and upto Rs

500.00 lakhs : Rs. 1,75,000.00 + 1% of amount exceeding

Rs. 100 Lakhs and enhanced by 25% (iv) Over Rs. 500.00 lakhs and upto Rs

1500.00 lakhs : Rs. 5,75,000.00 + 0.5% of amount exceeding

Rs. 500 Lakhs and enhanced by 25% (v) Over Rs. 1500.00 lakhs : Rs. 10,75,000.00 + 0.5% of amount

exceeding Rs. 1500 Lakhs subject to maximum of Rs. 15,00,000.00 and enhanced by 25%

8.3. WATER PROOFING TREATMENT AT JUNCTION OF ROOF/PARAPET: Coved fillet in PCC (1:2:4) type B-O shall be provided at the junction of roof and chimney stack, flue pipe or terracing pedestal protruding over the roof and surface painted with hot blown grade bitumen conforming to IS : 702 at the rate of 1.2 Kgs per sqm over a coat of primer conforming to IS 3384 at the rate of 0.30 liters per sqm and blinded with pea gravel as specified in MES Schedule. 8.4 WATER PIPES. 8.4.1. Rain water pipes and fittings, at locations indicated in the drawings, shall be of PVC to with-stand continuous internal hydraulic pressure of 4 Kg/Sqcm conforming to IS-4985, 110 mm dia size unless otherwise shown in drawings. Pipes and fittings shall be secured to wall just below joints of pipe with MS flat clamps embedded in cement concrete blocks 100mm x 100mm x 100 mm (1:2:4) type B-1. MS clamps shall be made from 1.6 mm thick sheeting of 30 mm width. Pipes and fittings shall be jointed with epoxy resin or compound as recommended by manufacturers. 8.4.2. The grating shall be of CI, round type, weighing not less that 0.5 Kg each, provided and fixed at the inlet of rain water pipes. 8.5. SPOUTS. Spouts shall be of galvanised steel water tubes of light grade and of length as shown in drawings. Where spout are not indicated it shall be taken as passing though out the width of parapet or facia or railing and projecting 15cm from outer face of the wall and of 50 mm dia light grade. 8.6 TESTING OF WATER PROOFING TREATMENT: - 8.6.1 Test shall be done by ponding. For this purpose, mud, mortar, fillet ponds shall be made longitudinally one metre apart over entire treated surfaces of roof slab to form ponds of suitable size as directed by the Engineer-in-Charge. These ponds shall be filled with potable water so that an average 50 mm (minimum 25 mm and maximum 75 mm) height of water is maintained during the test period. 8.6.2 Test shall be carried out continuously for a period of 48 hours. Any seepage notified shall be rectified by the contractor and the defective portion made good to entire satisfaction of the GE without any extra cost. GE shall pass this stage.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 276

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

8.6.3 All mud fillet ponds shall be removed and surface made clean and tidy after completion of satisfactory testing. 8.6.4 Satisfactory completion of test shall not absolve the contractor from his responsibilities of rectification of defects which may arise during defect liability period. 8.7 GALVALUME METAL TILES PROFILE SHEET: - Colour coated metal tiles profile sheet shall be provide all as described in Schedule „A‟. The sheet shall be pre-painted and installed with self drilling metal coated screws class 3 of appropriate size with lock all as per manufacturer‟s instructions. 8.7.1 Contractor shall produce manufacturer test certificate for the chemical and mechanical prosperities of steel for approval of the Engineer-in-Charge prior to installation. The sheet shall have brand marking of the manufacturer on the back of the sheet at every 1.00 m centre to centre for conforming genuinely of the material. 8.7.2 CHARACTERISTICS OF COLOUR COATED METAL TILE PROFILED SHEET (a) Total coated thickness : 0.50 mm

(b) Sheet thickness : 0.45 mm (c) Yield strength of sheet : 300 mpa (minimum) (d) Zinc aluminium alloy coating : 150 Gram per sqm (e) Colour coating

Top surface (i) Super polyster colour bond XRW : 20 micron (ii) Primer coating : 5 micron Bottom surfaces (i) Super polyster colour bond XRW : 5 micron (ii) Primer Coating : 5 micron

8.7.2.1 Sheet material: The steel base material of sheet shall be minimum 0.45 mm thick, made out of cold rolled steel and shall be coated with anti-corrosive layer of hot dip metallic zinc aluminium alloy coating of zinc 45% and aluminium 55% as zincalume 150 gm/sqm on both sides. 8.7.3 Erection and fixing: The product will be fastened using class 3 screws as per AS3566 galvanized hexagonal headed, self drilling fasteners of approved make (Buildex or equivalent) and quality including Neoprene washer on each crest (or as per design) of the sheet connecting with the purlin. 8.7.3.1 The standard practice as specified by the manufacturer and as approved by Garrison Engineer shall be followed. All sheets and accessories must be erected without any damage, dent, scratches, etc. 8.7.3.2 Flashing, capping and trims shall be formed out of same colour coated substrate and thickness as that of the roofing sheet fixed with fixtures compatible with the system.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 277

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

8.7.3.3 The contractor shall ensure that panel erector is familiarized with the erection procedure and all the supporting members are straight, level, plump and true. Panels shall be erected as directed by Engieer-in-Charge. 8.7.3.4 The payment will be done on the actual finished/covered surface area of th sheet No. separate payment will be made for the lap of sheet and accessories, bolts, nuts, washers, adjustable bolts and supports for gutters and other fixtures. These are deemed to be included in the quoted rates. 8.7.4 Profile and colour: The design, pattern and colour of the tile profile colour coated sheet shall be approved by GE. The pitch size 195mm to 200mm c/c. Depth of crest 28 to 30mm trapezoidal profile and tile pitch in sloped direction shall be 200 to 220mm. 8.7.5 The guarantee period for colour coated zincalume tile profiled metal sheet on roof and ridges contemplated in the contract shall be FIFTEEN YEARS after completion of work. The contractor shall furnish written guarantee for period of 15years from the manufactuer.It shall be the responsibility of the contractor to replace the defective sheet if any found during guarantee period. The contractor shall furnish FDR of 2.5% of the work done of metal sheets in favour of GE (U) E/M Meerut for the above period, which shall be released on satisfactory completion of the guarantee period. 8.7.6 Steel Testing 8.7.6.1 The manufacture of steel material should submit the manufacturer‟s test certificate for the base metal including the chemical and mechanical properties for each heat/coil clearly mentioning the following test results. Standard shall be followed according to AS 1397. (a) Chemical Composition of base steel (b) Tensile strength(minimum/maximum) (c) Yield Strength(minimum/maximum) (d) Elongation (e) hardness 8.7.6.2 The substrate or corrosion protection coating is Zinc-aluminium alloy coating as per AS 1397 :1993 (for exterior roofing and should be clearly mentioned in the test certificate with the coating mass i.e. AZ150. 8.7.6.3 The manufacture should submit related document for expected product service performance of pre-painted metal sheet as per AS/NZS 2778:1997 8.7.6.4 BINDING WIRE:- Binding wire shall be conforming to IS-280. The dia of wire shall be not less than .9mm (Annealed). 8.8 WATER PROOFING ON RCC CANOPIES/PROJECTED CUPBOARDS ETC.

Provide water proofing treatment to top of RCC canopy etc with 15 mm thick cement plaster in cement mortar (1:3) mixed with water proofing compound in the proportion as recommended by the manufacturer subject to minimum 2 % by weight of cement laid on slope over RCC canopies and chajjas etc when the concrete is still green. The top of surface of plaster shall be finished even and smooth without using extra cement.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 278

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

9. FLOORING. 9.1. General. 9.1.1. Provisions contained in clause 13.25, 13.32, 13.38 & 13.39 of MES Schedule are to be adopted for laying floors and pavements. 9.1.2. 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. For types of flooring, refer schedule of finishes/drawing including notes thereon. 9.1.3. Sinking of floors in kitchens, toilets, baths and WCs etc where shown on drawings shall not be achieved by reducing RCC slab thickness. 9.1.4. Connected ramps shall have the same type of floors as adjoining floors of building and shall have in addition chequered finish. 9.1.5. Treads and landings of stairs, steps on entrance, risers and skirting shall have matching finish i.e. terrazzo or PCC as indicated on drawings. 9.1.5.1 Wherever kota stone flooring has been shown on tread of steps shall be bull nosed. 9.1.6. Cast-in-Situ terrazzo finish unless indicated otherwise on schedule of finishes drawings shall be with 100% grey cement. Where cast-in-situ terrazzo with white cement has been indicated, it shall be with 100% white cement mixed with pigment of light shade if so directed by GE without any extra cost. Pozzolana or slag cement shall not be used for floor topping. 9.1.7. Marble aggregate (chips) for cast-in-situ terrazo flooring shall be 7 to 9 mm (grade I) and for dado/skirting it shall be 2 to 4 mm (grade-I). The colour of marble chips shall be as approved by GE. 9.1.8. Surfaces of floors, skirting/dado when finished in terrazzo Kota stone shall be polished without use of bees wax as specified in relevant clause of MES Schedule. 9.1.9. 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. 9.1.10. Floor finish over RCC slabs shall be laid all as specified in MES Schedule. Floor topping of Cast-in-situ P.C.C shall be finished even and smooth using extra cement. 9.1.11. Sub floor may not be laid in panels. Under-layer and topping layers of cast-in-situ PCC and terrazzo floors shall be laid in square or rectangular panels as directed by Engineer-in-Charge, Length of panel not exc. 2.0. metre, length to width ratio not exc. 1.5 times in rectangular panels. However, area of each panel shall not exceed 2.00 sqm as specified. 9.1.12. Dividing strips shall be of glass sheet 2 mm less wide than thickness of floors (including topping in case of terrazzo floors) and 4.00 mm nominal thickness. Top of dividing strips shall be finished smooth with top surface of floor. In baths/WC terrazzo finish in flooring and skirting, no dividing strip shall be provided. 9.1.13 Skirting shall be provided of same finish as for floor

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 279

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

9.1.14 Wherever terrazzo tiles/terrazzo finish in flooring & skirting shown in Sch of finishes, it shall be read as Non Skid Ceramic Tiles. 9.2. Type and composition of Floors. Floor finish shall be, as shown on drawings, and shall be laid as specified in MES schedule 2009 Part-I and as hereinafter: -

Srl No.

Floor Element

Specification Situation Remarks

1 2 3 4 5

9.2.1. Sub grade Rammed earth filling as per site

requirement and as directed by GE. Ground floors in all situations.

9.2.2. Base/Sub-floor

(a) 75 mm thick PCC 1:5:10 type E2 (using 40mm grades stone aggregate)

Ground floors of all buildings including verandah / platform and ramps of all types of bldgs and all types of repair bays except for building & location given hereinafter.

(b) RCC Slab. First floors and subsequent floors.

(c) 75 mm thick hardcore (Broken stone Aggregate) compacted & consolidated.

Plinth protection/ ramp/shaft/paving.

(d) 100 mm PCC 1:4:8 type D-2 (using 40 mm grades stone aggregate)

Hard standing, garages, repair bay, gun sheds

9.2.3. PCC floor topping.

(a) 40 mm thick PCC 1:2:4 type B1, using 20 mm graded stone aggregate, laid in panels in one layer using dividing strips, finished even and smooth using extra cement.

All situations where PCC flooring as indicated in drawings except for locations described here in under.

(b) 75 mm thick PCC (1:2:4) type B-1 using 20 mm graded aggregate, with chequered finish.

Ramp

(c) 50 mm thick PCC 1:3:6 using 20 mm graded stone aggregate

Shaft only

(d) Epoxy flooring over PCC floor as specified above including provision and mixing of hardner.

Main garage.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 280

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

Srl No.

Floor Element

Specification Situation Remarks

1 2 3 4 5

9.2.4. Cast-in-situ

terrazzo flooring with white cement and pigment

10 mm thick cast-in-situ terrazzo with white cement mixed with light cream pigment with border of coloured pigment as approved by GE over under layer of 30 mm thick PCC (1:2:4) type B0 (using 12.5 mm graded aggregate) laid in panels using dividing strips.

As indicated in schedule of finish.

9.2.4A Cast-in-situ terrazzo flooring with grey cement and no pigment

10 mm thick cast-in-situ terrazzo with grey cement as approved by GE over layer of 30 mm thick PCC (1:2:4) type B0 (using 12.5 mm graded aggregate) laid in panels using dividing strips.

As indicated in schedule of finish.

9.2.5 Ceramic tiles floor

Ceramic tiles shall be coloured and of size 400x400x 6 to 7 mm thick tiles joint less shall be laid on 20 mm thick screed in CM 1:4 over sub base over rammed earth in ground floor.

Where indicated in schedule of finishes.

9.2.6 Chequerred cement concrete tile flooring confirming to IS-13801-1993 as approved by GE

Chequerred cement concrete tile of size 250x250x22 mm thick shall be laid over 20 mm thick screed in CM 1:4 over sub base / sub floor, set, jointed and pointed with neat cement slurry with pigment to match the colour of tile.

As indicated in Schedule of Finishes.

9.2.7 Non skid ceramic tile with mat finish

Non skid ceramic tile with mat finish shall be laid over 20mm thick base of Screed in CM 1:4 over sub base. The size of non skid tile shall be 400 x 400 x 6 to 7 mm with light colour grey/ ivory and jointless and jointed the neat cement slurry and pointed in white or coloured cement to match colour of tile. The design of tiles shall be as approved by GE.

As indicated in Schedule of Finishes.

9.2.8 Vitrified Tile Flooring

Coloured vitrified tiles (mirror finish) of size 600x600 and 8 to 10 mm thick of make as listed in Appx „B‟ of tender documents of shade and pattern as directed by GE over 20 mm thick screed in CM 1:4 over sub base/ RCC slab.

As indicated in Schedule of Finishes.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 281

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

Srl No.

Floor Element

Specification Situation Remarks

1 2 3 4 5

9.2.9 Kota Stone

flooring 18 to 20 mm thick mirror polished Kota stone of size 600 X 600 mm with 16 to 18 mm thick with 100 mm wide white marble strip/border shall be laid over 20 mm thick bedding layer of CM 1:4 over slab/sub base/grade.

Where indicated in schedule of finishes.

9.2.9A Kota stone skirting

18 to 20 mm thick kota stone shall be laid in the manner as specified in clause 13.47 of SSR Part I. Kota stone shall be laid over 10 mm thick screed bed in CM 1:3, colour & shade as per floor finish.

Where indicated in schedule of finishes.

9.2.10 PCC Coloured interlocking tiles

Machine pressed precast concrete coloured interlocking paver line of any shape and any size confirming to IS-15658-2006 of 60mm thickness and M-35 grade as approved by GE over sand cushioning over 75mm thick PCC 1:5:10 type E-2 sub base over rammed earth filling

Where shown in drawing/ schedule of finishes.

9.2.11 Precast cement concrete tiles

20 mm thick Precast cement concrete tiles of size 250 x 250 mm/ 200 x 200 mm over 20 mm thick screed in CM 1:4 mixed with water proofing liquid over RCC slab shall be laid.

Terraces/ where shown in drawing/ Sch of finishes

9.2.12

Glazed ceramic tiles in dado

Ceramic tiles of size 300 x 200 x 6-7 mm thick tiles with light colour (with provn of contrast colour tile border as approved by GE) over 10 mm thick screed in CM 1:3, set and jointed in neat cement past and pointed with coloured to match with the tile.

As indicated in Schedule finishes.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 282

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

Srl No.

Floor Element

Specification Situation Remarks

1 2 3 4 5

9.2.13 Acid

Resistance Tiles Skirting

15 mm thick acid resistant, vitreous ceramic and glazed tiles conforming to IS-1457 of size as approved by GE shall be laid over 15 mm thick screed in CM 1:4 in skirting. Laying shall be as specified here in before. Setting, jointing & pointing of tiles shall be in chemicals resistance mortor, raising type all as specified.

As indicated in Schedule of finishes

9.2.14 Acid Resistance Tiles flooring

25 mm thick acid resistant, vitreous ceramic and glazed tiles conforming to IS-1457 of size as approved by GE shall be laid over 20 mm thick screed in CM 1:4 in flooring. Laying shall be as specified here in before. Setting, jointing & pointing of tiles shall be in chemicals resistance mortor, raising type all as specified.

As indicated in Schedule of finishes

NOTE: -

(i) Wherever PCC/terrazzo floor is required to be provided on RCC member, the top surfaces of RCC members shall be smeared with cement slurry @ 3 kg/sqm before providing flooring. The cost of the same shall deem to be included in the lump sum cost quoted by contractor.

(ii) Contractor may use bigger size of floor tiles without any extra cost to Govt.

(iii) Flooring/skirting and finishes of lobby wherever not shown in Sch of finishes shall be

same as in adjacent /connecting rooms. 9.3. WATER PROOFING TREATMENT TO SUNKEN FLOOR SLABS OF BATH / WCs / TOILET ETC. 9.3.1 The RCC slabs of sunken portion shall be laid flat having slope of 1:20 at top by increasing thickness of slab at ends and decreasing at centre. The thickness of slab shown in drawing shall be deemed at centre of slab. Further lateral slope in central portion shall also be provided. At the lowest portion a PVC relief pipe (spout) of 40 mm of dia shall be provided as explained here in after. The concrete in sunken portion floor slabs shall be mixed with liquid WPC @ 200 ml per 50 kg (bag) of cement or as per manufacturer's instructions. However, deviation if any shall be priced at the rate of 2% by weight of cement with dry WPC. 9.3.2 The existing surfaces both at horizontal & vertical shall be cleaned by removing all the loose mortar, laitance, dirt dust etc by chisel hammer/wire brush/jute brush and air blower machine. Two coats of elastomeric compound viz. beck bond WPC - 30 (Make - Beck India Ltd) / Master coat IRC (Make - Conchem India) over one coat on neat primer i.e. Super Latex (Make- Dr. Fixit) / Master bond (Make - Conchem) shall be applied on the cleaned surfaces.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 283

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

9.3.3 Application of polysulphite sealant (Make- Dr, Fixit/STP/Chowskey) around any outlet pipe of 75mm bore (Approx 25mm wide and 10 to 12mm deep) in toilet/kitchen/washing areas and the like shall be given to make water tight. 9.3.4. Application of polysulphite sealant (Make - Dr Fixit/STP/Chowskey) around any outlet pipe of 100 mm bore (Approx 25mm wide and 10 to 12 mm deep) in toilet/kitchen/washing areas and the like shall be given to make water tight. 9.3.5. 15mm thick plaster in cement mortar 1:3 using liquid water proofing compound @ 200 ml per 50 kg (bag) of cement or as per manufacturer's instructions shall be applied at both horizontal & vertical surface. However, deviation if any, shall be priced at the rate of 2% by weight of cement with dry WPC. 9.3.6. The sunken portion shall be filled with lean concrete 1:5:10 using brick aggregate as approved by GE including fixing of sanitary items requiring embedding in cement concrete. 9.3.7 The sunken floor shall then be tested for leakage/seepage by ponding it with water for minimum 72 hours. There shall not be any seepage/dampness in the slab as seen underneath and sides. 10. PLASTERING AND POINTING 10.1. General. 10.1.1. Plaster and/or skirting/dado shall be returned in jambs, soffits of lintels and window cills etc. 10.1.2. Where plaster on concrete surfaces is shown to match the adjacent wall surfaces, the mix of plaster shall be as for the brick surfaces. 10.1.3. All plastered surfaces shall be trowelled to a smooth and even surfaces without using extra cement. 10.1.4. All external finishes (plaster/Pointing etc) shall be carried out upto 15 cm below ground level. 10.1.5. Thickness of cement plaster mentioned hereinafter shall be finished thickness exclusive of dubbing. Dubbing may however be done in one operation with plaster.

10.1.6. All corners, angle, junctions, and edges shall be truly vertical or horizontal as the case may be and shall be carefully finished. Corners around jambs of openings and junction of walls shall be rounded to minimum radius of 5 mm. 10.1.7. 150 mm wide chicken wire mesh 0.71 mm dia of wire and 25 mm x 25 mm mesh size at the junction of RCC & brick masonry or grip other dissimilar material (internally & externally) before plastering shall be provided. 10.1.8. Particular attention of the contractor is invited to take notice of local practices and local availability of materials like bricks, stones, sand, form work etc for any extra quantity of mortar required, extra dubbing required, touching up for achieving smooth and even surfaces. This shall be deemed to have been included in the lumpsum or the item rate quoted for plasterwork, as applicable. 10.2. Materials. 10.2.1. Cement. Refer cement here-in-before. 10.2.2. Sand. Refer clause, 14.5 of MES Schedule.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 284

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

10.3. Cement Plastering to surfaces. 10.3.1. Internal surfaces of masonry work indicated in schedule of finishes of buildings including inside surfaces of CBs, ward robes and lofts etc under Schedule „A‟ Part I shall be plastered with 12 mm thick in cement mortar (1:6). Risers of steps if indicated on drawings shall be plastered with 10 mm thick cement mortar (1:4). 10.3.2. All external masonry surfaces, except where otherwise specified shall be plastered 15 mm thick in cement mortar in two layers consisting first layer 10 mm thick in cement and sand mortar 1:6 and top layer 5 mm thick in cement mortar 1:4 mixed with approved water proofing compound as per manufacturer‟s instructions subject to a minimum of 3% by weight of cement in top layer (5 mm thick) only. In case of deviation, the quantity of water proofing compound shall be taken as 3 % by weight of cement. 10.3.3 All external masonry surfaces, except otherwise shown on Schedule of Finishes, shall be provided with washed stone grit plaster two layers, under layer 12mm cement plaster in CM 1:4 finished rough by combing with jute brushes for proper bound followed by the under layer applying cement slurry @2 kg/sqm top layer 15mm thick with mixture 1 part of cement and 1.5 part of crushed stone marble chips of approved quality of shade and size as approved by GE with 12mm wide and 15mm deep grooves including scrubbing with brushes and washing the top layer with water to expose stone chipping complete. Grooves shall be painted with weather proof paint. Spacing of grooves shall be all as directed by GE. 10.4. POINTING. 10.4.1. Pointing to brick masonry wall where shown shall be keyed pointing in cement mortar (1:3) unless any other type of pointing is specified or indicated on drawings. 10.5. SKIRTING AND DADO. 10.5.1. KOTA SONE SKIRTING. Wherever kota stone floor is indicated kota stone skirting shall be provided all as shown on drawings to matching with the adjoining floor over 10 mm thick screed bed of cement mortar (1:3). Height of Kota stone skirting where not shown on drawings shall be 10 cm for skirting. The glazed tiles in dado of 1150 mm or as indicated in Drg in lobby near mirror and two metres or door height in toilet/bath (whichever is more) Junction of floor and dado/skirting shall be rounded to a minimum radius of 5 mm and top edge of skirting/dado to be finished slightly tapered so as to avoid accumulation of dust over it. 10.5.2. CEMENT DADO. Cement skirting/dado shall be provided adjoining PCC floors in locations indicated in drawings. It shall be 15 mm thick on brick wall consisting of 5 mm thick setting coat in cement mortar 1:2 over 10 mm thick on screed bed in cement mortar 1:4. Height of cement dado/skirting where not shown on drawings shall be as specified for kota stone skirting/dado. It shall be in line with plastering and separated with a groove. Junction of floor and dado/skirting shall be rounded to minimum radius of 5 mm and top edge skirting/dado to be finished slightly tapered so as to avoid accumulation of dust over it. 10.6. GLAZED CERAMIC TILES DADO. 10.6.1 Colour glazed tiles where shown on drawings shall be laid in the manner as specified in relevant clause of MES Schedule. Glazed tiles in dado shall be the coloured to match with floor tiles and of size 300 mm x 200 mm or near size x 6 mm thick irrespective of whatever is shown on drawings. These shall be laid over screed of 10 mm thick in cement mortar (1:3) and set and jointed in neat cement slurry and

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 285

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

pointed in white cement and colour pigment to match the tiles. Height of dado shall be as specified and shown on drawing. Glazed tiles shall conform to IS-13712.Dado in kitchen shall be provided upto 2100 mm height. 10.7. Plaster Band. Band in extra cement plaster shall be 10 mm thick in cm 1:4 over existing plaster as indicted/shown on drawings. 11. WHITE/COLOUR WASHING AND CEMENT BASE PAINT

11.1. All synthetic enamel paint, emulsion paint shall be of Ist quality manufactured by the standard firms of make as per Appendix „B‟.

11.1.1. The contractor shall inform the GE, within four weeks of the acceptance of the tender, the brand names of the manufacturers of paint proposed to be used in the works and submit sample thereof well in time and obtain prior written approval of the GE before their use in the work.

11.1.2. The contractor shall, when so required by the GE, produce certificate from the manufacturer or their authorised dealer/representative to establish that the brands of paints purchased by the contractor from them satisfy the requirements of the relevant Indian Standard. 11.1.3. Paints for priming coat, under coat and finishing coat shall be of same manufacturer.

11.1.4. Tint of paint, if not mentioned in drawings/schedule of finishes will be approved by the GE. 11.2. Workmanship.

11.2.1. All wood work required to be painted shall be smoothened, sized and knotted and then applied with priming coat. Stopping and filling (filler coat) shall be done after priming coat and surface rubbed down to a level of smooth surface and thereafter under coat and finishing coat applied, all as specified in clause 17.6 of MES Schedule. Steel and iron work shall be painted in the manner as specified in clause 17.8 of MES Schedule.

11.2.2. The surfaces indicated in the Schedule of finishes to be given aluminum paint shall be given two coats of aluminum paint conforming to IS-2339, over a coat of appropriate primer.

11.2.3. No treatment shall be given to reinforcement.

11.2.4. Other steel surfaces (except GI pipes) and wood work exposed to view but not covered in Schedule of finishes or their finishing is not specifically indicated in any other drawings or specified elsewhere, shall be given two coats of synthetic enamel paint over a coat of primer of tint as directed by the GE.

11.2.5. Bottom of door shutters shall be given one coat of primer only.

11.2.6. Irrespective of what is indicated on drawings and specified elsewhere, finishing coat and under coat shall be with synthetic enamel paint.

11.3. Tarring. The backs of wooden chowkats in contact with brick brick/plaster etc. and also wooden/steel surfaces embedded in walls of tar and sanded.

11.4. Cement Slurry. Portions of MS bolts, lugs, anchor bolts etc embedded in concrete shall be treated with neat cement slurry.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 286

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

11.5 French Polish. The wood work in railing and built-in furniture‟s, where indicated to be polished shall be French polished all as specified in clause 17.7.4 of MES Schedule.

11.6 WHITE WASHING:-Refer Para 15.12 of SSR Part I. The quantities of lime, water, gum Sodium chloride and blue etc. shall be as specified in Para 15.12 of SSR Part I. Unless specified otherwise elsewhere/ shown in drgs new plastered surfaces / unplastered surfaces shall be treated with three coats of White wash. White wash shall strictly be carried out as per Para 15.12.5 of SSR Part I. 11.7 COLOUR WASHING:-Refer Para 15.12 of SSR Part I. The quantities of lime, water, gum, Sodium chloride, blue and mineral colour etc. shall be as specified in Para 15.12 of SSR Part I. Mineral colour shall be added to extent required to achieve required shade/tint. Unless specified otherwise elsewhere/ shown in drg new plastered /un-plastered surfaces shall be treated with two coats of colour wash over one coat of White wash. 11.8 DISTEMPERING WITH DRY DISTEMPER:-Refer Para 15.13 of SSR Part I. unless specified otherwise elsewhere/ shown on drawings all newly plastered /un-plastered internal surfaces shall be treated with one coat of primer followed by two coats of dry distemper. 11.9 DISTEMPERING WITH OIL BOUND DISTEMPER / EMULSION:-Refer Para 15.14 of SSR Part I. Unless otherwise specified elsewhere/ shown on drawings all new plastered /un-plastered surfaces shall be treated with one coat of primer followed by two coats of oil emulsion and old surfaces shall be treated with one or more coats of oil emulsion as indicated. Newly Plastered surfaces distempered, before a period for 06 Months, shall be treated with a coat of alkaline resistant priming paint. 11.10 CEMENT PAINTING:-Refer Para 15.15 of SSR Part I. To prevent algae growth and moss growth and efflorescence, silicon base water repellant compound shall invariably be added as directed by EIC. Unless otherwise specified elsewhere /shown on drawings newly external plastered/un-plastered surfaces shall be applied with two coats of cement base paint over one coat of cement base primer. 11.11 Weather Coat : Two coats of weather sealed paint shall be applied over a coat of primer all as shown on Schedule of finishes and as specified in IS 12027-1987. It shall be of make Asian Paints (Apex) / Berger (Weather Coat). 11.12 Irrespective of what is shown in Schedule of Finishes, Internal Plastered Surfaces of walls / ceiling shall be provided with one coat of wall care and white cement putty (Birla white / JK Wall Care) to have uniform smooth finish. Contractor‟s quoted rates for Sch „A‟ Part-I shall be deemed to include the cost of the same. 12. GLAZING: -

12.1 GENERAL: - Unless specifically mentioned otherwise in drawings/ elsewhere in particular specifications, glazing to windows/vents/doors etc., where shown on the relevant drawing shall be with 3.00 mm thick nominal sheet glass up to 0.5 sqm and 4.0 mm thick exc. 0.5 Sqm for each pane.

12.2 MATERIALS: - 12.2.1 SHEET GLASS:-Refer Para 16.2 of SSR Part I. Sheet glass shall be conforming to IS-2835. 12.2.2 FROSTED GLASS:- Frosted glass shall be as specified in Para 16.15 of SSR Part I. 12.2.3 PUTTY: - Refer Para 16.5 of SSR Part I. It shall be conforming to IS-419.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 287

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

12.3 WORKMANSHIP:- 12.3.1 GLAZING WITH PUTTY:- Refer Para 16.6 to 16.10 and 16.13 of SSR Part I. 12.3.2 GLAZING WITH BEADS:- :- Refer Para 16.6 to 16.8 and 16.13 of SSR Part I. Beads shall be fixed with screws. 12.3.3 GLAZING IN STEEL SURROUNDS:- Refer Para 16.6 to 16.8, 16.9,16.10 and 16.13 of SSR Part I. Beads shall be fixed with screws. 13. PAINTING:- Type of Finishes shall be, as shown on drawings, and shall be as specified in MES schedule 2009 Part-I and as hereinafter: 13.1 GENERAL: - 13.1.1 All synthetic enamel paint, emulsion paint shall be of 1st quality. 13.1.2 The contractor shall inform the GE (U) E/M Meerut, within four weeks of the acceptance of the tender, the tender, the brand names of the manufacturers of paint proposed to be used in the works and submit sample thereof well in time and obtain prior written approval of the GE (U) E/M Meerut, before their use in the work. 13.1.3 The contractor shall, when so required by the GE (U) E/M Meerut, produce certificate from the manufacturer or their authorized dealer/representative to establish that the brands of paints purchased by the contractor from them satisfy the requirements of the relevant Indian Standard. 13.1.4 Paints for priming coat, under coat and finishing coat shall be of same manufacturer. 13.1.5 Tint of paint, if not mentioned in drawings/schedule of finishes will be as approved by the GE (U) E/M Meerut. 13.2 MATERIALS:- 13.2.1.Refer Para 17.2 of SSR Part I. 13.2.2 SYNTHETIC ENAMEL PAINT:- It shall be conforming to IS-2932 and shall be one of the make specified hereinafter. 13.2.3 RED OXIDE ZINC CHROME PRIMER:- It shall be conforming to IS-2074. It shall be one of the makes/ brands specified hereinafter. It shall be of the same make as that of finishing / under coat. 13.2.4 COAL TAR BLACK: - It shall be of grade “A” conforming to relevant IS specifications and shall be one of the make specified hereinafter. 13.2.5 CREOSOTE OIL: - It shall be of type- I conforming to IS-218 and shall be one of the make/ brands specified hereinafter. 13.2.6 PINK PRIMER:- It shall be conforming to IS 3536 and shall be one of the make specified hereinafter. It shall be of the same make as of finishing coat/ under coat. 13.2.7 ALUMINIUM PAINT :-It shall be conforming to IS-2339 of Make as approved by GE(U) E/M Meerut in writing.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 288

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

13.2.8 FRENCH POLISH: - It shall be of make as specified. 13.3 WORKMANSHIP:- 13.3.1 GENERALLY: - Painting Generally:- Refer Para 17.3 to 17.5 of SSR Part I. 13.3.1.1 All wood work required to be painted shall be smoothened, sized and knotted and then applied with priming coat. Stopping and filling (filler coat) shall be done after priming coat and surface rubbed down to a level of smooth surface and thereafter under coat and finishing coat applied, all as specified in clause 17.6 of MES Schedule. 13.3.1.2 No treatment shall be given to reinforcement. 13.3.1.3 Steel surfaces (except GI pipes) and wood work exposed to view but not covered in Schedule of finishes or their finishing is not specifically indicated in any other drawings or specified elsewhere, shall be given two coats of synthetic enamel paint over a coat of primer of tint as directed by the GE (U) E/M Meerut. 13.3.1.4 Bottom of door shutters shall be given one coat of primer only. 13.3.1.5 TARRING. The backs of wooden chowkats in contact with brick brick/plaster etc. and also wooden/steel surfaces embedded in walls of tar and sanded. Cement Slurry. Portions of MS bolts, lugs, anchor bolts etc embedded in concrete shall be treated with neat cement slurry. 13.3.2 FRENCH POLISH. The wood works in railing and built-in furniture‟s, where indicated to be polished shall be French polished all as specified in clause 17.7.4 of MES Schedule. Minimum two coats of French polishing over a filler coat shall be applied. 13.3.3 PAINTING TO WOOD WORK:- Refer Para 17.6 of SSR Part I. 13.3.4 PAINTING STEEL AND IRON WORK:-Refer Para 17.8 of SSR Part I. Mordant solution made with composition of 64 parts of water and copper chloride, copper nitrate, aluminium chloride and HCL acid, each one part all by weight, shall be applied to GI surfaces @ 5 litres /100 sqm before application of red oxide etc. where GI surfaces ordered to be painted. All steel surfaces unless specified otherwise elsewhere be applied with two coats of synthetic enameled paint over one coat of primer 13.3.5 PAINTING OF AC BUILDING BOARDS/ PLASTER/CONCRETE/ BRICK AND STONE SURFACES:-Refer Para 17.9 of SSR Part I. New surfaces shall be applied with a priming coat of alkaline resistance priming paint conforming to IS 109, of the same make as that of paint. Over a coat of primer, two coats of paint shall be applied unless otherwise indicated. 13.3.6 CREOSOTING:- Refer Para 17.11 of SSR Part I. Unless specified otherwise in Schedule “A”, creosoting shall be done in two coats using creosote oil @ 1.00 litre per 10 sqm. 14. SANITARY, TOILET FITTINGS/APPLIANCES AND PLUMBING WORK.

14.1 GENERAL. 14.1.1 All sanitary appliances /fittings shall be of vitreous china (white/Ivory) first quality and shall be ISI marked and shall conform to IS-2556 for General requirements and the specific requirements as mentioned in relevant clause of MES Schedule.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 289

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

14.1.2 Flush pipe and socket of fittings rim of WC shall be jointed with white and red lead cement (white and red lead in equal proportion by weight) and linseed oil added to form paste. 14.1.3 „P‟ or „S‟ trap shall be of cast iron and jointed to Indian type WC pan with epoxy compound as directed by Engineer-in-Charge. These shall be of long neck pattern. 14.1.4 The sizes, given hereinafter are approximate sizes. The size of sanitary fittings to be provided shall be the nearest size as per manufacturers catalogue as approved by GE (U) E/M MEERUT. No price adjustment shall be made on this account.

14.1.5 Make – (a) EWC - TULIP EWC CAT No – 20053 alongwith cistern CAT No 21036 of Hindware or equivalent of Jaquar & Co. Pvt Ltd or Hindustan Sanitary Ware (1st quality) or Parryware (Super fine) or Cera (1st quality) or Johnson Pedder. (b) WHB - TOPAZ CAT No – 91028 of make Hindware or equivalent of Jaquar & Co. Pvt Ltd or Hindustan Sanitary Ware (1st quality) or Parryware (Super fine) or Cera (1st quality) or Johnson Pedder. 14.2 MATERIALS:- 14.2.1 BALL VALVES:- Refer Para 18.19 of SSR Part I. These shall be of HDPE, high-pressure type and shall conform to IS-1703, horizontal plunger type. The float shall be of polyethylene, high-pressure ball valves. The minimum weight shall be as specified in Para 18.19 of SSR Part I. The cost of ball valve shall be deemed included in lump sum cost, unless separate item is given in Schedule „A‟ for „Internal water Supply”. 14.2.2 WASTE FITTINGS: - Refer Para 18.20 of SSR Part I. Waste fittings for wash hand basins (vitreous chine/ trough type) and sinks shall be 32 mm dia. and 40 mm dia. respectively. Waste fittings shall also be of PTMT of make as specified. 14.2.3 WASTE PLUGS: - Refer Para 18.21 of SSR Part I. 14.2.4 CI SOIL, WASTE AND VENTILATING PIPES: - Refer Para 18.23 of SSR Part I. These shall be of CI, spun cast, ISI marked, any type, and spigot and socketed. CI fittings shall be conforming to IS-3989, medium weight. However 50 mm nominal bore CI spigot and socketed pipe and fittings may be sand cast having ISI certification mark as approved . 14.2.5 CI COWLS:- Refer Para 18.24 of SSR Part I. Unless otherwise indicated cowl shall be suitable for 50 mm nominal bore pipes. 14.2.6 NAHANI TRAPS:- Refer Para 18.25 of SSR Part I. These shall be consisting of gratings. 14.2.7 SGSW PIPES AND FITTINGS:- Refer Para 18.28 of SSR Part I. These shall be of grade „A‟. These shall be an approved product of BIS and shall have ISI certification mark. The rates given in SSR shall be deemed amended for the same. 14.2.8 CONCRETE PIPES:- Refer Para 18.29 of SSR Part I. Unless otherwise indicated these shall be of NP3 , non pressure type, ISI marked.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 290

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

14.2.8.1 SANITARY FITTINGS AND APPLIANCES:-Refer Para 18.32 of SSR Part I. These shall be of first quality. 14.2.8.2 Wash basins:- Refer Para 18.32.5 of SSR Part I. Unless otherwise specified specifically elsewhere these shall be of vitreous china white, size 630x 450 mm. Waste fittings of PTMT ,32 mm dia. shall be provided. 14.2.8.3 Stainless steel Sinks with Draing Board : - These shall be of stainless steel of size overall size 915mmx460mm with bowl size 410mmx 330 mmx160mm and made out of 1.00 mm thick sheet and fixed as directed by EIC. These shall be of make as specified herein after. Waste fittings of PTMT ,32 mm dia. shall be provided 14.2.8.4 Stainless steel Sinks : - These shall be of stainless steel of size overall size 495 mmx420mm with bowl size 410mmx330mmx160mm and made out of 1.00 mm thick stainless steel sheet and fixed as directed by EIC. These shall be of make as specified herein 14.2.8.5 Urinals: - These shall be of half stall type irrespective of what is shown on drawings or else where. Refer Para 18.32.7.2 of SSR Part I. 14.2.8.6 Poly-propylene moulded Flushing cistern: - Refer Para 18.34 of SSR Part I. Flushing cistern shall be low level type. These shall be of moulded polypropylene virgin. The capacity of cistern shall be 10 litres. Flush pipe shall be of PVC , 40 mm nominal dia. 14.2.8.7 Plastic water closet seat and cover: - Refer Para 18.36 of SSR Part I. These shall have recessed bottom. Seats and covers shall be of any of the materials as directed by EIC. 14.2.8.8 HDPE Water tanks:- These shall be ISI marked (IS-12701). These shall be of three-layer type. Unless specifically mentioned otherwise elsewhere/ shown on drawings, tanks shall be of 500 litres capacity. 14.2.8.9 Mirror:- Unless specifically specified otherwise elsewhere/ shown in drawings ,the mirror shall be of square size 600x450x6mm thick with beveled edges. Back shall be fitted with plywood, 12 mm thick BWP type, 5 ply and provided with aluminum “C” channel having wall thickness not less than 1 mm all-round to suit the thickness of glass (mirror) including plywood. The rates given in SSR shall be deemed for the same. 14.2.8.10 Gully traps:- These shall be of salt glazed stone ware, square mouthed 150mm ,‟P‟ trap type complying with the requirements of IS 651 duly fitted with Cast iron perforated grating of 150 mm x 150 mm bituminous coated. 14.2.8.11 Salt Glazed Stone Ware pipes:- Unless specified otherwise/ shown in drawings, SGSW pipe shall be of 100 mm nominal bore. These shall be ISI marked. 14.3 Water closet Pedestal Pattern : Irrespective of what is shown on drawings EWC shall consists of :- (a) Water closet wash down pattern of height 40 cm of vitreous china (white) bearing ISI marked with 'S' trap in ground floor and „P‟ trap in intermediate floors all as per IS-2556Part-II. (b) Plastic seat and cover with flat underside solid moulding, closed front pattern, with cover shall be as per IS 2548 (Part I). Seat and cover shall be of colour matching with WC with chromium plated hinge and nuts of make as given in Appx „B‟.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 291

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

(c) 10 litres discharge capacity low level PVC flushing cistern with siphon fittings, ISI marked as per IS-7231 moulded from virgin poly propylene fixed with rawl plug and screws as per manufacturer‟s instruction directed. (d) 32 mm dia PTMT of approved quality waste flush pipe bend to required shape including PTMT coupling. (e) The closet shall be screwed with brass screws to shisham wood plugs embedded in floor. (f) CP jet with PVC connection. Note : Where flushing cistern cannot be fixed in wall due to window/lintel as per sanitary plan, the same shall be fixed in the side wall with additional bend, the cost of which shall be deemed to include in the lumpsum cost of the building given in Schedule „A‟ Part-I. 14.3(a) Water Closet Squat Pan (Orissa Pattern) and Flushing Cistern: Wherever in drawings Long pan pattern WC is shown on drawings, these shall be Orissa pattern with integral foot rests shall be provided in toilets/WC of all buildings and shall have ISI Certification mark. WC shall be of size 580 x 440 mm white, provided with cast iron „P‟ or „S‟ trap, including following fittings: -

14.3.1 10 liter capacity low level PVC flushing cistern ISI marked with symphonic fitting, supported on a pair of 25 x 25 x 3 mm thick angle iron brackets, flushing pipe shall be of PVC, 32 mm dia. 14.3.2 The pan shall be set in PCC 1:5:10 using stone aggregate at least 15 cm around and finished just below the rim to receive the specified thickness of floor finish. 14.3.3 Where flushing cistern cannot be fixed in wall due to window/lintel as per sanitary plan, the same shall be fixed in the side wall with additional bend, the cost of which shall be deemed to be included in the lump sum cost of buildings given in Schedule „A‟ Part I. 14.4 Vitreous China Wash hand Basin with Mirror Wash hand basin vitreous china wherever shown in drawings shall consist of: - 14.4.1 Wash hand basin shall be of size 55 x 40 cm vitreous glazed ware, flat back with waste union and perforated grating (both fittings of brass chromium plated). 14.4.2 Pair of cast iron brackets. 14.4.3 32 mm dia PTMT waste pipe of approved quality fitted with brass chromium plated waste coupling outlet complete. Length of waste pipe shall be as indicated on drawing. 14.4.4 One 15 mm dia (bore) brass chromium plated pillar cocks/taps (where only cold water provision exists, only one pillar cocks shall be provided). The pillar tap shall not be measured and paid separately.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 292

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

14.4.5 Mirror shall be of square size 600x450x6mm thick with beveled edges. Back shall be fitted with plywood, 12 mm thick BWP type, 5 ply and provided with aluminum “C” channel having wall thickness not less than 1 mm all-round to suit the thickness of glass (mirror) including plywood. The rates given in SSR shall be deemed for the same. 14.5 Wash Hand Basin Trough Type With Mirror: WHB through type with mirror shall be provided/ constructed in locations shown in drgs with the following specification read in conjunction with the specification given here in before and shown on drgs. The WHB through type shall be consisting the following: - 14.5.1 Looking Mirror: - Mirror shall be 5 to 5.5 mm thick of approved make/ polished sheet glass with square corners and beveled edges and of size (over all) shown on drgs. Mirror shall be in one piece. Mirror shall have 6 mm thick back ply, commercial facing both side as specified. The edges of mirror and plywood shall be sealed with aluminum-anodized Channel of size 20 x 15 x 1.5 mm around.Mirror shall be fixed on wall with rawl plugs. Full size mirror whereever shown shall be length of equal to counter and height 1.0 mtr above the counter. 14.5.2 COUNTER TYPE WASH HAND BASIN:- It shall be of shape and size as shown in drg and shall be fixed with 16-18 mm thick dark Udaipur green marble slab provided/jointed over 20 mm screed in CM 1:6 and RCC slab 1:2:4 type B-0 mix. Reinforcement shall be provided as per drawing. Formwork for WHB shall be rough finished surfaces. Brick wall shall be rendered/finished as shown in schedule of finishes or any other drawing. Angle iron brackets shall be embedded in PCC blocks of 100 x 100 x 230 mm.Udaipur green marble stone 16-18 mm thick shall be provided on all external edges of RCC slab and the external edges of stone shall be half rounded alround. 14.5.3 Waste water pipe shall be PTMT, 32 mm nominal dia. fixed with all fittings. 14.5.4 Other details and specifications shall be followed wherever specified in these documents. 14.6 OVAL TYPE WASH HAND BASIN:- 14.6.1 These shall be provided in locations as shown in drgs. 14.6.2 Oval type wash hand basin of standard size shall be provided wherever wash hand basin shown on drawing and these shall be embedded in 18-20 mm thick granite slab over 18-20 mm thick screed in CM 1:6 over RCC platform. The lump sum amount quoted by contractor against respective items of Schedule „A” Part-I shall be deemed to be included for these Provisions. 14.6.3 Half stall urinals :- 14.6.3.1 Refer Clause 18.32.7 18.34 and 18.88 of SSR Part I. 14.6.3.2 Half stall type urinals wherever shown in drawings shall consist of: - (a). Vitreous china white Urinals of size 580x380x350mm. (b) PVC Automatic flushing cistern conforming to IS-2326. (c) HDPE ISI marked waste pipes shall be provided and these shall of 32 mm nominal bore. (d) The capacity of flushing cistern and the size of flush pipe for urinals shall be as Specified and directed by GE and Engineer-in –charge.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 293

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

14.7 SOAP NITCHE :-Soap niche shall be provided of size as shown on drawing and at place indicated by the Engineer-in-Charge and all sides of niche shall be finished as per the surrounding dado finish unless indicated otherwise on drawings. 14.7 (a). TOILET PAPER HOLDER :- Toilet paper holder shall be 150 mm x 150 mm recessed roll type and fixed all as directed, at the side of pedestal pattern WC.

14.8 NITCHE WITH WASH HAND BASIN:- Where glass or vitreous China shelf not indicated with wash hand basin, a niche of size 450 x 200 x 100 mm shall be provided. All sides of the niche shall be lined with white glazed tiles. 14.9 WATER STORAGE TANKS – Irrespective of whatever is shown in drawings, Water storage tanks shall be of HDPE vertical type. Water tank shall be rotational moulded polyethylene water storage tank. Water tank shall have triple-layered wall construction. The tank shall be installed in position truly level. The tank shall be placed on slab as shown on drawing Nos STD-157(Retraced) upto 2500 litres capacity. The installation of same shall be done as specified in particular specification and as per clause 18.60 of MES Schedule. The overflow and washout pipe shall be provided as shown in drawings. The cost of these pipes shall be deemed to be included in lump sum cost quoted by contractor against respective items of Schedule „A‟ Part I. Each water tank shall be provided with PTMT ball valve as specified hereinabove suitable for inlet pipe. Over flow pipe and washout pipe shall be provided for each tank separately. The dia of these pipes shall be as shown in drawings failing which these shall be of 25 mm and 20 mm nominal bore and brought up to nearest rain water pipe. However where RWP are provided these shall be extended upto 15cm above the Plinth protection. 14.10 PLUMBING WORK 14.10.1 GENERAL. 14.10.1.1 Plumbing work shall be carried out as specified in clauses 18.13 to 18.23 of MES Schedule (Part-I).

14.10.1.2. SOIL / WASTE / VENT PIPE / FITTINGS / ACCESSORIES. These shall be centrifugally cast spun pipe conforming to IS 3989 (1984) without ears except 50 mm dia vent pipe which shall be cast iron sand cast pipe. All the pipes and fittings shall have ISI certification mark. Fittings/accessories such as bends, junctions, branch pieces shall be provided with access door. NOTE :- In case particular size of pipe shown in drawing is not available/is not manufactured by manufacturers mentioned in tender documents, then pipe of next higher size available along with respective fitting shall be used and shall be provided by the contractor without any extra cost to the department. 14.10.1.2.1 JOINTING. All CI pipes and fittings passing through walls or embedded in floor/walls shall be jointed with epoxy compound joints as directed by Engineer-in-Charge and pipes and fittings which are not embedded in walls/ floors i.e. are on outer surfaces of walls shall be jointed in cement and sand mortar. However vent pipes shall be jointed in CM all as specified in MES Schedule. Waste/ soil pipes under floor/concealed portions shall be in single piece (except where single piece cannot be provided due to long lengths).

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 294

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

14.10.1.3 FIXING OF PIPES TO WALLS. CI pipes and fittings shall be fixed to wall all as specified in Clause 18.67 of MES Schedule (Part-I) with mild steel clamps. The horizontal distance between surface of pipe and walls shall be not less than 50 mm. 14.10.1.4 The CI vent pipe 50 mm nominal bore shall be extended 150 mm above the top level of water storage tanks above roof level as shown in TD drawing No TD/254 sheet 1/1. 14.10.1.5 FIXING OF NAHANI/FLOOR TRAPS:- Nahani/Floor traps shall be provided in situations as shown on drawings. These shall conform to IS 3989. Floor traps/Nahni traps shall be provided with cast iron grating. Where Nahani floor traps of 15.00 cms depth cannot be accommodated in sunken floor, a 300 mm x 300 mm portion of the RCC slab shall be sunken to the extent it accommodates the Nahani Trap without any additional cost. 14.10.1.5.1 Sunken Nahani trap shall be provided with an additional grating of stainless steel. The grating shall be of Stainless steel, round type, made out of 14 gauge stainless steel sheet of grade 304mm

NOTE : Where Nahani floor traps of 15.00 cms depth cannot be accommodated in sunken floor, a 300 mm x 300 mm portion of the RCC slab shall be sunken to the extent it accommodates the Nahani Trap without any additional cost.

14.10.1.6 SHORTER LENGTHS: - Except for WC connections, the contractor may use pipe pieces without sockets in shorter lengths (less than one pipe length) if approved by the GE(U) E/M Meerut and connect these to pipes fitting with double sockets/collars, including additional joints as specified above without extra cost to the Government. 14.10.1.7. FIXING OF GULLY TRAPS: - (a) Gully traps shall be of salt glazed stone ware complying with the requirements of IS 651. (b) Gully traps shall be provided to all outlets of waste water pipe at locations shown in drawings. Gully traps shall be square mouthed, 150 mm size, type „P‟ set in PCC (1:3:6) type C-2, block measuring 45 cms square, thickness of bed concrete shall be 10 cm. Jointing to drain pipe shall be done in cement mortar (1:1). (c) Cast iron perforated grating shall be 150 mm x 150 mm bituminous coated and fixed as directed by the Engineer-in-Charge. (d) PCC (1:2:4) type B-1 Kerb and RCC cover slabs shall be provided all as directed by the Engineer-in-Charge. 14.10.1.8. FIXING OF SALT GLAZED STONE WARE PIPES :- SGSW pipes shall be an approved product of BIS and having ISI certification mark and shall be laid and jointed all as specified in MES schedule. The excavation in trenches in any type of soil shall be done as per the width given in SSR Part II and depth as required at site. The trenches shall be back filled after testing of pipes with excavated earth in layers not exceeding 25 cm and surplus spoil disposed to a distance not exceeding 100 metres. All soil, waste and vent pipes shall be tested as specified in clauses 18.79.1 and 18.79.5 of MES schedule. Record of testing shall be maintained for separately for each building.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 295

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

14.10.1.9 PLUMBING STACK FOR WASTE PIPES, SOIL & VENT PIPES ETC. Irrespective of whatever is shown in drawings or else where specified the disposal system/plumbing stacks shall be provided in the following manner: - 14.10.1.10 SOIL PIPES AND VENT PIPES: 14.10.1.10.1 Ground floor and subsequent floor water closets: - Soil pipe shall be of Cast iron 100 mm nominal bore. It shall be connected to WC outlet and brought up to first manhole by providing branch pieces having access door, Heel rest bend and 100 mm dia pipe. Vent pipe 50 mm dia nominal bore shall be connected to branch pieces through CI reducers of required size and the pipe (vent pipe) shall be extended up to 150 mm above the top level of water storage tanks. CI vent pipes shall be provided with CI cowl. The system for ground floor and subsequent floors WC shall be provided as shown in drawing No TD/254 sheet 1/1 and single stack of soil pipes for ground and subsequent floors shall be provided. 14.10.1.10.2 Other details shall be provided as shown on Drg No. TD/254 sheet 1/1. 14.10.1.11 WASTE PIPES:- (a) Ground Floor and subsequent floors (Bath/kitchen/lobby/ toilet/water trough etc.) : - Waste pipe shall be of Cast Iron 75 mm nominal bore. It shall be connected to SNT/NT. The out let of SNT/NT shall be connected to CI bend/ CI Branch (with access door), CI pipe and bend brought up to gully trap and further extended up to first man hole all as shown in drawings. (b) Irrespective of whether shown in drawings or not, One gully trap at GF for each waste pipe stack shall be provided. (c) Wherever in drawings CI pipes 80 mm bore is shown shall be amended to read as CI pipe 75 mm nominal bore. CI soil pipe and waste pipe shall be of 100 mm nominal bore and 75 mm nominal bore shall be connected to first manhole which will be up to 3 metre from the outer edge of external wall. The cost of these pipes up to first manhole shall be deemed included in the lump-sum cost quoted against schedule “A” Part I. 14.10.1.12 LAYING OF SGWG PIPES /RCC HUME PIPES Refer Para 18.68 to 18.76 and 18.79 of SSR part I. Unless specified otherwise, PCC for bedding , hunching and surrounding or encasing shall be of mix type D2. Unless specified otherwise hunching shall be provided. Testing shall be done by smoke test, for pipe above GL and by water test if pipe is below GL. 14.10.1.13 TESTING. All soil waste and vent pipes shall be tested as specified in clauses 18.79.1 and 18.79.5 of MES Schedule. Record of testing shall be maintained for separately for each building. 15. NOSING TO STEP OF STAIR CASE: - Irrespective of whether shown in drawings or not shown, nosing to stair case of MS flat Iron 35x6 mm shall be fixed with holdfasts of size 25x3mm. 150 mm long split ended and embedded in PCC of treads (except wherever Kota stone/granite / marble shown in steps).

16. NUMBERING OF BUILDINGS:- Format for numbering of bldgs as shown in drawing No TD/313, sheet 1/1 shall be provided on both gable sides in CM 1:4, 10 mm thick. It shall be finished with white synthetic enamel paint, two coats. Bldgs Nos to be given with letters in black paint. Quarter Nos shall also be provided for each quarter with synthetic enameled paint at the location as directed by Engineer-in-Charge.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 296

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

17. RUBBER STOPPERS:- All the doors which are flush with wall, their shutters shall be provided with rubber stopper/PVC stopper at least 1 No per shutter to keep the shutter 40 mm away from wall. The dia of stoppers shall be not less than 40 mm. 18. CRUMPLE JOINT: Refer Drg No. STD-158 R Sheet 1/3 to 3/3 irrespective what ever mentioned elsewhere in these tender documents. 18.1 CRUMPLE JOINT AT ROOF: - It shall be provided at shown in drg. RCC of size 250x100 mm as shown in drg at one beam and RCC of size 100x100 mm on other beam shall be casted monolithically with Roof beam duly reinforced by extending reinforcement of RCC slab. Half brick wall shown in drg shall be constructed in Cm 1:4. Gap between the RCC and Half brick wall shall be 25mm. RCC slab shown at top shall be M-25 design mix duly reinforced with 8 mm bars 200 mm C/C both ways. Aluminum sheet shall be not less than 1.5 mm thick and shall be fixed with anchor bolts. Gap between the roof beams shall be filled with 25 mm thick preformed bituminous filler. Mastic filling shall be prepared as directed. 18.2 CRUMPLE JOINT AT ROOF( Inverted Beams) : - It shall be provided at shown in drg. RCC of size as shown in drg at one beam projected downward upto 150 mm above roof level shall be casted monolithically with Roof beam duly reinforced by extending reinforcement of RCC slab and RCC of size 100x100 mm on other beam. Half brick wall shown in drg shall be constructed in Cm 1:4. Gap between the RCC beam and Half brick wall shall be 25mm RCC slab shown at top shall be M-25 design mix duly reinforced with 8 mm bars 200 mm C/C both ways. Aluminum sheet shall be not less than 1.5 mm thick and shall be fixed with anchor bolts. Gap between the roof beams shall be filled with 25 mm thick preformed bituminous filler. Mastic filling shall be prepared as directed. 18.3 CRUMPLE SECTION AT INTERMEDIATE FLOORS: - It shall be provided at shown in drg. Aluminum sheet shall be not less than 1.5 mm thick and shall be fixed with anchor bolts. Gap between the beams shall be filled with 25 mm thick preformed bituminous filler. Mastic filling shall be prepared as directed. Top portion at crumple section shall be finished with tiles of adjoining finish duly giving gap of 5 mm for mastic filling. 18.4 CRUMPLE SECTION AT BEAM TO WALL OR BEAM TO BEAM WHEN ONE SIDE RAISED: - It shall be provided at shown in drg. RCC of size 100x100 mm on one beam inner edges casted monolithically with Roof beam duly reinforced by extending reinforcement of RCC slab & half brick on outer edge and one brick thick wall on other beam as shown in drawing shall be provided in CM 1:4. RCC slab shown at top shall be M-25 design mix duly reinforced with 8 mm bars 200 mm C/C both ways. Aluminum sheet shall be not less than 1.5 mm thick and shall be fixed with anchor bolts. Gap between the roof beams shall be filled with 25 mm thick preformed bituminous filler. Mastic filling shall be prepared as directed.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 297

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

18.5 CRUMPLE JOINTS FACES OF WALLS/ COLUMNS:- (a) EXTERNAL WALLS / COLUMNS FACES:-Crumple joints shall be provided wherever shown on drawings. Crumple joints on external face directly exposed to weather shall be filled with pre-moulded bituminous joint filler board to full depth of walls/ columns joint sealed with 25 mm thick bituminous filler board of approved make and all exposed face of crumple joints shall be covered with aluminium sheet powder coated of approved colour fixed with screws on both sides at interval of 20 cms. 18.6 CRUMPLE SECTION AT GROUND FLOORS: -Crumple joints at GF shall be provided as shown drg No. TD-244 Sheet 1/1 . Aluminum sheet 200 mm wide, 1.5 mm thick shall be fixed in mid of sub floor and half top thickness of sub base shall be filled mastic filling as directed. (a) INTERNAL WALL/ COLUMNS FACES:-Crumple joints shall be provided wherever shown on drawings. Crumple joints on internal wall face shall be covered with aluminium sheet powder coated of approved colour fixed with screws on both sides at interval of 20 cms. 19 BRICK STEPS: - Refer drg No. TD-313 for details. Brick steps shall be constructed in locations as shown in drawings ( where shown in main plan) . PCC under brick steps shall be in PCC 1:5:10 type E2 and brickwork shall be in CM 1:4. Unless otherwise shown in drawings/ specified elsewhere top of brick steps shall be provided with PCC 1:2:4 type B1, 40 mm thick chequered finish 20 mm projected. Sides & front of brick steps shall be rendered & finished as specified for external plaster. 20 RCC SCREEN WALLS: - Refer drg No. TD-313 for details. These shall be provided in locations as shown in drawings. RCC screen walls shall be of Mix 1:2:4 type B1. The screen walls shall be overall 50 mm thick. Unless shown otherwise in drawings, top surfaces of RCC screen walls shall be provided with 5 mm thick terrazzo finish using 100% white cement with or with out pigment to match with the adjoining surfaces. Screen wall shall be reinforced with 8 mm TMT bars @ 150 mm c/c in both directions. PCC platform as shown shall be in PCC 1:2:4 type B1. Top surfaces shall be finished matching with adjoining surfaces of floor. 21. CILLS: - Refer drg No. TD-313 for details. Irrespective whatever shown on drawings or mentioned elsewhere in these tender documents ,Cills shall be of kota stone . 22 KOTA STONE CILLS :- Cills shall be of kota stone & shall be of 18-20 mm thick . Kota stone cills bedded over 15 mm thick screeding in CM 1:3 and jointed in grey cement mixed with pigment to match the color of stone. Unless specified otherwise / shown in drawings these shall be extended in walls by 75 mm on each side. Kota stone cills in external walls shall be extended 60 mm beyond external face of walls duly provided with throating . External edges of cills shall be rounded as directed by EIC. Kota stone cills shall be in single piece upto requirement of 2400mm 23 RAMPS :- Refer drg No. TD-313 for details of ramps. Ramp shall be provided in locations and of size as shown in (where shown in main plan) drawings. Depth of brick dwarf wall foundation shall be 500 mm. Ramps shall be constructed with the following specifications:-

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 298

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

(a) Excavation and earth work As specified here before including spreading leveling soil under floor, r.f.& r and removal of surplus soil if any to a distance of not exceeding 50 M

(b) PCC foundation 1:5:10 type E-2

(c) Antitermite treatment As specified for the adjacent buildings

(d) Brick Work Cement & sand mortar 1:6

(e) Base, Sub base and Floors As specified hereinbefore

(g) Rendering 15 mm thick in two coats plaster work. 10 mm thick under coat in CM 1:6 followed by 5 mm thick 1:4 using WPC @ 2% by weight of cement, top finished even and smooth all as specified.

(h) Finishing to rendered surfaces Two coats of cement base paint over a coat of cement base primer.

24.. Brick Parapets:- Brick parapets wherever shown in drawings shall be constructed in Cement mortar as specified. However, irrespective of whatever is shown in drawings, top of parapets shall be provided with 18-20 mm thick Kota stone, having length not less than 2000mm (except where lesser length is required). Kota stone shall be bedded over 15 mm thick cement and sand mortar 1:3. Kota stone shall be projected 50 mm on outer side and 15 mm on inner side (width) duly provided with throating and the edges shall be rounded as directed by EIC. Top of slab and edges shall be polished to give granite finish.

25. NITCH FOR INTERNAL ELECTRIFICATION:- Refer Drawing No. TD-051:-Unless specified/ shown in drawings otherwise, it shall be of type „A‟ and type „B‟. The size shown in drawings are tentative minimum sizes and therefore, its size shall be decided in consultation with EIC in the light of accessories required to be installed in niche based on details shown in electrical plan. Welding wherever required shall be continuous fillet weld. Steel required for fabrication of niche shall be of grade Fe-410-O or Fe-310-O. All exposed steel surfaces shall be treated with two coats of black bituminous paint. Steel surfaces in contact with masonry/ concrete shall be tarred. Brass Knob shall be of dia. 25 mm. Medium weight butt hinges shall be 75 mm long. Brick work less than half brick thick shall be in CM 1:3. 26. Built in Furniture Items: Referred to in reference to drawings and/or elsewhere shall deemed to be included in lump-sum cost inserted by contractors. These shall be provided with the following specifications : -

26.1 BOARD NOTICE :- These shall be size 900x600mm and fixed in locations as shown in drgs/ or

as directed by EIC. Board notice shall be constructed with the following specifications read in conjunction with specifications given here in before:-

(a) Particle board These shall be 25 mm thick teak wood, decorative face

veneered both face of exterior grade.

(b) Edging These shall be first class hard wood Shisham, 25x4mm finished size, wrought and fixed with

nails.

(c) Aluminium flat These shall be size 61x3.25 mm.

(d) Soft board and green As approved by GE. Baize cloth

(e) Al „E‟ type channel It shall be of wall thickness not less than 1.00 mm.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 299

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

(f) Sliding door shutters These shall be of sheet glass 4.00mm nominal

thickness of size 550x550mm, duly fitted with stainless steel roller two nos per panel.

(g) Painting All exposed wood/wood based surfaces shall be treated

with two coats of synthetic enameled paint over one coat of pink primer(Except veneered decorative)

(h) French polishing Veneered decorative face of particle board and edging shall

be French polished after applying filler coat.

26.2 Looking Glass: 26.2.1 Looking Glass shall be 5 to 5.5mm thick of approved make polished sheet glass with square corners and beveled edges and of size (Over all) shown on drawings. Unless shown otherwise the size of looking mirror shall be 600x450mm.

26.2.2 Looking glass shall have 9 mm thick back ply commercial facing both side as specified. The edges of looking mirror and plywood shall sealed with wooden finish plastic frame make & size as approved by GE.

26.2.3 Looking glass shall be fixed to rough ground made out of IInd class hard wood (Sal) wrought on all faces. The rough ground shall be fixed with screws to wooden plugs as shown on drawings. in case,

the size of looking glass not mentioned on drawings it shall be 600x450mm. Rough ground shall be tarred before fixing. 26.3 Book shelf and writing shelf: Book shelves and writing shelves shall be fixed/ provided in locations as shown in drawings. These shall be of size and shape as given in drg no TD-067 sheet 1/1. These shall be the following specifications irrespective of whatever mentioned elsewhere in these docs. 26.3.1 Book shelves and writing shelves:- These shall be fixed/ provided in locations as shown on drawings, fabricated as per drg no TD-067. These shall be fabricated out of 19 mm thick prelaminated particle boards decorative ( melamine faced) both sides. One face finished with teak finish & other balancing white or as directed by EIC. The edges of particle boards shall be sealed with first class HW Shisham of size 19 mm x 6mm, wrought on all faces and fixed with wooden screws. Book shelf shall be fixed by means of wooden plugs(03 Nos). Mild steel angle iron for fixing writing shelf shall be 60 mm long with fish tailed. Prelaminated particle board shall be fixed to angle iron with screws. PCC blocks shall be 1:2:4 type B1 mixed. All mild steel work embedded in PCC shall be tarred before embedding & exposed surfaces shall be painted with two coats of synthetic enamelled paint over one coat of red oxide primer. wooden edging shall be French polished to give glossy finish. Irrespective of whatever is specified, these shall form part of contract agreement. 27. Display cup board Display cup board shall be made of size and shape and shall be provided to the locations as shown on drg No TD/047 Sheet 1/1.

(a) Display cup board shall be made of 19 mm thick block board with teak face (out side) box fixed to walls with cadmium screws and Rawl plug. (b) „T‟ Iron of 25 x 25 x 3 mm - 3 Nos Support shall be provided at the bottom of display cup board and embedded in walls with PCC block 230 x 230 x 230 mm.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 300

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

(c) 12 mm x 12 mm wooden bearer shall be provided of Ist class hard wood shisham as shown on drgs. (d) 5.5 mm thick sheet glass of approved make shall be provided as a shutter to display cup board fixed on aluminium channel with sliding device (6 Nos) and double grooves of standard size. (e) F.I. grill shutter of shape and size as shown on drg shall also be provided to Glass shutters. (f) Shelf of the cup board display board shall also be made of 19 mm thick block board. All wood/steel work shall be given two coats of synthetic enamel paint over a coat of primer. Chromium plated knob shall be provided to each glass shutter of size as shown on drg.

28. Black Board Fiber glass (1200 x 900mm) – Drawing No AED/MH/Misc-09, sheet MI-

09) (i) 6mm thick plywood, grade BWP, type BB, confirming to IS-303-1975 shall be fixed on wall with rawl plugs and screws as shown on drawing and as directed. Over plywood 12mm thick fiber glass black board shall be fixed. (ii) Aluminium channel shall be fixed around the board all as shown on drawings. (iii) Rest all as specified and shown on drawing.

29. Peg Set of three / six (Drawing No. FD-253

(i) Base of peg set shall be of Ist class hard wood shisham of size as shown on drawings. (ii) Aluminium hook / rod shall be bent to shape and riveted to aluminium flat at one end with rawl plugs and screws as shown on drawings. (iii) Set of peg shall be finished with aluminium anodized matt finish.

30. Mirror with self (FD-52), sheet No. 1/1

(i) Mirror shall be of provided all as shown on drawings and as per standard trade practice. Mirror of size shall be as shown drawings.

(ii) Mirror shall be of make – Saint Gobain / Modi (iii) Timber shall be of teak wood. (iv) Shelf shall be of 18/19 mm thick 31. Show case : The slow case shall be built as per drawing No. FD-1028. The show shall be of size as shown on drawing and with the materials and workmanship as specified or directed by GE.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 301

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

32. Dressing Mirror (FD-378) :- Shape and size of dressing mirror shall be all as shown on drawings. 33. Cup Board (CB-1 & CB-2):- It shall be of size as shown in drgs of depth 600mm and shall be in location as shown in drg with the following specifications read in conjunction with specifications given here before and as shown in drawings:-

1. PCC Platform PCC 1:2:4 Type B1, top finished even and smooth without using extra cement.

2. RCC Shelves Structural design of slab shall be as shown for relevant width of RCC shelves. Top of RCC shelves shall be finished even and smooth with out using extra cement.

3. Wooden Frame It shall be of 1st class H W, wrought on all faces and fixed with Mild steel Hold fasts made out of 100 mm long FI 25x3 mm ( 4 nos) .

4. Shutters These shall be as shown on drawings.

5. Hasp and Staple These shall be of Aluminium anodized , 100 mm long .

6. Handles These shall be of Aluminium anodized, 150 mm long , die cast.

7. Finishing to wooden surfaces

All exposed surfaces of wood and wood base materials shall be treated with two coats of synthetic enamel piant over one coat of primer.

8. Tarring All steel surfaces and wooden surfaces in contact with masonry/ concrete shall be tarred before fixing in position.

9. Finishing exposed surfaces of concrete/

plastered surfaces

These shall be matching to the adjoining surfaces.

10. Ball spring catch To be fixed with both shutters.

35. Service Counter - Service Counter shall be provided in locations to the extent as shown in drawings. These shall be constructed as per details shown in drawings with the following specifications read in conjunction with specifications given here before and as shown in drawings:-

1. Wooden frame

It shall be of 1st Class HW Shisham , wrought on all faces and fixed with Mild steel Hold fasts made out of 100 mm long FI 25x3 mm ( 4 nos) and 04 nos of Mild steel expansion fasteners.

2. Shutters These shall be 35 mm thick made out of 1st Class HW shisham having panels of 12 mm thick commercial veneered both side, particle Boards. Stiles and rails shall be 80 mm wide.

3. Hinges Butt Hinges shall be medium grade, 100 mm long . Total nos of hinges shall be 14 Nos. ( 2 Nos each to intermediate shutters and 3 Nos each to end shutters.

4. Aldrop Bolts

These shall be of Mild steel, stove enameled black 150 mm long. Each shutter shall be fitted with 2 Nos bolts.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 302

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

5. Counter Slab

Counter slab shall be of RCC as specified for shelves. Structural design of slab shall be as shown for relevant width of RCC shelves. Top and edges of RCC Counter slab shall be provided with 18-20 mm thick Marble stone slab over 10 mm thick screed bed in CM 1:4. As far as possible Marble stone slab shall be in one piece in each direction. Hole when shown in drg shall be provided.

6. RCC Slab RCC slab below Counter shall be of RCC as specified for shelves. Structural design of slab shall be as shown for relevant width of RCC shelves. Top and edges of RCC slab shall be provided with 18-20 mm thick Kota stone slab over 10 mm thick screed bed in CM 1:4. As far as possible stone slab shall be in one piece in each direction. Hole when shown in drg shall be provided. Joints of Kota stone shall be finished to match the colour of tiles. Mitred joints shall be made at corners

7. Finishing to walls

All the vertical surfaces below counter and up to 600 mm above counter shall be finished with Ceramic glazed tiles over 10 mm thick screeding in CM 1:4. Joints of tiles shall be finished to match the colour of tiles. Mitred joints shall be made at corners.

8. PCC Platform

It shall be 100 mm high in PCC 1:2:4 type B1, top finished even and smooth without using extra cement.

9. Finishing to wooden surfaces

All exposed surfaces of wood and wood base materials shall be treated with two coats of synthetic enamel paint over one coat of primer.

10. Tarring All steel surfaces and wooden surfaces in contact with masonry/ concrete shall be tarred before fixing in position.

11. Finishing exposed

surfaces of concrete/ plastered surfaces

These shall be matching to the adjoining surfaces.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 303

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

36 Cup Board (CB):- It shall be of size as shown in drgs of depth 600mm and shall be in location as shown in drg with the following specifications read in conjunction with specifications given here before and as shown in drawings:-

1. PCC Platform

PCC 1:2:4 Type B1, top finished even and smooth without using extra cement.

2. RCC Shelves Structural design of slab shall be as shown for relevant width of RCC shelves. Top of RCC shelves shall be finished even and smooth with out using extra cement.

3. Wooden Frame

It shall be of 1st class H W, wrought on all faces and fixed with Mild steel Hold fasts made out of 100 mm long FI 25x3 mm ( 4 nos) .

4. Wire guaze shutters

These shall be 35 mm thick made out of 1st Class HW shisham . Stiles and rails shall be 80 mm wide.

5. Wire Gauuze

Wire gauze shall be of mild steel galvanized as specified here before and shall be fixed with wooden fillet/ beads of 10x10mm. Beads shall be mitred at corners.

6. Hasp and Staple

These shall be of Aluminium anodized , 100 mm long .

7. Handles These shall be of Aluminium anodized, 150 mm long , die cast.

8. Finishing to wooden surfaces

All exposed surfaces of wood and wood base materials shall be treated with two coats of synthetic enamel piant over one coat of primer.

9. Tarring All steel surfaces and wooden surfaces in contact with masonry/ concrete shall be tarred before fixing in position.

10. Finishing exposed

surfaces of concrete/ plastered surfaces

These shall be matching to the adjoining surfaces.

11. Ball spring catch

To be fixed with both shutters.

37. RCC 2 Tier Shelves :- It shall be of size s shown in drgs . Unless shown otherwise in main drg top and bottom shelf shall be 600mm and 450 mm wide. These shall be he following specifications read in conjunction with specifications given here before and as shown in drawings:-

1. RCC Shelves Structural design of slab shall be as shown for relevant width of RCC shelves. Top of RCC shelves shall be finished even and smooth with out using extra cement.

2. PCC Platform PCC 1:2:4 Type B1, top finished even and smooth without using extra cement.

3. Finishing exposed surfaces of concrete/ plastered surfaces

These shall be matching to the adjoining surfaces.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 304

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

38. Steel Lockers: - 38.1 Mild steel lockers shall be manufactured all as shown in drgs. Dimension/sizes as indicated on drawing are finished sizes and no tolerance in respect thereof shall be permissible. 38.2 All materials/fittings shall be new and shall be of quality as approved by the GE. 38.3 Steel sheet shall be cold rolled plain black mild steel sheet. these shall be flat and free from twist and other defects and shall not indicate any sign of crack/twist/distortion etc while bending. Thickness of shown on drawings shall be nominal thickness. 38.4 Steel iron pipe and sockets: - Steel conduit pipe shall be rigid pipe. Dia mentioned in drg shall be amended to read as 20 mm external dia. Thickness of pipe shall be 1.60 mm. Pipe shall be fixed two No sockets. Sockets shall be welded to sheets. Conduit pipes shall be Chromium plated. 38.5 Hinges: - 100 mm long pin type hinges made out of 3mm thick plain black steel plate made to the shape as shown in drg shall be provided. 38.6 Welding: - Welding shall be done by metal arc process in accordance with IS-816. GE may permit gas welding without any price adjustment. 38.7 Riveting: - Rivets shall be made out of mild steel rivet bar conforming to IS 1148 and shall have flat head and reasonably free from harmful surface defects. Members to be riveted shall be properly and rigidly held together while riveting. The head of rivets shall be central to sunk and shall grip the assembled members firmly. Size, Nos and spacing of rivets shall be as directed by the GE. However distance in between two rivets shall not be more than 100 mm. 38.8 Fabrication of Lockers: - Lockers shall be fabricated and manufactured as specified and shown on drawings. Sockets for conduit pipe, umbrella hanger, angle iron for sliding drawer for shoes, vertical joints of stiffener of shutter, shelves and locker shall be jointed by riveting. Though not shown in drg, bottom of legs shall be inward by 20 mm as per trade practice to have wider base of the lockers. Individual steel members/sections required for fabrication of lockers shall be in one piece and more than one piece to make the required size shall not be permitted. Joints as shown in drg shall only be permitted. 38.9 Painting:- All exposed surfaces of mild steel shall be applied with two coats of synthetic enameled paint over one coat of red oxide primer after the preparation of surfaces all as specified. Painting shall be done with sprayers. 38.10 Fixing of lockers:- These shall be fixed in locations as shown in drgs. The lockers shall be fixed in manners as shown in drgs in case fixing arrangements are not shown in drgs the lockers shall be fixed in manners as directed by GE. 38.11 Godrej Pattern Locks with Handle:- Irrespective of whatever is shown on drawing one No Godrej pattern lock (with duplicate keys) with handle shall be provided in each Built –in-locker. Size of handle shall be 125mm. 39. MISCELLANEOUS 39.1 General : Specifications for miscellaneous item are given for guidance. Drawings of respective items must be studied to avoid any likely ambiguity. All fittings and fixtures shown on drawings unless omitted specifically shall be provided as per details given in the drgs and their cost is deemed to be included in the lump sum cost of buildings in Sch „A‟ Part I.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 305

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

39.2. Nosing to step of stair case : These shall be angle iron 40x40x6mm and fixed with hold fast of size 20x3mm, 300 mm long with split end and embedded in PCC of treads complete all as directed and shown in drg.

39.3 Corner Reinforcement/Supporting bars/Chairs etc These shall be provided all as shown in TD drawings. In case these provision have been modified in main drawings specifically, then the provn of main drawings shall be followed.

39.4 MS Rungs Unless specified/shown on drgs otherwise these shall be provided as per drg No TD-067. PCC bed block shall be PCC 1:2:4 type B-1. Embedded portion of rungs shall be tarred and exposed surfaces painted as specified for steel surfaces.

39.5 Electrical Boxes. These shall be factory made duly painted all as specified and shown in drawings. These shall be fixed in locations as directed by EIC.

39.6 Rubber Stoppers. All the doors which are flush with wall, their shutters shall be provided with rubber stopper/PVC stopper at least 1 No per shutter to keep the shutter 40 mm away from wall. The dia of stoppers shall not be less than 40 mm.

39.7 Duplicate key box Duplicate key box shall be provided all as shown in drg No TD/047 Sh 1/1. 19 mm thick shisham wood box of size and shape as shown on drg shall be fixed on wall with wooden plugs. Standard steel hooks shall be as approved by Engineer-in-Charge. 3 mm thick ordinary plain glass shall be provided. Wooden surfaces shall be painted two coats of synthetic enamel paint over a coat of pink primer as directed. 39.8 GI Wire with Hooks. Two rows of GI wire of 4 mm dia shall be provided in balcony/platform of each quarter & shall be fixed with MS hooks. These hooks shall be painted with two coats of synthetic paint over one coat of primer. 40. Masonry platform: Hard standing shall be constructed with the following specifications read in conjunction with the specifications given herein below and shown in drawing :- (a) Excavation and earth work In any type of soil including disposal of surplus soil to a distance n.exc 50m

away, spread, leveled all as directed.

(b) PCC foundation PCC 1:5:10 type E2 (c) Brick work Cement mortar 1:4

(d) PCC floor 50 mm thick PCC 1:2:4 type B2 using 40 mm and below stone aggregate over 75 mm thick PCC 1:5:10 type E2 over filled and well rammed earth. Top surface shall be finished even & fair

(e) Type of foundation Type „B‟ (f) Thickness of wall 230 mm thick (g) Plaster and finishes As specified here-in-before and as directed by Engineer-in-Charge.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 306

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

41. Flower box:- The internal surfaces of flower box (planter) shall be finished with 5 mm thick cement mortar 1:3 over 10 mm thick cement plaster of mix 1:4 with 2% WPC by weight of cement to the full height. 42. Display window It should be provided as shown in drawings. 43. Wall paneling It should be provided as shown in drawings. 44. False Ceiling :- False ceiling shall be provided as per the manufacturer's instructions and as shown on drawings. 44.1. 12 mm thick gypsum board shall be provided all as per clause of MES Schedule 2009 Part-I and shall be fixed in ceiling as specified in clause of MES Schedule 2009 Part-I and as per manufacturer's details. 45. HARD STANDING:/APRON& ASSEMBLY;-- Hard standing/Apron and Assembly shall be constructed with the following specifications read in conjunction with the specifications given herein below and shown in drawing :-

(a) Excavation and earth work

: In hard / dense soil including disposal of surplus soil to a distance n.exc 50m away, spread, leveled all as directed.

(b) PCC foundation : PCC 1:4:8 type D2

(c) Brick work : Cement mortar 1:4 with fly ash bricks.

(d) PCC floor : 100 mm thick PCC (1:2:4) type B-1 over 150 mm thick PCC 1:4:8 type D-2 sub base over 100 mm thick hard core of broken stone aggregate. Top surface shall be finished even and fair without using extra cement.

46. WPC: Irrespective of whatever is specified elsewhere in these documents water proofing compound shall be liquid WPC and shall be provided @ 200 ml per 50 Kg (one bag) of cement or as per manufacturer's instructions. The compound shall be mixed with gauging water to be used for preparing concrete / mortar and then added to concrete / mortar mix. It shall not be mixed direct to dry mix of concrete / mortar. 47. ROLLING SHUTTERS: - Steel rolling shutters shall conform to the requirement of IS: 6248. Rolling shutters shall be gear operated type shutters (Mechanical type) fitted with ball bearings. These shall be operated by a bevel gear box and crank handle. Thickness of steel strip for curtain shall be 1.25mm. One pair of safety locks shall be fitted on the either cuts of the bottom lock plate. Rolling shutters shall be provided two coats of synthetic enamel paint over a coat of red oxide primer both side all as specified in SSR Part I. All remaining specification shall be followed as specified in clause 10.23 of SSR Part I (2009 print). 48. ALUMINIUM SHEET LINING TO WOODEN DOORS SHUTTERS:-Irrespective of whatever is shown on drawings 1 mm thick aluminium sheet up to top of middle rail on inner face and up to a height 200 mm on outer face shall be provided and also at bottom edge and side edge of all door shutters of toilets, baths and WCs fixed with cadmium plated mild steel screws @ 10 cm c/c as directed by Engineer-in-Charge. Aluminum sheet lining will not be provided where toilet and bath doors are having PVC shutters.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 307

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

49. PCC HARDSTANDING:- Refer drg No. TD-104 sheet ½ & 2/2. PCC HARD STANDING FOR NON TRACKED VEHICLE/ FLAG GROUND /CARS :-PCC Hard standing for non tracked vehicle / car /Flag Ground shall be constructed of size as mentioned in Schedule „A‟/ directed by Engineer-in-Charge at location shown in drawings/ directed by EIC, with the following specifications read in conjunction with the specifications of materials given as under:-

(a) Excavation and earth work : In any type of soil including disposal of surplus soil to a distance n.exc 50 m away, spread, leveled all as directed.

(b) PCC foundation : PCC 1:5:10 type E-2 (c) Brick work : Cement mortar 1:4

(d) PCC floor : 75 mm thick PCC 1:2:4 type B-1 using 20 mm graded stone aggregate over 75 mm thick PCC 1:5:10 type E2 over hard core. Top surface shall be finished even and fair without using extra cement. Top / finishing layer of floor shall be laid in panels of size as directed and joints of floor shall be filled with sealing compound Grade „A‟.

50. Form Work 50.1 Refer clause 3.7, 3.7.1 and 3.7.2 of particular specifications.

50.2 Finish to Concrete Exposed Surfaces: The contractor shall use proper form work so that the concrete in contact with forms on removal of form work presents a fair and even surface, and shall not be plastered. The surface shall be presentable without any further treatment. Any irregularities and protruding form work marks shall be removed and minor honey combing made good with 5mm thick cement and sand mortar 1:3 all as specified in clause 4.11.16 on SSR Part-I

50.3 Cement Base Paint All exposed surfaces of RCC Overhead Reservoir, staging, stair case/landing etc shall given two coats of cement base over a coat of primer after preparation of surfaces.

50.4 Painting All steel surfaces shall be painted with two coats of synthetic enamel paint over a coat of red oxide primer.

50.5 PCC Paving/Floor/Plinth Protection 75mm thick in PCC 1:2:4 type B-1 over 15cm thick hard core (broken stone aggregate of size 40-63 mm) over rammed earth. Paving/Floor shall be laid to slopes as directed.

50.6 Plastering Water proofing plaster of internal surfaces of dome except the underside of top dome shall consist of 15mm thick cement plaster in cement mortar 1:4 with using WPC @ 5% by weight of cement.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 308

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

50.7 Construction Joints Construction joints shall be provided as shown on drawings. The vertical wall of tank shall be cast in stages. The first PVC water bar shall be provided at 300mm above the top of ring beam and others at 1200mm center to center spacing. The total number PVC water bar is four. Construction joints shall be provided with PVC ribbed type water bar of approved quality and as shown on drawing. The joints shall be prepared as per IS-3370 and shall be fully leak proofed. The size of PVC shall be as shown on drawings.

50.8 Sky Light Opening Sky Light Opening shall be provided as shown on drawings.

50.9 Railing and Ladder These shall be provided as shown on drawings. Ladder shall be of angle iron 75x75x6mm and shall be provided from the manhole of opening (600mmx600mm) with 22mm dia MS rungs @ 300mm center to center spacing.

50.10. Cast Iron Pipes and Fittings Refer clause of MES Schedule Part I. CI pipe shall be centrifugally cast iron pressure flanged ends pipes including CI screwed and drilled flanges of class „B‟ conforming to IS-1536. Cast iron fittings shall be suitable for pressure pipes and conforming to IS-1538. CI pipes and fittings shall be provided as specified and shown on drawings.

50.10.1 CI sluice valves shall be double flanged class PN – 1.6 conforming to IS-780 and bear ISI mark and shall be fitted with gun metal spindle fitted with iron wheel. Sluice valve shall be fixed as per clause 35.57 of MES Schedule Part –I.

50.10.2 All external surfaces of cast iron pipe, fittings and valves shall be painted with two coats of synthetic enamel paint over a coat of primer.

50.11 Water Level Indicator:- Water Level Indicator shall be provided as shown on drawings.

50.12. Leakage Test for Reservoir 50.12.1 RCC overhead tank reservoir shall be water tight to satisfy the requirements of IS-3370. The tank shall be subjected to full load capacity and tested against leakage after making all the connections by filling the tank with water. The test shall be carried out as directed by Engineer-in-Charge.

50.12.2 Any leakage/seepage detected shall be made good by the contractor of his own cost to the entire satisfaction of the Garrison Engineer.

50.12.3 The work shall be deemed to be complete when the tank is tested and found satisfactory. The period for completion of work given in the contract documents includes the time taken for testing the tank. Water for the testing shall be supplied by MES free of cost. 50.12.4 All necessary arrangements for pumping of water for filling the tank shall be made by MES till satisfactory test achieved. 50.12.5 The initial filling of over head tank shall be carried out gradually in stages all as directed by the Engineer-in-Charge.

50.13. Obstruction Light Twin aviation light shall be provided on the top of overhead tank and shall be as per GEC Cat No HZ-752 with two 100 W Gls lamps, obstruction light shall be fixed all as directed by Engineer-in-Charge.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 309

PARTICULAR SPECIFICATIONS-BUILDING WORK

CONTD … …

51. PHOTOGRAPHS FOR BOTH BUILDING WORK AND SOLAR POWER PLANT 51.1 The contractor shall provide minimum 35 (thirty five) photographs (coloured in duplicate with negatives of the important stages of the work in progress as directed by GE/Engineer in Charge. The contractor shall arrange the equipment or any other attachment for taking the photograph. 51.2 The photographs shall be postcard size and shall be sharp, neat and clean and of standard as approved by GE. Cost of these photographs shall be borne by the contractor. 51.3 In case, photography is prohibited in that area, these photographs shall not be taken and no price adjustment shall be made on this account. The contractor shall not allowed to carry the camera or the equipment connected with the photographs in the area/buildings without permission of the Engineer-in-Charge. (Signature of Contractor) AD/DD (Contracts) Dated…………………………. For Accepting Officer

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 310 PARTICULAR SPECIFICATIONS (CONTD……)

(INTERNAL WATER SUPPLY)

1. SCOPE OF WORK The extent of work under this Contract is as indicated in relevant part/section of Schedule „A‟, particular specifications and drawings. All reference to clauses in succeeding paragraphs pertains to MES schedule (Part-I.). 2. GENERAL REQUIREMENT. 2.1. The requirement pertaining to materials, conformity with National Building Code, workmanship, testing, record of installations shall be all as specified in MES Schedule. Laying and jointing of GI pipe shall be in accordance with clause 18.51 of MES Schedule. 2.2. All pipe work shall be laid or fixed to be completely airtight and watertight as specified. 2.3. Testing of pipe shall be carried out as specified in clause 18.50.4 of MES Schedule. Record of testing shall be maintained separately for each building. 3. Water tubing. All water tubing shall be galvanised medium grade ISI marked conforming to IS 1239 and fittings shall also be ISI marked and comply with the requirement of relevant IS. The pipes for supply of water shall run on the walls except where otherwise specified/shown on drawings. Where GI pipe crosses the wall, GI sleeve piece of suitable dia/length shall be provided to accommodate the pipe and cost of same shall deemed to be included in the lump sum cost of building. The Contractor shall use proper bends, elbows, tees etc at turning/corners. Contractor shall provide screwed plugs to all open ends of pipe on completion of days work. 4. BIB TAPS / PILLAR TAPS / STOP VALVES / SHOWER ROSE These shall be as described in Schedule “A” & shall be of any of the makes specified in Appendix “B” hereinafter. taps shall also be ISI marked. 5. PVC/COPPER CONNECTIONS Cold water supply connection shall be of PVC pipe, 40 cm long suitable for 15 mm nominal bore GI pipe complete with brass chromium plated union and rubber washer. The weight of brass coupling nuts shall not be less than 40 grams. The weight of PVC pipe shall not be less than 47 grams. Copper connections chrome plated and of standard make shall be provided with for all hot water supply connections. 6. RECORD DRAWINGS Three copies of line plan of completed work, indicating line of pipes, size, positions of fittings etc shall be submitted by the contractor on tracing cloth to the Engineer-in-Charge on completion of work on tracing cloth. 7. In internal water supply work, GI bends will be provided in lieu of elbow, if not possible due to site conditions, prior permission shall be obtained in writing from Engineer-in-charge. …………………………………… (Signature of Contractor) AD/DD (Contracts) Dated………………………… For Accepting Officer

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 311

PARTICULAR SPECIFICATIONS (CONTD……) (INTERNAL ELECTRIFICATION)

CONTD ……

1. SCOPE OF WORK The extent of work under this contract is as indicated in relevant part of Schedule „A‟, Particular specifications and drawings. All references to clauses in succeeding paragraphs pertain to MES Schedule. The layout of conductors/cable, route shall be as directed by the Engineer-in-Charge. 2. GENERAL 2.1. Refer relevant clauses for earthwork, concrete, brick work, plastering etc shall be followed except for specific provisions given in Schedule „A‟ or specified here-in-after. 2.2. The IS mentioned in the MES Schedule and in the other documents shall deemed to be changed/modified as per latest amendments issued to IS upto date of receipt of tender. 2.3. The installation shall strictly comply with the provision contained in the latest edition of the Indian Electricity Rules and code of practice and IS-732 for electrical wiring and fittings buildings as applicable to these works except where such regulation and rules are modified by these specifications. 2.4. All electrical works shall be executed properly by skilled licensed electricians under the supervision of suitable qualified electrical supervisors. The contractor on demand by Engineer-in-Charge shall produce such evidence of qualifications of his workmen, supervisor(s) either at the time of commencement of the work or any time thereafter during contract period. 2.5. The position of electrical fittings and fixtures shown on the drawings may be changed by the Engineer-in-Charge at the time of execution, if found necessary. Such changes do not entail any price adjustment. 2.6. The 5 amps socket on independent boxes shall be mounted at 100 cms height from FFL. 2.7. The run of wires shall be marked on the walls and soffits of roof/floor slabs for wiring. Approval of the Engineer-in-Charge shall be obtained in writing before fixing plugs, cables and fittings etc. 2.8. Loop-in-system of wiring shall invariably be used throughout the installation. 2.9. All electrical fittings and wiring shall be clear off doors, windows and other openings. 2.10. Wiring shall be done strictly in conformity with IE rules and IS specifications. Layout shall be strictly in conformity with modern Engineering practice. 2.11. No twisting/jointing in earth wire is allowed. All continuous earth wires shall be connected to main earth/Switch boxes/DBs/MCCB, Socket. Outlets, fittings etc by use of suitable size lugs/sockets and application of crimping tools only. 2.12. The phase identification should clearly be provided at the main incoming switch.

2.13. The name of functions of each distribution board like „Power‟ „Light‟ or Sub main/DB as applicable shall be clearly and neatly painted on the distribution boards. 2.14. The height of the MCB, distribution boards, enclosures, various light fittings, and fans shall be as per TI and as decided by the Engineer-in-Charge. However the height of the distribution boards shall not be less than one metre.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 312

PARTICULAR SPECIFICATIONS (CONTD……) (INTERNAL ELECTRIFICATION)

CONTD ……

2.15. The contractor shall submit wiring diagram to the Engineer-in-Charge for his approval within two months from the date of placing work order to commence the work. Approval of the Engineer-in-Charge shall be obtained to proposed run of wires and exact positions of fittings before resorting to the fixing of conduits, cable and fittings etc. 2.16. General conditions and specification as given in para 19.2 of MES Schedule shall be complied. 2.17. The main supply in all buildings shall be 230 volts, AC single phase or 400 volts, 3 phase or as indicated in Schedule „A‟. 2.18 MATERIALS AND SAMPLE BOARDS

All materials shall be ISI marked. In case ISI marked product are not available these shall conform to relevant IS specifications or to BS specifications where ISI is not existing. In absence of any IS specifications these shall be as approved by GE. 2.18.1 Approval of GE referred to in clause 19.2 of MES Schedule Part I shall be in writing.

2.18.2. Sample of all materials, fittings and fixture to be supplied by the contractor shall be submitted to GE for his approval. The contractor shall not commence his work until the samples are approved in writing by the GE. The contractor shall ensure that all the materials incorporated in the work are identical in all respect. Samples approved and samples destroyed in testing shall be returned to the contractor after completion of contract. No payment shall be made for samples destroyed in testing. 2.18.3. Of the makes specified (if any) materials shall be arranged of the best available make as approved by the GE. Out of different makes as specified in CA, the makes approved by the GE shall only incorporated in the work. 2.18.4. All manufactured articles required for incorporation shall be brought to site in the manufacturer‟s original packings with the seal intact. Incorporation shall be done when approved by Engineer-in-Charge. 2.19. SCREWS AND NAILS ETC. All screws and nails used in the work shall be of brass. Screws which are visible such as for switch box covers etc shall be brass chromium plated. 2.20. System of Wiring shall be as described in Schedule „A‟. 2.20.1. Surface/concealed conduit of ISI marked. Wiring PVC insulated and single ore cable with stranded aluminum conductor cable shall be ISI marked.

2.20.2. No bare or twist joint shall be made at intermediate points in through run of cables unless the length of final sub circuits or sub main is more than the length of standard coil. If any joint becomes unavoidable, such joint shall be made through proper junction boxes as approved by Engineer-in-Charge. 2.20.3. Wiring shall be done without any junction or connection boxes on line. 2.20.4. Cable shall bear ISI mark on reel IS-694 for PVC insulation and IS-398 for aluminum conductors and shall be suitable for voltage of supply. Cable shall be fixed as specified in para 19.124 and 19.125 of MES Schedule Part I.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 313

PARTICULAR SPECIFICATIONS (CONTD……) (INTERNAL ELECTRIFICATION)

CONTD ……

3. CONDUITS AND CONDUIT FITTINGS All conduits and conduit fittings and accessories shall be rigid PVC conduit and shall be ISI marked. 3.1. Brass machine screws shall be used in all conduit wiring. 3.2. Fixing Screws in conduit boxes and inspection covers shall be of brass. 3.3. All electrical fittings/accessories shall be mounted inside the conduit boxes, boards or directly on the surface available when these are conduit entry metallic type as directed by the engineer-in-Charge. 3.4. Colour of insulation of cable shall be one throughout for all phases (line) conductors and other neutral conductor, where insulated earth continuity conductor is specified, the colour of insulation shall be different from that of phase and neutral conductors and preferably green. 4. WIRING 4.1 FLAME PROOF FITTINGS & WIRING These shall be ISI marked and confirming to ISI 2148 and of make GEC/Crompton/Balige/Shyaam. 4.2 CONDUIT WIRING Conduit wiring shall be carried out all as specified in Para 19.124 to 19.132 of MES Schedule (Part I) and IS-732. 5. TERMINATION OF WIRING POINTS Wiring points for light/fans points and light/ power plugs (socket outlets) for mounting switches, sockets, regulators and other fittings etc shall terminate in a recessed cast iron or sheet metal boxes fixed flush to the walls and covered with 3 mm thick plastic laminated sheet non inflammable. 6. Each circuit shall have its separate neural conductor originated from neutral busbar. 6.1. It shall be ensured that in case of single phase circuits the phase conductor is taken to the single pole switches with single switches „OFF‟ position. There should be no live conductor at the outlet controlled by the switch. 6.2. Power circuit and lighting circuit which have three pin piano type socket outlets shall have separate earth wire for each circuit brought upto the earth terminals on the control boards from where the circuit originates. 6.3. All circuit arrangements shall be got approved from the Engineer-in-Charge before fixing the control and fittings. 6.4. All the connection of wire/cable shall be lugs/bottle neck only. 7. TERMINALS BOXES Cost of recessed terminal boxes for housing switches, socket outlets, power plugs and regulators etc shall deemed to be included in the unit rates of respective point wiring and no extra payment shall be admissible on this account. Works pertaining to all niches, their frames/shutters boxes etc for mountings of MCB, DBs shall also deemed to be included in the lump sum cost of the bldg and the percentage/rate quoted by the contractor and nothing extra shall be paid on this account.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 314

PARTICULAR SPECIFICATIONS (CONTD……) (INTERNAL ELECTRIFICATION)

CONTD ……

7.1. Niches required for housing of DB‟s, meters etc. shall be provided with sheet metal frame and shutter factory made using 1.8 mm thick MS sheet. It should have mortise lock, steel almirah type hinges, sheet 10 mm dia MS rod locking device. All steel work shall be painted with two coats of synthetic enameled paint over one coat of red-oxide primer, 4 Nos MS flat iron strips of 25 x 5 mm size shall be provide inside the niches for fixing of DB‟s etc. The size will be decided by Engineer-in-Charge. 8. ELECTRICAL FITTINGS / FIXTURES Lamp holder shall be of brass with porcelain insulator standard size complied with IS 1258 provided with brass back plate with brass screws and shall be ISI marked. These shall be suitable for fittings of pendant, bracket or batten type fittings as indicated. 8.1. The terminal points for switches, socket outlets etc for all wiring shall terminate in recessed cast iron boxes fitted flush with wall surface and covered with 3 mm thick Hylam sheet fixed with brass screws. The cost of the above arrangement is deemed to be included in rates for respective items of point wiring. 8.2. To reduce the risk of corrosion of aluminum conductors as a result of galvanizing action with brass/copper in wet conditions, the stripped end of aluminum conductors, before inserting into fittings, shall be smeared with anticorrosive grease as recommended by the manufacturer. 9. MCB DISTRIBUTION BOARDS, MCBS AND RCCBS 9.1. Distribution boards shall consist of miniature circuit breakers steel enclosure and isolators of ratings as described in Schedule „A‟. Miniature circuit breakers shall be suitable for 250/240 volts AC supply ISI marked and shall be one of the reputed make given in Appendix “B”. 9.2 Miniature circuit breakers shall be housed in factory made sheet steel enclosures and shall be made of minimum 1.2 mm thick MS sheet totally enclosed type, having hinged gasket, doors and locking arrangements, for protections. The sheet metal enclosures shall be vermin proof and painted with two coats of synthetic stove enameled scratch resistant paint over a coat of primer. These shall be of the same make as that of MCBs/RCCBs. 9.3. The MS door of the box shall be kept flush with the wall and fixed at a height of not less than 1.00 metre (bottom of box) from finished floor level. 9.4. Sunken type boxes shall be of sheet steel and shall conform to IS-5133 Part I. The boxes shall be factory made duly painted with two coats of black bituminous paint both internally and externally before fixing of the bolts. Cast iron boxes have welded, drilled and screwed earth dolly separately for fixing the earth wire/leads. 10. LIGHT FITTINGS 10.1. Light fittings shall be all as described in Schedule „A‟. Light fittings shall be of any of the makes specified in Appx `B‟. All the luminous (lighting fixtures) as specified in Schedule „A‟ shall be purchased directly from the manufacturers or the authorised dealers and brought to site duly packed and sealed in their original packing cases. The relevant purchase documents and factory gate passes for each lot shall be produced to GE/ Engineer-in-Charge for their perusal and according of necessary approval.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 315

PARTICULAR SPECIFICATIONS (CONTD……) (INTERNAL ELECTRIFICATION)

CONTD ……

10.2. The cost of all accessories required for hanging/fixing light fittings including provn of welding of hooks wherever necessary and connecting with flexible cable as applicable shall deemed to be included in the lump sum/rates quoted for the fittings. 10.3. The wiring used inside the channel of tube light fittings shall be colour coat and neatly tacked to the channel and shall not be less than 3/0.029 of copper conductor cable. Choke, if not otherwise specified, shall be copper wound. 10.4. Schematic layout of lighting circuits have been shown on drawings. Points of ceiling fans and socket points shall be connected to available ways in the MCB distribution boards meant for lighting. 10.5. 14 SWG GI wire shall run along with the conduit as continuous earth wire and connected to all ceiling fans, sockets points and regulators. The cost of same shall deemed to be included in the unit rates for point wiring. 10.6. All MCBs/DBs enclosures shall be connected with 2.03 mm dia GI earth wire. Three phase boards and enclosures shall be connected with two distinct earth connections. 10.7. Sub busbar chambers shall be connected with two distinct earth lugs and nut/bolts. 11. FITTINGS 11.1. All utility electric fittings shall be strictly as per constructional materials and dimensions mentioned in the different sketches of MES Schedule. These shall be of make as given in Appendix `B‟. If makes are not given in Appendix `B‟, these shall be as approved by GE. The fittings shall be connected with 14 SWG GI earth wire with suitable size lugs. 11.2. The light fittings shall be provided with four number brass machine screws 4 mm dia, 15 mm long to hold the glass shade. Minor items like washers, screws etc, which are not given in specifications will be provided by the contractor without any price adjustment. 11.3. Refer para 19.115 of MES Schedule Part I. The blocks shall be of first class hardwood. The cost of attachment of fittings shall deemed to be included in the rates of point wiring. 11.4. These fittings alongwith wooden blocks shall be fixed on walls/ceiling with „GRIP‟ brand or equivalent nylon plugs with suitable brass screws. Heavy duty brass lamp holders will be incorporated with fittings. These shall be of reputed brand. 11.5. Unless otherwise specified while fixing on walls, the fittings shall be at a height of 215 cms above the floor level. As a principle the position of the light fittings shall be below fan height of proper illumination. 11.6. Light fittings shall be provided with three core (connection of light fittings) copper flexible cable of size 23/0.193 mm (23/0076) about 15 cm long. Extra flexible cable shall be provided with all fittings for making connections with connectors/ceiling roses. The cost of extra length of flexible cable shall deemed to be included in the unit rate of the fittings. 11.7. All fittings are to be stove enameled or anodized and specific Acrylic sheet 3 mm thick 040 grade used with fittings shall conform to IS-7569. 11.8. Brass holders will be ISI marked as approved by the GE.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 316

PARTICULAR SPECIFICATIONS (CONTD……) (INTERNAL ELECTRIFICATION)

CONTD ……

11.9. Minor items of fittings like screws etc shall be of standard quality gauge and easy for operation. 11.10. Wherever specifications have not been given, the materials components shall comply with the relevant IS specifications. In its absence such specifications/Code of practice or good engineering practice shall be followed. 11.11. The surface finish on the outside surfaces of all fittings with black stove enameled CRCA sheet shall be „MATT DULL‟. 11.12. Wherever thickness of sheet is not indicated, 1.2 mm thick sheet shall be used. 12. SWITCHES SOCKET OUTLETS BUZZER/BELL PUSH Switches, socket outlets, Buzzer shall be flush/piano type white ivory finish and shall be of any of the makes specified in Appx `B‟. Switches shall be of ISI marked if no makes here. Multipurpose socket outlets 5 Amps 5 pin sockets shall conform to relevant IS. 13. FIRE RESISTANCE LOW SMOKE (FRLS) CABLE PVC Cable for point wiring and submain wiring shall be Fire Resistant Low Smoke (FRIS) confirming to relevant I.S. 14. EARTHING 14.1. Unless otherwise specified in Schedule „A‟ or elsewhere provide earthing all as per electrical plate No. 5 on Srl page 19.49 of MES schedule Part I including PCC chamber, GI light grade pipe protection funnel, RCC cover 1:2:4 type B-1 reinforced with MS round bars 6 mm dia 150 mm c/c both ways and earth work and excavation. GI pipe protection to earth wire shall be provided upto main board. Excavation shall be in any type of soil and surplus soil shall be removed away to a distance of 50 metre and site left clean and tidy. PCC for chamber shall be 1:2:4 type B-1. The unit rate shall include for the above provisions. 14.2. The cable lugs at the end of earth wire shall be connected with 03 Nos 6 mm dia galvanised iron rivets spaced not more than 20 mm centre to centre. Excavation and earth pit shall be passed by Engineer-in-Charge. The contractor shall then execute installation of earth plate in the presence of authorised MES representative. Charcoal dust and return filling shall be done in layers not exceeding 150 mm thick each layer properly watered and rammed. Surplus spoil shall be removed away and site left clean and tidy.

15. TESTING

Refer Para 19.14.6 of MES Schedule Part I. The work will be completed only after such testing and the record of such testing will be certified as satisfactory by Engineer-in-Charge and shall be signed by the Engineer-in-Charge and contractor jointly. The contractor at his own cost shall provide all instruments, material and labour required for testing.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 317

PARTICULAR SPECIFICATIONS (CONTD……) (INTERNAL ELECTRIFICATION)

CONTD ……

16. RECORD DRAWINGS On completion of work, the contractor shall supply the following record drawings on tracing

cloth: - (a) Plan showing position of lights, switches, sockets, fans and circuits as per symbols adopted in contract drawings. (b) All the outlets marked with circuit number to which belong. (c) Typical section indicating mounting heights etc adopted. (d) Any other connected details required by GE / Engineer-in-Charge shall be incorporated in these drawings.

…………………………………… (Signature of Contractor) AD/DD (Contracts) Dated………………………… For Accepting Officer

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 318

PARTICULAR SPECIFICATIONS (CONTD……) (SITE CLEARANCE AND PROTECTIVE WORK)

Contd/-…

1. GENERAL Specifications for earth work, brick work, PCC block masonry, random rubble masonry, concrete, Steel and iron work, plaster etc. given here-in-before shall be applicable. 2. SITE CLEARANCE Site Clearance shall be done in accordance as given in respective part of Schedule ‘A’.

…………………………………… (Signature of Contractor) AD/DD (Contracts) Dated………………………… For Accepting Officer

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 319

PARTICULAR SPECIFICATIONS (CONTD……)

(ROAD, PATH AND HARDSTANDING)

CONTD … …

1. Excavation and earth work 1.1. Excavation and earth work shall be carried out all as per description of item in Sch `A‟. 1.2. Before commencement of excavation or earth filling, the representative of the GE and the contractor will be required to take the levels jointly, of the existing ground surfaces at intervals as decided by the GE (the decision of the GE being 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 levels after consolidation and shall be signed by the GE and contractor in token of their acceptance. 1.3. For the purpose of filling/cutting, the entire area where filling/cutting activity is to be done shall be divided into grids of suitable sizes and quantities shall be computed by using Simpson‟s rule for areas and primordial formula for computing volumes. 1.4. The earth for filling shall be of PI value less than 20. 2. Rolling Formation Surfaces. 2.1. The formation surfaces. 2.2. Where rolling is not feasible, prior permission of the GE shall be obtained in writing for hand ramming. The laying of the base course will commence only after the earth formation is approved by the GE. . Materials: - 3.1 Stones and boulders for soling (sub base) :- Unless otherwise specified in Schedule „A‟ soling stones shall be sand stone / lime stone / laterite. It shall be broken to size 100 to 150mm.it shall be of approved quality. 3.2 Aggregates for Water Bound Macadam :- Refer Para 20.A.3 of SSR Part – I. It shall be crushed or broken at Contractor‟s option. Stone shall be of approved quality. Los Angeles, abrasion value and flakiness Index shall be with in limits given in Para 20.A.3.1 of SSR Part I. Unless specified otherwise in Schedule „A‟ Coarse aggregate shall be of grading 1 or grading 2 for 100mm and 75mm compacted thickness water bound macadam respectively. 3.3 Screening :- Refer Para 20.A.3.2 of SSR PartI. Screening to fill voids in the coarse aggregate of the same materials as the coarse aggregate. Screening of type “A” AND “b” shall be used in conjunction with coarse aggregate of grading 1 & 2 or 3 respectively. 4. Drainage of Earth Formation. At all times, the formation surfaces shall be kept drained by the contractor. The contractor shall provide such temporary open drain as may be necessary to prevent accumulation of water from any cause whatsoever without any extra cost to the Government. 5. Earthen Berms. Earthen berms as described in respective items of Schedule „A‟ shall be watered and well consolidated with 8 to 10 ton power roller and finished to profile in line with finished surface of the road/path. 6. Soling. soling where indicated on drawings shall consists of 20 cm thick (spread thickness) broken stones laid and leveled in one layer, watered and rolled to required surface and camber all as per relevant clauses of MES SSR Part I.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 320

PARTICULAR SPECIFICATIONS (CONTD……)

(ROAD, PATH AND HARDSTANDING)

CONTD … …

7. Water Bound Macadam. 7.1. Stone aggregate, screenings and blinding materials for water bound macadam shall be as specified in clause 20-A.3 to 20.A.3.3 MES Schedule Part I on page No.499 - 502 and conform to the samples kept in GE‟s office approved by the GE before incorporation in the work. Screenings to be of grade „A‟ as specified in clause 20-A.3.2 of MES SSR Part I - 2009. 7.2. Water bound macadam shall consist of 150 mm thickness in two layer of 75mm thick each (compact thickness of broken stone aggregate consolidated thickness) as mentioned in Sch “A”. Spreading rolling applying screening and watering shall be as specified in clause 20-A.21.1 to 20-A.21.13 of MES SSR Part I. The rolling shall be done with 8 to 10 tone power roller after the application of screenings and wet rolling as described in MES SSR Part I. 8. BINDER – The Binder shall be VG -10 grade paving bitumen. The bitumen shall be purchased by the contractor directly from the manufacturer viz., Indian Oil Corporation / Hindustan Petroleum Corporation Ltd. And delivered to the site in manufacturer steel containers or bulk bitumen for semi dense asphaltic concrete, bitumen macadam and premix carpet. However, bitumen for tack and seal coat shall be brought by the contractor at site in manufacturers steel sealed containers. However, when the bitumen required for hot mix plant shall be procured by the contractor from manufacturer in the bulk, the contractor shall submit the original purchase voucher, excise gate pass and manufacturer test certificate of bitumen for verification of Engineer-in-charge and signed by the contractor should be kept on record. The quantity brought at site shall be recorded in measurement book. However bitumen containers shall be returned to the contractor after completion of work. 8.1 Bitumen shall be brought by the contractor with manufacturers seals intact and seal shall be opened in the presence of GE. 8.2 No Trade Tax form “viz” Form 31 or Form III-D:, shall be issued to the contractor for procurement of bitumen 8.3 Binder shall be any of the following make / manufacturer:- Indian Oil / Bharat Petroleum / Hindustan Petroleum / IBP. 9. Preparation of WBM surface and application of prime coat. 9.1. Priming coat shall be applied before laying bituminous carpet all as specified in clause 20A.23 of MES SSR Part I and as under : - 9.2 The binder used for priming coat shall be bitumen VG-10 grade applied at the rate of 10 Kg/10 Sqm or as specified in Schedule „A‟. The binder shall be applied uniformly with help of pressure sprayer. 10. Semi dense Asphaltic concrete:- 10.1 Coarse Aggregate / Fine Aggregate 10.1.1 Coarse aggregate shall be crushed material retained on IS 2.36 mm sieve and shall be crushed stone, crushed shingles and shall consist of angular fragments of clean durable and tough rock, free from disintegrated pieces and organic or other deleterious matter and adherent coating.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 321

PARTICULAR SPECIFICATIONS (CONTD……)

(ROAD, PATH AND HARDSTANDING)

CONTD … …

10.1.1.1 Fine aggregate shall be the fraction passing 2.36 mm sieve and retained on 75 micron sieve, consisting of crushed run screenings, stone dust or a mixture of both. If shall be clear, hard durable, dry and free from adherent coatings, sort and flaky pieces and organic or other deleterious substances. 10.2 PHYSICAL REQUIREMENTS: The coarse aggregate shall satisfy the physical requirement as specified in clause No. 20.B.2.3.1.2 of SSR Part-I. 10.3 The combined grading of coarse aggregate shall conform to the parameters as laid down in clause 20.B.2.3.3 of SSR Part-I. The filler for asphaltic concrete shall be hydrated lime and as specified in clause 20.B.2.5 of SSR Part-I. 10.4 Design mix criteria for bituminous macadam and Semi-dense asphaltic concrete pavement 10.5. Design mix criteria : The mix for bituminous macadam and semi dense asphaltic concrete shall

be designed based on marshal method. The designed requirements shall be as under :-

Sl No Description Specified Value Method of test Bitumi-nous

Macadam Semi-Dense Asphaltic concrete

(a) Marshall stability (75 blows) at 600C minimum

545 1050 ASTMD: 1559-1979

(b) Marshall flow at 600C, mm 2.0 – 4.0 2.0 – 4.0 -do-

(c) Marshall quotation, Kg/mm - 250-500 Stability + Flow

(d) % void in mix (to prevent bleeding) 10-15 3.0 - 5.0 -

(e) Requirement of retained stability after 24 hours in water at 60C % minimum

- 90 ASTMD: 1075-1979

(f) Type of binder Grade 35-90 As per mix design -

(g) Binder content percent by weight of total mix

3.5 – 4.5 4.5 – 5.5 -

10.6 Preparation of under laying course and application of tack coat : The under laying course shall be prepared shaped and conditioned to a uniform grade and section as specified, any depression or pot hole shall be properly made up and thoroughly compacted. The surface shall be scrapped clean and free from dust and foreign materials before applying tack coat. Binder shall be heated upto appropriate temperature and shall be applied uniformly over the proposed surfaces by mechanical or by pressure sprayer. 10.7 Job mix formula : The mix formula based on Marshall method shall be designed in any of the following Govt institutions :-

(a) IIT, Roorkee (b) National Test House, Delhi (c) G B Pant University of Agriculture and Tech, Pantnagar (d) Central Road Research Institute

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 322

PARTICULAR SPECIFICATIONS (CONTD……)

(ROAD, PATH AND HARDSTANDING)

CONTD … …

10.7.1 The blending of various type and size of aggregate shall be done on the basis of requirement as indicated vide clause No. 20.B.2.5.4 of SSR Part-I. 10.7.2.1 For job mix formula proposed to be used in the work the following detail shall be recorded :-

(a) Source and location of all materials. (b) Proportions of all materials expressed as follows where each is applicable :-

(i) Binder : As percentage of weight of total mix. (ii) Coarse aggregate : As percentage by weight of fine aggregate and total aggregates. (iii) Test results of physical characteristics of the aggregate in form of parameters specified in clause 20.B.2.5.2 of SSR Part-I. (iv) A single definite percentage passing each sieve for the mix aggregate. (v) The results of tests for job mix formula in form of parameters specified in clause 10.5 above. Note : The minimum percentage of binder content in SDAC shall be 5.5% of the total mix. If the final mix design contains less percentage / quantity of binder content (i.e., less than 5.5% of the total mix) then necessary price adjustment shall be made through minus deviation order and if the percentage of binder content in the mix design is more than 5.5% of the total mix then there shall be NO price adjustment and the quoted rate is deemed to include the same.

10.8 The contractor shall submit their job mix formula to the GE within 30 days of the acceptance of contract, giving the details as mentioned in proceeding clauses. The cost on account of transportation and testing shall be borne by the contractor. Wherever there is a change in batch/lot No. of paving bitumen, the job mix formula shall be redesigned. The job mix formula / mix design shall be got approved and vetted by the CE office before incorporation of the work. 10.9 Preparation of mix : The mixing of aggregate and binder and filler shall be done in hot mix plant of adequate capacity having arrangement for grading and batching by weight, the binder heating and control unit for metering out the correct quantity of heating binder, and filler supply unit shall also be part of plant. The correct quality of material of each size of aggregate as per job mix formula shall be fed with specified quality and quantity of binder and filler resulting in homogenous and balance mix. The GE will also detail his representative to be present at hot mix plant to ensure that proper quality of bitumen being mixed at the hot mix plant. The temperature of binder at the time of mixing shall be in the range of 150 degree centigrade to 163 degree centigrade and that of the aggregates in the range of the 155 degree centigrade to 177 degree centigrade provided that the difference in temperature between the binder and aggregates at no time exceeds 14 degree centigrade mixing shall be thorough to ensure that a homogeneous uniformly and the discharge temperature of mix shall be between 130 degree centigrade and 170 degree centigrade. The mix shall be immediately transported from the mixer to the point of use in suitable vehicles or wheel barrows. The vehicles employed for transport shall be clean and the mix being transported be covered in transit if so directed by the Engineer-in-Charge.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 323

PARTICULAR SPECIFICATIONS (CONTD……)

(ROAD, PATH AND HARDSTANDING)

CONTD … …

10.10 Spreading of the mix : The mix shall be transported from the Hot Mix Plant to the site by mechanical transport and shall be spreaded by means of self propelling mechanical paver with suitable screeds capable of spreading, tamping and finishing the mix true to grade, line and cross-section without causing segregation dragging, irregularities or other surface defects and at a speed consistent with character of the machine. The temperature at the time of laying shall be the designed temperature. The mix shall be spread so that required thickness is achieved after rolling. However, in restricted locations and in narrow width where available plant can not operate the GE may permit manual laying of the mix. 10.11 Rolling and compaction : 10.11.1 Rolling and compaction shall be done with 8 to 12 ton power roller all as specified in clause 20.B.4.7 of SSR Part-I. The compaction shall be done to the entire satisfaction of GE. 10.11.2 Rolling operations shall be conducted when the mix is neither, to hot, nor to cold, so that shoving or hair cracks may be eliminated. Rolling shall be continued till the density achieved is at least 98% of that, of the laboratory Marshall Specimen and all roller marks are eliminated. 10.11.3 Rolling operations shall be completed in all respects before the temperature of the mix falls below 100 degree Celsius. 10.12 Construction joints : These shall be as specified in clause 20.B.7.10.3 of SSR Part-I. 10.13 Controls : Controls and permissible variation of various ingredients shall be as specified in clause 20.B.4.9.3 and 20.B.4.10 of SSR Part-I. 10.14 DUMMYJOINTS 10.14.1 The dummy joints shall be as specified to clause 20.B.7.10.2 of MES Schedule Part-I (2009) on Srl page No 564. 10.15 Filler for asphaltic dense concrete: The filler shall be lime stone dust passing through 600 micron sieve, at least 90% passing through 150 micron and not less than 85% passing through 75 micron sieve. 10.16.Temperature: The temperature of binder at the time of mixing shall be in the range of 150 degree centigrade to 177 degree centigrade and that of the aggregates in the range of 155 degree centigrade to 163 degree centigrade, provided that the temperature of mix at no time exceeds 160 degree centigrade. Mixing shall be thorough to ensure that a homogeneous mix is obtained, in which all particles of the aggregates are coated uniformly. The mix shall remain covered during transportation as directed by the Engineer-in-Charge. The temperature of mix at the time of laying shall not be less than 120 degree centigrade. 10.17 Record of temperature: The contractor shall maintain a register in which temperature of mix at the time of laying will be recorded for each truck-load of material. The register shall be signed both by Engineer-in-Charge and contractor / his authorised representative daily in token of verification of its correctness and will be checked by the GE.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 324

PARTICULAR SPECIFICATIONS (CONTD……)

(ROAD, PATH AND HARDSTANDING)

CONTD … …

11. HUME PIPE CULVERT :- The Hume pipe culvert shall be constructed of length, depth, with diameter as specified in Schedule "A" and as shown in drawings with the following specifications :-

(a) Excavation and earth work : In any type of soil including removal of surplus soil to a distance not exceeding 50 mtr away and as specified. (b) PCC foundation/bed of pipe : 1:4:8 type D-2 using 40 mm graded aggregate. (c) Brick work : All brick work shall be built in CM 1:4 using fly ash bricks. (d) PCC coping : 1:2:4 type B-1, using 20 mm graded stone aggregate. (e) Form work : As specified in SSR Part-I clause 4.11.16.2 (a). (f) Rendering : All the surfaces including parapets shall be rendered 15 mm thick with cement mortar 1:4 and the rendered surfaces shall be finished with three coats of white wash. (g) RCC Hume pipe culvert and collars : These shall be of class NP-3 unless specified otherwise in Sch "A". The pipe and collars shall be conforming to relevant IS. Laying and jointing of pipe shall be all as specified in MES schedule. (h) Bedding Layers : As shown in drawing (j) Wall finishes : 3 coats of white wash shall be provided.

12. RCC SLAB CULVERTS : The RCC slab culverts as mentioned under Sch 'A' Part XIII, Item No. 1 shall be constructed all as shown on drg No. (TD/027, Sheet 1/4 to 4/4) with the following specifications". (i) Excavation and earth work : As shown in drawing in soft/loose soil.

(ii) Foundation bed : PCC 1:4:8 type D-2 (using 40 mm graded stone aggregate.)

(iii) Brick work : Brick work shall be in CM 1:6 with old size sub class „B‟ Bricks.

(iv) PCC bed block/copping/ : PCC 1:2:4 type B-1 (using 20 mm graded stone benching aggregate)

(v) Foundation channel drain : PCC 1:3:6 type C-1 (using 20 mm graded stone aggregate) finished even in smooth using extra cement.

(vi) RCC : M-25 design mix.

(vii) Wall finishes : 3 coats of white wash shall be provided over and including 12 mm thick plaster in CM 1:4

(viii) Hard core : Hard core of broken stone, 75 mm thick gauge 63 to 40 mm.

(ix) All other work : As shown on drawing.

CA NO. CEB / MRT/ 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 325

PARTICULAR SPECIFICATIONS (CONTD……)

(ROAD, PATH AND HARDSTANDING)

CONTD … …

13. Paths. The paths shall be provided as specified in relevant items of Schedule „A‟ and as shown on drawings. 14. Opening to Traffic : Refer clause No. 20.B.5.8 of SSR Part I (2009). …………………………………… (Signature of Contractor) AD/DD (Contracts) Dated………………………… For Accepting Officer

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 326

PARTICULAR SPECIFICATIONS (CONTD……) (SEWAGE DISPOSAL)

CONTD ……

1. GENERAL Specifications for earthwork, Brick work, concrete, steel and iron work, plaster etc given herein before shall be applicable. 2. EXCAVATION AND EARTHWORK Irrespective of the width of trenches for the pipes excavated, the width for the purpose of payment shall be the authorised width as defined in clause 3.2 of MES Schedule (Part-I). Other requirements specified hereinbefore and in the MES schedule as applicable shall be complied with. 3. SEWAGE PIPE SGSW AND FITTINGS

(a) SGSW (Salt glazed stone Ware) pipes including fittings and accessories shall be Grade `A’ ISI marked IS : 651 – 1992) and shall conform to the specifications laid down in clause 18.28 of the MES Schedule. (b) Laying and jointing of SGSW pipes shall be done all as specified in clause 18.69 and 18.70 of MES Schedule Part I. (c) PCC in concrete bedding and hunching shall be of the type and mix given in relevant Part of Schedule ‘A’. (d) In Schedule bedding and hunching has been catered for. However reference shall be made to IS 4127 (Clause 4.1, 4.2 and 4.3) and if the site conditions regarding sub soil water level and other related factors so require, adjustment for providing bedding only or completely encasing the pipe shall be made through a deviation order. (e) Filling of spoil in trenches and ramming shall be carried out in layers not exceeding 25 cm thick and surfaces left slightly proud of the adjacent ground. Surplus spoil shall be disposed off to a distance exceeding 50 metres and not exceeding 250 metres if not specifically mentioned in schedule ‘A’.

4. TESTING Drains and sewers shall be tested as per clause 18.79 and 18.79.2 to 18.79.5 of MES Schedule and its record shall be maintained. 5. MANHOLE (REFER DRAWING NO. TD-270) Manholes shall be built as per the relevant items given in the respective Part of Schedule ‘A’ and as shown on drawings or specified herein after.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 327

PARTICULAR SPECIFICATIONS (CONTD……) (SEWAGE DISPOSAL)

CONTD ……

6. SEPTIC TANKS BRICK CONSTRUCTION (REFER DRAWING NO. TD-217 AND TD-217A) Septic tanks shall be built to the following specifications and as shown on drawings: -

(i) Excavation / Earthwork.

: As shown on drawing and in any type of soil. The surplus spoil be disposed off to a distance exc 50 metres and not exceeding 100 metres.

(ii) Foundation bed and floor

: PCC (1:2:4) type B2 over rammed earth. floor shall be finished with 20 mm thick water proof cement plaster in cement mortar (1:3) (The cement mixed with an approved water proofing compound as per manufacturer’s instructions) subject to a minimum of 2% by weight of cement to an even and smooth surface using extra cement.

(iii) Brick Work : Brick work in cement mortar 1:4, using Fly ash bricks.

(iv) Finishes. : 12 mm thick water proofing cement plaster internally in cm (1:3) finished even and smooth using extra cement mixed with approved water proofing compound according to the manufacturer’s instruction subject to a minimum of 2% by weight of cement. External surface shall be flush pointed as the work proceeds.

(v) All RCC : M-25 design mix.

(vi) PCC : As shown in drawing.

(vii) Steps. : 20 mm dia mild steel steps 30 cms apart vertically staggered in situations shown on drgs and painted with 2 coats of bitumen paint.

(viii) Soil waste and Vent pipe.

: Cast iron soil/ vent pipe sand cast conforming to IS. Cast iron vent pipe 100 mm dia with cowl.

(ix) Sluice Valve : Cast iron sluice valve PN-1 conforming to IS 780 shall be provided as shown on drawing.

(x) All other details. : As shown on drawings.

NOTE: - Cost of sluice valve, Tee and pipes upto 1.80 m beyond external face of tank wall shall be deemed to be included in the unit rate of tank.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 328

PARTICULAR SPECIFICATIONS (CONTD……) (SEWAGE DISPOSAL)

CONTD ……

7. SOAK WELL (REFER DRG NO. TD-309) Soak Well shall be constructed as per details shown on drawings to the following specifications: -

(i) Excavation / Earthwork.

: As shown on drawing and in any type of soil. The surplus spoil be disposed off to a distance exc 50 metres and not exceeding 100 metres.

(ii) PCC in foundation.

: PCC (1:3:6) type C2 over rammed earth.

(iii) Brick Work : Brick work in cement mortar 1:6, using fly ash bricks.

Honey comb brick work

Honey comb Brick work in cement mortar 1:6, using fly ash bricks.

(iv) Brick bats filling : Size shall be 80 mm to 150 mm

(v) Finishes

: 12 mm thick water proofing cement plaster internally in cm (1:6) finished even and smooth using extra cement mixed with approved water proofing compound according to the manufacturer’s instruction subject to a minimum of 3% by weight of cement. External surface shall be flush pointed as the work proceeds.

(vi) All RCC : As shown in drawing

(vii) PCC : As shown in drawing.

(viii) RCC Roof slab : M-25 (Design Mix)

(ix) PCC Bands : PCC 1: 2: 4 types B-1.

(x) RCC Man hole cover

: As specified herein before.

(xi) Soil waste and Vent pipe

: Cast iron soil/ vent pipe sand cast conforming to IS. Cast iron vent pipe 100 mm dia with cowl shall be provided wherever shown in drawings.

(xii) SWG Pipe : SWG inlet pipe as shown on drawings shall be measured and paid separately (up to 600 mm from the external faces of staining)

(xiii) Painting on steel surfaces

: Two coats of synthetic enamel paint over a coat of red oxide primer

(xiv) Effective depth : Shall be measured from bottom of inlet pipe as in drawings.

(xv) All other work. : As shown on drawings.

…………………………………… (Signature of Contractor) AD/DD (Contracts) Dated………………………… For Accepting Officer

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 329

PARTICULAR SPECIFICATIONS (CONTD……) (AREA DRAINAGE)

1. GENERAL

(i) Specification for earth work, concrete works, brick work, steel and iron work, plaster etc given hereinbefore for building work herein before shall be applicable for area drainage also.

(ii) PCC drain / brick storm water drains as specified in Schedule shall be constructed as per the locations shown on drawings are directed by Engineer-in-Charge. The drains shall be constructed with the specifications laid down in respective item of schedule ‘A’.

2. DRAINS Drains shall be provided to the gradient as directed by the Engineer in charge as per details shown in drawings and specified in relevant of Schedule ‘A’. …………………………………… (Signature of Contractor) AD/DD (Contracts) Dated………………………… For Accepting Officer

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. PARTICULAR SPECIFICATIONS (CONTD……)

(COMPOUND WALL AND GATE)

CONTD ……

330

1. GENERAL Specification for earth work, concrete works, Brick masonry work, steel and iron work, plaster etc given hereinbefore for building work herein before shall be applicable for fencing/ compound wall and gate. 2. FENCING POSTS 2.1 These shall be fabricated and fixed in locations as shown in and as decided by the Engineer-in-Charge. The post shall be fabricated and fixed consisting of the following specifications read in conjunction with the specifications given here in before and shown in drawings: -

(a) Excavation and Earthwork : Any type of soil.

(b) Foundation : PCC 1:4:8 type D-2 using 40 mm graded stone aggregate.

(c) Precast RCC Posts : RCC 1:2:4 Type B-1.

(d) Angle Iron Post : Angle iron for fabricating post shall be 65 x 65x 6 mm, Fe-410-O grade, with splitted ends. The post shall be embedded in block by 550 mm. Mild steel nibs made out of 4mm dia. wire shall be fixed to the angle iron post by drilling holes in angle iron of required size and nibs inserted into it and bent at 90 degree splitting the nib ends. The dia. of hole shall not be more than 10mm where the angle iron post is to be fixed at corners, it shall be supported by angle iron stay of size 65 x 65 x 6mm. Stay shall be fixed with 12mm dia. bolts, 50mm long with one nut and washer.

(d) Painting: - All exposed steel surface shall be applied with two coats of synthetic enamel paint over one coat of red oxide primer and portion embedded in PCC shall be tarred before fixing in position.

3. STEEL GATE These shall be fixed in locations as shown in drawings and as decided by the Engineer-in-Charge. These shall be fixed consisting of the following specifications read in conjunction with the specifications given here in before and shown in drawings: -

(a) Excavation and Earthwork

: In any type of soil l including removal of surplus soil to a distance n. exceeding 50 m away and as specified.

(b) PCC Foundation : 1:4:8 type D-2 using 40 mm graded stone aggregate.

(c) Brick masonry work : All Brick masonry work shall be built in CM 1:6.

(d) PCC bed / copings : PCC 1:2:4 type B-1, using 20 mm stone aggregate.

(e) Rendering : 15 mm thick rendering with cement mortar 1:6

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. PARTICULAR SPECIFICATIONS (CONTD……)

(COMPOUND WALL AND GATE)

CONTD ……

331

3. STEEL GATE (CONTD ……)

(f) RCC Column & column base

: RCC M-25 (Design Mix)

(g) Column base : 1:4:8 type D-2, 75mm thick.

(h) Form work to column : As specified for rough finished surface.

(i) MS reinforcement : As shown on drawing & described in Sch ‘A’.

(j) Cast iron wheel : FG-150 graded cast iron.

(k) MS framed work : As described in Sch ‘A’.

(l) Finishing : (1) All plastered / rendered / concrete surfaces shall be applied with two coats of cement based paint. (2) All exposed surfaces of steel shall be coated with two coats of synthetic enamel paint over one coat of red oxide primer. (3) All mild steel articles embedded in PCC / brick work / in contact with masonry shall be treated with tar before fixing.

(m) Mild Steel Gate : All members of steel gate shall be of Fe-500 TMT grade. Irrespective of whatever is shown on drawings, vertical bars shall be of 16 mm dia. The welding wherever shown / required shall be 6 mm thick fillet weld. Mild steel hooks shown in drawing shall be provided to match with the number of fencing wires and cost of these hooks shall be included in lump sum cost of gate inserted by department.

NOTES: - (i) In case the height of gate is specified more in Schedule ‘A’ in such case the height of guard bars portion shall only to be increased. (ii) The height of gate pillars shall also be increased proportionally.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. PARTICULAR SPECIFICATIONS (CONTD……)

(COMPOUND WALL AND GATE)

CONTD ……

332

4. COMPOUND WALL WITH SWAN NECK FENCING 4.1 These shall be fabricated and fixed in locations as shown in drawings and as decided by the GE. Compound wall shall be of following specifications read in conjunction with the specifications given here in before and shown in drawings.

(a) Excavation and Earthwork : Any type of soil.

(b) Foundation : PCC 1:5:10 type E-2 using 40 mm graded stone aggregate.

(c) Brick work : In cement mortar 1:4

(d) PCC bed / copings : PCC 1:2:4 type B-1, using 20 mm stone aggregate

(e) Rendering : 15 mm thick rendering with cement mortar 1:6.

(f) Finishing : All plastered surface shall be applied with two coats of cement based paint. Over a coat of primer.

5. GALVANISED STEEL BARBED WIRE FENCING Barbed wire fencing shall be provided all as shown on drawings.

…………………………………… (Signature of Contractor) AD/DD (Contracts) Dated………………………… For Accepting Officer

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 333

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL WATER SUPPLY)

CONTD ……

1. SCOPE OF WORK The extent of work under this contract is as indicated in relevant part of Schedule ‘A’, particular specification and drawings. All reference to clauses in succeeding paragraph pertains to MES Schedule. 2. GENERAL REQUIREMENT 2.1. The requirement pertaining to materials, conformity with National Building Code, workmanship, testing, record of installations shall be all as specified in MES Schedule (Clause 18.409 and 18.41). Laying and jointing of CI/GI pipe shall be in accordance with clause 18.50 to 18.51 of MES Schedule. 2.2. All pipe work shall be laid or fixed to be completely airtight or watertight as specified. 2.3. Testing of pipe shall be carried out as specified in clause 18.48.7 and 18.50.4 of MES Schedule. 3. CAST IRON PIPE AND FITTINGS Pipes and fittings shall bear ISI mark. Class of pipe shall be as specified in schedule ‘A’. These shall comply the requirement laid down in clause 18.2.1 to 18.2.4 of MES Schedule. 4. GALVANISED TUBES AND FITTINGS Pipes and fittings shall bear ISI mark. Grade of pipes shall be as specified. These shall comply the requirement laid down in clause 18.4.1 to 18.4.2 of MES Schedule. 5. CAULKING LEAD AND SPUN YARN Shall be in accordance with clause 18.9 and 18.10 of MES Schedule. 6. RUBBER GASKET OF JOINTING Shall be in accordance with clause 18.11 of MES Schedule and shall conform to IS 5382. 7. SLUICE VALVE Shall conform to IS 14846 to 2000 and shall bear ISI mark, fixing of sluice valve shall be done in accordance with clause 18.57 of MES Schedule.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 334

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL WATER SUPPLY)

CONTD ……

8. VALVE PITS Valve pits shall be constructed with the following specification read in conjunction with the specifications given here-in-before and as shown in drawings: -

(a) Excavations and earth work

: Hard/dense soil, soft/disintegrated rocks

(b) Foundation : PCC 1:2:4 type B-2, using 40 mm graded shingle.

(c) Bed/Floor/copings : PCC 1:2:4 type B-1, using 20 mm graded shingle.

(d) Masonry work : PCC block 1:3:6 type C-1 masonry in CM 1:6

(e) Rendering : Internal surfaces of valve pit and 15 cm below GL on external surface shall be rendered 10 mm thick in CM 1:4 mixed with water proofing compound. External surfaces of valve pits below 15 cm shall be pointed flush as the work proceeds.

(f) Steel iron work : As shown in drawing.

(g) Painting : All surface of steel and iron work in contact with brick work /concrete shall be treated with tar before fixing the same in position. All other steel and iron work shall be painted two coats of synthetic enamel paint over a coat of primer.

9. Making connection of GI Distribution with CI/GI Main shall be as specified in MES Schedule, Clause 18.59. 10. Cutting of GI Pipeline, Fixing water meter and stop valve shall be as specified in clause 18.63 to 18.66 of MES Schedule. 11. Centrifugal pump provided for disposal of rain water shall be of specification as described in Schedule ‘A’. 12. TUBE WELL BORING

12.1 SCOPE OF WORK : The works shall be executed all as mentioned in schedule `A’, specified hereinafter, building specifications and as directed at site. The quoted rates of the contractor shall be deemed to include the complete cost of materials and labours, T & P, testing apparatuses & allied works etc required to complete the works & all processes to the entire satisfaction of the GE.

12.2 Boring shall be done as per IS – 2800 (Part I & II) – 1979.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 335

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL WATER SUPPLY)

CONTD ……

12.3 It is mandatory on part of the contractor to carry out the resistivity test / survey for the location

of drilling site. The contractor will inform the date of resistively survey to Engineer-in-Charge and the resistivity shall be got done in the presence of Engineer-in-Charge. The contractor will not be allowed to commence the drilling unless the resistivity test & survey report is submitted by the contractor to Engineer-in-Charge for his reference and approval of site/locations of drilling bore(s) approved by the GE & Engineer-in-Charge. The contractor’s quoted rates in Schedule `A’ items are deemed to include the cost of resistively survey and field test of each bore hole(s).

12.4 The entire assembly shall be installed & fixed in true vertical positions. The verticality of the

wells(s) shall be tested up to a depth of 5. 00 meters above the bottom of bore well with latest Engineering practices with plumb bob, steel circulars gauge etc. Tolerance to confirm to the provisions as per latest IS. Further verticality of bore well (s) shall be as per recommendation of pump’s manufacturer. The tests shall be carried out in the presence of Engineer-in-Charge and signed by both the contractor and Engineer-in-Charge. The contractor shall submit the relevant test certificate in respect of verticality of each bore to Engineer-in-Charge and cost on this account shall be borne by the contractor. The Tube well bore(s) not conforming to this condition/specification shall be rejected and no payment shall be made to the contractor for rejected/unspecified bore well(s).

12.5 If trial bore found suitable and approved by the GE, the deep bore well shall be made on the

approved location of trial bore & trial bore may be developed to the required deep bore well. If trial bore is found dry or unsuccessful the matter shall be brought to the notice of the GE. The drilling machine from location of trial bore either successful or unsuccessful or deep bore well(s) shall not be removed from the site until depth of the bore well is verified by the GE & approval or rejection of the trial bore made specifically by GE.

12.6 The abandoned/rejected/dry bore holes shall be filled with soil obtained from the drilling of bore

hole(s) & compacted thoroughly all as directed by the GE & Engineer in charge. All the relevant information’s like depth of the bore hole, strata position of availability of water etc and with CA details shall be indicated by the contractor at the site of every unsuccessful/dry bore holes on a suitable brick pillar built in CM (1: 6) plastered all around in 15 mm thick CM (1: 4) in the manner as approved by the Engineer in charge the information shall be clearly given & engraved while the plaster is green & nothing extra shall be paid to the contractor on this account.

12.7 Approach-ability of drilling rig to site of work will be the responsibility of contractor. Department

will not make any extra payment on this account. 12.8 All risk and compensations consequent to accidents on any account whatsoever will be

responsibility of the contractor alone. All losses on account of jamming and breaking of drilling tools will be responsibility of the contractor. Payment of the bore abandoned on this accounts will not be made except as specified in clause No 7.10 herein after.

12.9 Water, if required for drilling, shall be made available by the contractor’s own arrangement at his

own cost. Contractor shall make necessary arrangement at his own cost for lifting, carrying or conveying water to the site of work as required.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 336

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL WATER SUPPLY)

CONTD ……

12.10 DRY BORES : Payment for dry bores will be made only if resistively survey has been carried out

showing availability of water at the site and if the bore has been drilled to depth of 60 meters or above as per direction of Garrison Engineer and even then water is not available.

12.11 It will be responsibility of the contractor to take appropriate precaution during drilling upto

completion of work to protect bore(s) from all damage & avoiding all the mis- happenings at site. 12.12 Suitable 02 Nos Housing clamps for each column pipe hall be provided (projected on either side

of the pipe) & shall be tightened with 02 Nos 16 mm dia nuts bolts & spring washers on each side of a clamp. The clamp shall be painted with two coats of synthetic enamel paint over a coat of red oxide primer all as directed. Contractor’s quoted rates in Sch `A’ shall be deemed to included this provision for the connected items.

12.13 PCC Platform of size 900mm X 900mm X 600mm around each bore well in PCC (1:3:6) type C-2

(using 40 mm graded sand stone aggregate) shall be provided all as directed by the engineer in charge without any extra cost to department

12.14 The contractor shall not remove the boring machine from the site of bore(s) until the

measurement of the bore is recorded. The spoil of trial bore and boring shall be disposed off by spreading the same over the ground outside Air Force Area all as directed by Engineer-in-Charge.

12.15 No payment will be made to the contractor for drilling/boring in case any loss or damage occurs to the bore(s) due to carving/scouring during drilling or lowering, casing pipes/strainer pipes or/and slotted pipes assembly or packing of pea gravel etc.

12.16 All risks of accident, jamming and breakage of drilling equipment etc will be contractor’s own liability. No extra payment will be made on this account in any cases.

12.17 The contractor shall have no claim whatsoever for any precious materials (as decided by GE) if

any recovered from the bores during process of boring or development and it will be the property of Govt and contractor shall remove the same to the Govt stores.

12.18 All works shall be carried out to the entire satisfaction of Engineer-in-Charge and GE. 12.19 DRILLING OF BORES AND COLLECTION OF SAMPLES 12.19.1 The drilling shall be carried out by approved method so that samples of materials/soil/rock

obtained from bore holes will be obtained in crushed form and not as core as obtained in clay. Drilling should be carried out through suitable rotary mechanical rig of appropriate capacity.

12.19.2 During the drilling operations sample of the sediments shall be collected at every 3 mtrs or at the change of litho logy whichever is earlier. The time taken for every 3 mtrs of drilling shall also be recorded.

12.19.3 The unit rate quoted by the tenderer shall be deemed to include collection and supplying the samples in suitable polythene Jars duly leveled as stated above to the entire satisfaction of GE and as directed by him.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 337

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL WATER SUPPLY)

CONTD ……

12.20 DEPTH OF BORING 12.20.1 The depth of boring of the tube well at the site is anticipated to be 190 metres below ground

level. The depth may, however, be ordered in writing to be varied by the GE upto a maximum of 30 metres (plus or minus). If suitable water bearing strata is not available in the aforesaid bore or the boring can not be continued further on account of the type of strata met with, the contractor shall bore at other site (s) until suitable water strata is met with. All the cost on account of getting the sufficient water bearing strata is deemed to be included in the rates quoted by the contractor in respective Sch ‘A’ item.

12.21 CASING/SLOTTED PIPE ETC 12.21.1 Casing and slotted pipes shall be ERW MS pipes conforming to IS 4270-1992 as given in

respective items of Sch ‘A’ and all as approved by the GE.

12.21.2 The pipes of sizes in approved depths shall be lowered in the bore hole centrally and vertically so that the gravel packing in the annular space is of uniform thickness all around. The contractor will ensure that all the housing casing/slotted pipes are fixed in perfectly vertical position.

12.21.3 200mm dia casing pipes may be cut down to suitable lengths and threaded to facilitate in lowering the casing and connecting to strainer and casing pipes. The casing pipes shall be thoroughly and securely screwed in the plain socket before lowering in the bore.

12.21.4 The bail plug specified shall be provided if required at the bottom of the bore well casing and fixed securely. MS screwed bell caps shall be provided at the top of the casing pipe 750mm above the ground level.

12.21.5 The MS casing pipes, plug and strainer pipe etc shall be given outside two coats of

approved bituminous anticorrosive paint before lowering in bores. The surface of the pipes shall be thoroughly cleaned with wire brush and made free from rust before painting. The Engineer-in-charge shall approve the surface before paint is applied. The contractors quoted rates of Sch ’A’ are deemed to include this provision.

12.21.6 The casing pipe/slotted pipe shall be screwed at joints with suitable sockets as per Sch ‘A’

welded at each joint to sockets & pipe from the each end of socket all as directed by Engineer-in-Charge.

12.22 DEVELOPING OF WELLS

12.22.1 The contractor will develop the well by suitable air compressor to ensure that the well is

fully developed. The discharge during development shall be measured at an interval of one hour and record there of shall be kept by the contractor. The exact time of development shall be noted and paid under respective items of Schedule `A’. Additional gravel be added as the development proceeds. The development process may be continued in excess of 24 hours and if so ordered by the GE taking into consideration the following: - (a) The discharge ceases to improve at a fixed depression or alternative depression ceases to improve at constant discharge or the well ceases to absorbs more gravel.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 338

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL WATER SUPPLY)

CONTD ……

(b) The water is free from sand and any suspended matter. The water shall be considered sand free if the sand contents or suspended matter are not more than five parts in million parts of water by volume within ten minutes of the start of pumping. ( c) The discharge will be measured with a suitable 900 `V’ notch. An approved channel for the flow of water shall be provided over the ground with suitable baffles to eliminate the turbulence completely before the water is allowed to flow over the `V’ notch. The rear levels and working levels of water shall be recorded before commencement and during progress of well development.

12.23 PEA GRAVEL PACKING AND MEASUREMENT 12.23.1 The pea gravel used will be of sizes, all as mentioned in schedule `A’. The gravel will be

screened thoroughly and washed with water and shall be cleaned, free from any dust/dirt/kankar or other foreign matter and then poured into the space between the casing pipe and well of the bores. The gravels will be added allowing it to fill in the cavities around the causing pipe and well of the bores. The gravels will be added allowing it to fill in the cavities around the casing/ strainer pipe, while pumping out the water during development, pea gravel will be further added to make up the loss due to development until further gravel adding is not possible.

12.23.2 The pea gravel of specified sizes shall be brought to the site and neatly stacked. Before using the screened gravel for packing purpose, it shall be measured in boxes on level ground at the work site and recorded in MB duly signed by both Engineer-in-Charge and the contractor. The payment shall be made for the quantities calculated on the basis of dia of the bore holes i.e. 250 mm & external dia of casing pipe i.e.200mm+ pipe wall thickness or actual quantities used at site which ever is less, irrespective of the actual more quantities of pea gravel used for filling the wells. The pea gravel shall be brought at site in appropriate quantities and filled thoroughly & completely upto the top of bore holes.

12.23.3 The GI pipe of 50mm bore should be fixed in ground level upto the height of 30cm above ground level for packing the pea gravel for taking up the shrinkage of level of pea gavel during compaction.

12.24 The contractor shall be deemed to have himself fully acquainted with the scope of the proposed

works, nature of soil and all matter affecting the execution of work. No claim whatsoever shall be entertained on account of knowledge on part of contractor in this respect.

12.25 All work shall be carried out in accordance with the latest Engineering practice to the entire

satisfaction of the GE. 12.26 STRATA’s SAMPLES AND RECORD 12.26.1 The contractor shall supply to the Engineer-in-Charge on completion of the tube wells a

complete strata chart of the tube wells in a standard form on tracing cloth all as directed by the GE showing the following details without any extra cost to Govt for the same as the contractor’s quoted rates are deemed to include this provision : (a) Strata change encountered with description and depth with particular reference to size

and grain of sand and the water bearing strata. (b) Spring level below ground level (aquifer’s with water bearing stratas) opposite which

strainer and slotted pipes have been located. (c) Strata against which blind/plain pipe have been located. (d) Position of joints in slotted/blind pipes/housing pipes.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 339

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL WATER SUPPLY)

CONTD ……

(e) Diameter of the bores and reduced bores sizes with depth (if any). (f) Diameter and length of each section of bore well casing and strainer pipes. (g) The quality of gravel initially poured in the well and quality of gravel added during

development depression. (h) Yield test and duration of development operation and working level, prevalence of sand

etc. 12.26.2 After completion of the bore well drilling, the bore should be checked by electro logging

system by CGWB or other authority to check the discharge of the strata as well position of the strainer. The electro logging chart/graph should be handed over by the contractor to the Engineer-in-Charge and contractor’s quoted rates are deemed to include this provision.

12.27 TENTATIVE LAYOUT FOR LOWERING OF CASING STRAINERS PIPES/ASSEMBLY IN BORE WELL 12.27.1 Before lowering length of pipe in the tube well, the contractor shall submit a tentative

layout plan on a paper with his recommendation for location of MS plate and strainers, bail plug and the casing pipes, which in his opinion would give the desired yield and obtain approval of the Engineer-in-Charge/GE in writing which shall be the basis of the final drawings on tracing cloth as specified above which shall be signed by both contractor and the Engineer-in-Charge.

12.28 TESTING 12.28.1 On satisfactory completion of development, Yield-test of the completed well shall be

taken. For this purpose, the contractor shall undertake pumping, starting from 25% of anticipated. Yield gradually increasing the rate of pumping every half an hour and recording depressions and corresponding time taken in recoupment. The rate of pumping in this manner will be increased to a stage when the depression will not fall further and corresponding out put will be taken as yield of the well.

12.28.2 The contractor shall provide the specified yield from the tube well for continuous 08 hours pumping against a depression of not more than approx 5 meters beyond the test level. The yield will be measured by means of over a `V’ notch or venturimeter apparatus as approved by GE.

12.28.3 Sample of water shall be taken from the tube well (after development) in presence of the

contractor and shall be sealed in a clean container duly signed by the contractor and Engineer-in-Charge. The sample of water so obtained shall be sent to any of the Govt. recognized laboratory for testing the quality of water and to confirm that the water drawn from the tube well in potable water and fit for human consumption.

12.28.4 The cost of above test shall be included by contractor in relevant items of Schedule `A’. 13. SLUICE VALVE/NON RETURN VALVE 13.1 Sluice valves shall be all as mentioned in Schedule `A` and conforming to IS-780, class PN-1

flanged ends and drilled. Make : Kirloskar or of superior quality as approved by GE. 13.2 Sluice valves shall be provided as specified in clause 18.57 of SSR-Part I (1991). 13.3 Non return valve shall be ISI marked and all as specified in Schedule `A'.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 340

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL WATER SUPPLY)

CONTD ……

14. CAST IRON PIPES AND FITTINGS 14.2 Cast iron fittings shall be conforming to IS-1538 (Part I to XXIII) – 1976. The fittings shall

withstand the hydrostatic test pressure of 25 Kg/cm2 without showing any leakage, sweating or defects of any kind.

14.3 Relevant clauses of section 18 of MES schedule Part-I (1991) shall also be referred strictly for cast iron pipes and fittings. For laying, fixing, jointing and testing of pipes clause 18.41 to 18.48 refers.

14.4 Caulking lead for joints shall be conforming to IS-782-1978 as specified in clause 18.9 of SSR-

Part-I. The spun yarn used in joints shall be of hemp and of good quality. It shall be free of oil, tar or greasy substances and shall be of sterilized quality.

14.5 Rubber gasket for joints shall comply with the requirement of IS-5382-1985. It shall be free

from extractable substances which impart-taste, smell or toxicity to water. 15. CUTTING OF CAST IRON PIPES IN POSITION 15.1 Cutting of existing pipes for inserting valves/fittings etc. shall be done in neat and workman like

manner without damage to the pipe, so as to accommodate the fittings properly and to leave a smooth end at right angle to the axis of pipe. The rates quoted by the contractor includes the cost of necessary excavation and earth work, all T&P and arrangements required at site, dewatering of pipe line, cutting & removing the pipe length retrieved from cutting to MES store and marking good the damaged pipe lines/disturbed surfaces to match with the existing one all as directed by Engineer-in-Charge.

16. SUBMERSIBLE PUMP SETs 16.1 Submersible pump sets shall be suitable to meet the requirement of Schedule `A'. The model of

the pump shall be as recommended by the manufacturer for the Schedule `A' requirement. The contractor shall submit all the relevant documents i.e. literature/catalogue of pump he want to use in the work alongwith manufacturer recommendations and flow chart/performance curve of recommended pump & motor. The model of the pump and motor shall be got approved by the contractor from the GE before placing ordered on the manufacturer / supplier.

16.2 Testing of the pump set shall be done by the contractor to the entire satisfaction of the

Engineer-in-Charge and all the T&P / resources for testing the pump set shall be arranged by the contractor without any extra cost to Government.

…………………………………… (Signature of Contractor) AD/DD (Contracts) Dated………………………… For Accepting Officer

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 341

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL ELECTRIFICATION)

CONTD ……

1. SCOPE OF WORK The extent of work under this contract is as indicated in relevant part / section of Schedule „A‟, particular specification and drawings. All reference to clauses in succeeding paragraphs pertains to MES Schedule Part-I. The layout of conductors / cable, route shall be as directed by the Engineer-in-Charge. 2. GENERAL REQUIREMENT 2.1. The requirement pertaining to materials, conformity with Indian electricity Act and rules, workmanship, testing, records of installations, safety procedures and practices and fire safety, shall be all as specified in MES Schedule clause 19.2. 2.2. The contractor is deemed to have included in rates, cost of making holes/chases where required through roads/masonry or concrete work for taking in cables/conduits and conductors, etc and making good the same to match with existing work. 3. Conductors. Shall conform to relevant IS specification and as given in MES Schedule. Laying of Conductor should be as per clause 19.56 to 19.66 of MES Schedule. 4. BEARER WIRE Shall conform to clause 19.11 of MES Schedule. 5. ISOLATORS, EXPULSION TYPE FUSES AND LINE CONNECTORS Shall conform to relevant IS and as mentioned in Clauses 19.15 to 19.18 of MES Schedule. 6. MCB (MINIATURE CIRCUIT BREAKER) These shall be of utilisation category M-9 with 9 KA breaking capacity as per IS-8620 with amendment suitable for use on 240/415 volts AC 50 HZ supply termination of aluminum cables and fixing arrangement on DIN channel and housed in dust proof stove enameled steel sheet enclosure of 1.6 mm thickness with facility to operate MCB without opening enclosure with IS mark or make as per Appendix „B‟. 7. PANEL BOARD 7.1 The bus bars for phases and neutral shall be identified with colour code, supported property with adequate clearance. 7.2 Incoming and out going cable will be identified with arrow marks and the name of circuit on each out let will be written in front and rear of panel board. Connection between bus bars and individual switch unit of more than 63 Amps will be made with solid conductor. Bus bar and connection from bus bar to incoming should be inaccessible when the door of switch are opened for renewal of fuses etc.

7.3 All screws, bolts and uts which secure current carrying parts to the panel will be of brass, copper or similar rust proof materials. The base plate of cable chamber will be of large size to accommodate all cable glands intended for outgoing cables. 7.4 The fixing of ammeter, voltmeter, indicating lamps will be in such a way so that these should not come above the face of bus bar chamber.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 342

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL ELECTRIFICATION)

CONTD ……

7.5 There will be no any unused opening/holes in the panel board, if it, then these will be sealed by non inflammable material. 7.6 The drawing of electrical panel be got approved by Engineer-in-Charge/GE before incorporation in the work. 7.7 Outdoor LT panel (feeder pillar) should also confirm to following :-

(a) The following provisions of IS : 5039 of 1983 should be complied with in fabrication of enclosure for out door LT panel :-

(i) It shall be made from a suitable material to with stand rough usage and weather. If fabricated out of MS sheet, the thickness of the sheet shall be at least 3.15 mm. (ii) The top of the feeder pillar shall be fitted with a sloping canopy design of which shall be such that rainwater shall not accumulate on top. (iii) They will have a set of double-hinged doors at the front. Similar doors shall be provided at the back, if required and specified. The doors shall be fitted to provide the interior the maximum protection from atmospheric conditions. The hinges shall be of such construction that the doors can be swung open by not less than 1500. In addition the hinged design shall permit doors being removed completely if necessary. The base horizontal member shall be completely removable to facilitate cable jointing. (iv) The doors shall be provided with suitable locking arrangements. (v) The outdoor LT Panel shall be suitably protected against corrosion. (vi) The type of enclosure of out LT Panel shall be able to provide degree of protection IP 43, in accordance with IS : 13947 (Part-I).

(b) All other points as mentioned for cubicle type panels should be completed with for outdoor panels also. (c) A bayonet lamp holder complying with IS-1258-1279 with a tumbler switch complying with IS-3884-1966, a three pin plug and socket complying with IS-1293-1978 with necessary fuse and wiring shall be provided inside the pillar on the front bottom portion of the shell near the neutral bus bar.

8. CABLES (LT, HT & XLPE CABLES) Refer Para 19.19 of SSR Part-I. These shall be an approved product of BIS having ISI certification mark. 9. CABLE JOINTS Refer Para 19.22 & 19.85 of SSR Part-I. These shall be an approved product of BIS having ISI certification mark.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 343

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL ELECTRIFICATION)

CONTD ……

10. TESTING All the external electrification shall be tested as per IS provisions to the entire satisfaction of Engineer-in-Charge and test result shall be submitted duly signed by the contractor/Engineer-in-Charge. Layout and schematic diagram showing sizes, length, and capacity of conductor, cable and equipment shall be prepared on tracing cloth and submitted by contractor. No extra payment shall be paid on account of above provision to contractor. 11. STEEL TUBULAR POLES These shall conform to relevant IS specification and mentioned in Clause 19.3.1 to 19.3.6 of MES Schedule Part I. These shall be erected as specified in schedule „A‟, particular specification and as shown on drawing. 12. POLE FITTING AND CROSS ARMS Insulator and Insulator fittings shall conform to relevant IS specification and as given in MES Schedule. Steel cross arms shall be of angle or channel section as given in drawing and shall be provided as per clause 19.53.1 to 19.53.3 of MES Schedule Part I. 13. STAY WIRE AND STAY WIRE ASSEMBLIES These shall conform to relevant IS specification and as giver in clause 19.7 to 19.8 of MES Schedule Part I. These shall be executed as given in clause 19.55 of MES Schedule Part I. 14. STREET LIGHT FITTINGS 14.1 Refer para 19.42 of MES SSR 2009 (Part-I). These shall be an approved product of BIS having ISI certification mark. 14.2. Mounting bracket for street light fittings shall be fabricated from 32 mm bore galvanised steel tubing light grade. Overall length of the bracket shall be 1.2 M. Bracket shall be bent to shape as shown on typical drawing or as directed by Engineer-in-Charge. 14.3. Bracket for street light shall be fixed to poles with clamps of Flat iron 50x6mm, nuts and washers, clamps shall be painted with two coats of synthetic enamel paint over a coat of primer. 15. EARTHING Unless otherwise specified in Sch ”A” or elsewhere, Earthing shall be provided all as per Electrical Plate No. 3 of SSR Part I given on page No. 19-49, including necessary earthwork and excavation, PCC 1:2:4 type B1 chamber, galvanized mild steel light grade, 15 mm dia. protection pipe with 4 mm dia. galvanized mild steel earth wire, PGI sheet 1.25 mm thick funnel for water, GI wire mesh, GI pipe 20 mm dia. for water (light grade) , salt coal dust, angle iron frame made out of mild steel angle 30x30x5 mm thick, duly painted with two coats of synthetic enameled paint over one coat of primer red oxide , RCC 1:2:4 Type B-1 pit cover 50 mm thick duly reinforced with MS 6 mm dia. bars @ 150 mm c/c both ways or as described in relevant item of Sch „A‟, surplus soil shall be disposed at a distance not exceeding 50 m away. The unit rate for earthing shall include thee above provisions. Earth shall give required test results to the satisfaction of Engineer-in-Charge

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 344

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL ELECTRIFICATION)

CONTD ……

16. DANGER NOTICE PLATES Refer Para 19.18 of SSR Part-I. These shall be an approved product of BIS having ISI certification mark. Danger Notice Plate shall be IS-2551-1982. 17. LIGHTENING ARRESTOR Refer Para 19. 13.2 of SSR Part-I. These shall be an approved product of BIS having ISI certification mark. Lightening Arrestor shall be ISI-3070 (Part-3) 1993 or latest edition. 18. GANG OPERATED AIR BREAK SWITCHES Refer Para 19.69 of SSR Part-I. These shall be an approved product of BIS having ISI certification mark. 19. ANTI-CLIMBING DEVICE Refer Para 19.72.1 of SSR Part-I. These shall be an approved product of BIS having ISI certification mark. Isolator shall be ISI-278-1969. 20. STAY ASSEMBLY Refer Para 19.8 of SSR Part-I. These shall be an approved product of BIS having ISI certification mark. Isolator shall be ISI-9921-1985. 21. POWER CABLES 21.1 The tenderer shall submit complete test certificates giving full particulars/specifications of cable, constructional details and maximum continuous current carrying capacities in ground, air and induct alongwith standard design conditions. It shall be guaranteed by the tenderer that the cable offered by them shall be of specified sizes/makes and shall carry normal load as well as short circuit current in the event of any fault at ground conditions of Bareilly 211.2 All cables shall be as mentioned in Schedule `A' and shall be laid/fixed and tested in accordance as specified in clause 19.73 to 19.86, 19.91 and 19.93 of SSR 2009 (Part-I). 21.3 Wherever cables will be crossing or running parallel to existing telephone cables, suitable measures will be taken and distance will be observed as per latest IS on the subject. 22. MILD STEEL GALVANISED TUBING 22.1 These shall be provided as mentioned in Schedule `A' and as directed by the Engineer-in-Charge. Mild galvanized tube / pipe shall comply with IS-1239. 23. PAINTING 23.1 All steel part of HT/LT switch gears and other accessories shall have undergone a rigorous rust proofing process before painting. They shall be treated with high corrosion resistant primer and finally painted with synthetic enamel paint of grey tint.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 345

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL ELECTRIFICATION)

CONTD ……

24. TESTING AND COMMISSIONING OF EQUIPMENTS AND INSTALLATIONS 24.1 The testing and commissioning of all electric equipments at site shall be carried out according to clause 19.97.1 to 19.97.9 of MES Schedule (2009) Part-I and the procedure laid down below. 24.2 All equipments shall be tested, installed and commissioned in accordance with the latest relevant standards and codes of practices published by Indian Standards Institution wherever available and stipulations made in relevant general specifications. In case Indian Standards are not available, these shall be carried out in accordance with latest standards and code of practice published by other recognized National Standards Institutions or latest publications of International Electro Technical Commission (IEC). 24.3 The testing of all electrical equipments as well as the system as a whole shall be carried out to ensure that the equipments and its components are in satisfactory condition and will successfully perform its functional operation. The inspection of the equipment shall be carried out to ensure that all materials, workmanship and installation construction standard well as accepted, codes of practice and stipulations made in the relevant general specification. 24.4 All test shall be carried out by the contractor using his own instruments, testing equipments as well as qualified testing personnel. 24.5 The results of all tests shall conform to the specifications, requirements as well as any specific performance date guaranteed during finalization of the contract. 24.6 At site all equipments shall be energized only after certification by the personnel performing the test that the equipment is ready for energizing. 25. PREPARATION OF PLANT FOR COMMISSIONING After completion of the installation at site, for the preparation of plant for commissioning, the tenderers shall carry out checking and testing of all equipments and installation in accordance with agreed standards code of practice of Indian Standards Institutions and specifications/instructions furnished by the particular equipment supplier as will as purchaser. 26. TAKING OVER OF EQUIPMENTS INSTALLATIONS If the tests of equipments/installations as described herein before do not show satisfactory results, the contractor shall at his own expense rectify / replace the defective installation or any part thereof as directed by the GE within one month. The decision of the GE shall be final and binding in this regard. The installations shall be retested after rectification/replacement of the defective parts. The installation / equipments shall be finally taken over after the contractor gives a satisfactory result certified by the GE. 27. LITERATURE ETC. Tenderer shall submit technical literature/ catalogue of transformer and any other equipment as desired by the GE.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 346

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL ELECTRIFICATION)

CONTD ……

28. GUARANTEE The contractor shall furnish a written guarantee for soundness, satisfactory performance and efficient working of equipments supplied and installed by him to cover a period of 12 months from the certified date of completion. During this period any defects noticed in the working of the item of work due to incorrect installation, adjustment or manufacturing defects and faulty workmanship, shall be made good by the contractor at his own cost and expenses. 29. TEST CERTIFICATES The contractor shall furnish the test certificate from the manufactures of all the equipments, instruments, materials and accessories to GE being incorporated in the work in accordance with the relevant ISS. 30. LAYOUT 30.1 Layout of cables, Bus bar arrangements, etc are tentative. Exact layout and position of switch yard structure shall be as directed by Engineer-in-Charge. 31. EQUIPMENTS MATERIALS AND SAMPLES 31.1 All the equipment and material to be incorporated in these work services shall strictly comply with the latest appropriate Indian Standard specifications (ISS) or if ISS has not been issued they shall comply with current relevant standards. The work shall be carried out as per the provision of IS Rules and ISS as applicable. 31.2 Tenderer shall clearly specify the IS/BS specifications to which each equipment offered by him shall be manufactured or have been manufactured. 31.3 Samples of the all the materials will be supplied by the contractor to GE for his approval within 30 days of issue of work order 31.4 Materials/accessories for which makes have not been specified shall be of standard makes and shall strictly comply with current appropriate ISS where ISS has not been issued, they shall comply with current BIS. 31.5 All similar equipment and similar material and accessories shall be of the same make and origin shall be inter changeable with each other. The Tenderer shall forward the illustrative pamphlets /technical detailed literature of the equipment and clearly specify the makes ( out of makes mentioned above) along with his offer. 31.6 Samples of equipment / material are not however, required in respect of major items like transformers, HT/LT switch gears Bus ducts. Battery equipments, switches, provided that the approval of GE is obtained in respect of make and type and ISS as specified in the contract documents 31.7 The contractor after obtaining written approval of samples from GE shall obtain equipment and materials from the approved manufacturer or through his authorized distributor only. As a proof that the particular equipment / material is obtained from the manufacturer or his authorized dealer, the contractor shall produce such evidence to the satisfaction of GE. The materials shall be brought at site with maker‟s original packing with seal intact.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 347

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL ELECTRIFICATION)

CONTD ……

31.8. The contractor shall proceed with the work only, after approval of samples in writing by the GE and approved samples shall be labeled as such and signed by both contractor and GE and kept in custody of the GE till the final completion of the work. The major equipment material such as Transformers, HT switch gears MCCB, Isolators, Batteries. Lightning arrestors, HT/LT cables, aluminium conductors etc shall be got approved from the GE in writing before erecting. The equipment / material shall be designed to withstand prevailing climatic condition at Bareilly, without effecting to life and operation of equipments. 32. STANDARD OF QUALITY AND WORKMANSHIP 32.1 The supply and installation of all electrical equipment and accessories shall strictly comply with provisions contained in the latest edition of Indian Standard code of practice/specifications as applicable to above mentioned works, except where such regulation and rules are modified by these specification. 32.2 Refer condition 25 of General conditions of contracts IAFW-2249 All electrical work shall be carried out by properly skilled and electrical supervisors / engineers. The contractor shall, on demand by the Engineer-in-Charge, produce such evidence of qualifications of his workmen / supervisors / engineers, either at commencement of work or at any time thereafter during the currency of the contract again required by Engineer-in-charge. The entire work shall be of high class with the best workmanship and to the entire satisfaction of GE / Engineer-in-Charge. 32.3 The H.T switch gears, transformer, cables, DC battery-cum charging equipment accessories, etc incorporated there in shall be capable of giving satisfactory operation under the climatic conditions at Bareilly. 32.4 The equipment called for in this contract/required for are an important Defense Installation where continuity of services is very essential. The design and manufacture of the equipment and the materials / accessories used therefore, shall be of highest standard to ensure continuous and trouble free services. 33. DANGER BOARDS/SIGNS 33.1 Danger boards shall be fabricated out of 1.6 thick MS sheet, vitreous enameled white of size given in Sch A . The letters, figures, conventional skull and bones will be in signal „RED‟ colour on the front side. The rear side of plate shall also be enameled. Except the modifications mentioned above the Danger boards shall comply with the requirements of IS-2551-1963 or latest edition. 33.2 HT switchgears and transformers and steel structures for 33 KV/11 KV installed in the outdoor type sub station will be provided with MS sheet danger boards. These will be fixed on the equipment with four numbers GI bolts, nuts and washers. 33.3 HT switchgears, battery charging panel, 33 KV control etc installed inside the building will be provided with panel PERMACLL Make danger signs manufactured by M/S Johnson and Johnson. 33.4 Rates for both as mentioned in clause 40.2 and 40.3 shall be the same ,accordingly the contractor shall quote the rates for relevant item in Sch A. Only one number danger board / sign will be provided on each switch board, eqpt, pole, transformer etc as directed.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 348

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL ELECTRIFICATION)

CONTD ……

34. HT / LT CABLES AND CABLE WORK 34.1 33 KV 3 Core cables XLPE insulated with aluminum conductors and shall conform to IS : 692-1973 or latest version thereof. These cables shall be suitable for earthed system. The aluminum conductors used for cables shall conform to IS: 1753-1967 or current edition. Note: Wherever 11KV is mentioned in the tender documents, it shall be read as 33KV. 34.2 The cables HT shall carry normal load as well as short circuit current in the event of any fault. 34.3 The work of underground cables shall be carried out as specified in IS : 1255 -1967 or latest edition and as described in section 19(Electrical works section) sub class 19.74 to 19.82 and 19.83 to 19.87 of MES standard Schedule of Rates all zones. The cable under road crossings railway tracks etc (existing or proposed) shall be enclosed in GI pipes. The sizes of the pipes shall be decided by the Engineer-in-charge as described in Sch „A‟ size of the pipe shall be such that the suitable space alround the cable is available. The pipe shall be provided throughout the width or roads/Railway/tracks/drains and extended for 1200mm either side of the road/railway track level. The joints of GI pipe shall be as specified in standard schedule of rates 2009 (Part I specifications). The two ends of pipes shall be sealed with wooden bush and sealing compound. Nothing extra shall be paid on this account and tenderers are advised to visit the site before the quoting their rates. 34.4 Where the cable are to be laid in the trenches, a 80 mm thick cushion of clean dry sand shall e provided below the bottom of cable. The cable shall be covered by a further layer of clean in SSR 2009 Sch „A‟. The bricks PCC cover for covering the cables shall be as specified herein before. The bricks/PCC cover shall be laid flat (width of protection being equal to length of brick). After the layer of brick cover is laid the remaining trenches will be filled with excavated earth all as specified in Schedule „A‟. 34.5 The cable shall be snaked to provide a 4 meters length of cable for future joints at all straights joints(both side of the joint ie. 4 meters on each side) of cable laid in trenches and 2 meters lengths at terminal cable boxes. The above additional length of cable specified for snaking shall also be measured and paid for under the respective items of cable in Schedule „A‟ laying brick cover and sand cushion at places where cables are snaked, shall be done as directed by the GE. No price adjustment shall be made for variation in quantity or connected (allied) items like sand cushion sand cover and brick layer, excavation and earthwork, etc. 34.6 Where the cables run vertically they shall be firmly fixed with flat iron clamps as directed by the Engineer-in-charge at one metre centre to centre alongwith the support. 34.7 Cable path indicators shall be provided at distance of every 100 metres and at cable joints and turning of all cables excepteror street light cables and 2 core cables. Cables path indicators shall be of CI plate, indicating cable size voltage and sub station/building number to which it is feeding carved on it, welded to 40mm x 40mm x 6mm angle irons bent to shape as shown on drawings. The height of the cable path indicators above ground level shall be as shown on drawings. The cable path indicators shall be erected at the time of refilling the trenches and the path shall be painted as under :-

(i) For HT 11 KV Cables- „BROWN‟.

NOTE: - The cost of cable indicators shall be deemed to be included in the rates quoted in Schedule „A‟ for cables.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 349

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL ELECTRIFICATION)

CONTD ……

34.8 All jointing materials for thermo fit (heat shrinkable) type jointing of cables (11 KV grade cables) as specified in clauses of particular specification for straight through joints shall be deemed to be included in the rates quoted for these cables in the schedule „A‟ by the contractor. 34.9 Layout of HT cables shown in the drawings is for guidance only. The contractor shall, however, verify the cable lengths actually required at site before procurement of the same. 35. CABLE TERMINATION AND JOINT KITS Refer Para 19.22 and 19.86 of SSR Part I. These shall of indoor/ out door type as indicated in Schedule „A‟. 36. SPECIAL EARTHING FOR SUB STATION EQUIPMENTS 36.1 Earthing shall generally conform to the requirements of IS : 3043-1987 (Code of practice for earthings) or latest edition and IE rules. 36.2 The contractor shall obtain approval of Engineer-in-Charge for layout of earthing before commencement and shall be executed in the presence of his representative. Excavation shall be passed by Engineer-in-Charge before filling. 36.3 The dimensions of plate earth electrode shall be 600mm x 600mm x 6.3 mm and shall be placed vertically. The plate electrode shall be surrounded with charcoal dust and common salt mixture to a packed thickness of 300mm around plate ie. Below, above and outward on all sides. The earthing shall be executed as shown in electrical plate No 5 of MES standard schedule of Rates 2009 (Part I specifications) except modifications mentioned in these particular specifications and Sch „A‟. 36.4 The charcoal dust and common salt mixture and return filling shall be done in layers not exceeding 15cm and shall be properly watered and rammed. Surplus spoil shall be disposed of and site left cleared on completion. 36.5 The link shall be provided in the circuit of each pit, at a suitable point to be approved by the Engineer-in-Charge for carrying out resistance measuring test. The earth resistance of the whole system shall be as near as possible to zero but shall not in any case exceed one Ohm. 36.6 As for as possible joints in the copper earthing strips shall be avoided. But wherever it is absolutely necessary prior permission of engineer-in-charge in writing be taken. While jointing copper strips shall be properly cleaned. Straight joint shall overlap 50mm. All joints shall be riveted (using 6mm dia copper rivets in two rows with 2 Nos. rivets in each row) and then soldered welded on all the four sides and to full length of joint. 36.7 Concrete chamber including coping shall be PCC 1:2:4 mix using 20mm graded stone aggregated. All internal surface of concrete chamber shall be given 12mm thick plaster in cm (1:4) finished fair without using extra cement. Funnel in the chamber shall be with wire gauge (of 22 gauge, 9 meshes per linear inch). The frame for earth pits shall be of MS with RCC cover, the other details are shown in the drawings and described in the Schedule „A‟. 36.8 Common salt and charcoal dust as available in the market shall be used for earthing.

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 350

PARTICULAR SPECIFICATIONS (CONTD……) (EXTERNAL ELECTRIFICATION)

CONTD ……

37. PRODUCTION OF TEST CERTIFICATE Manufacturer‟s test certificate in respect of cables and transformers, poles, HT / LT cables, Gang operated air break switches, and other equipments are to be submitted to the EIC by the contractor before submission of Running payment / Final bill. 38. PLATFORM FOR TRANSFORMER Refer drawing listed in list of drawings/specified in Schedule “A”. Unless specified otherwise elsewhere Platform for Transformer shall be constructed in location as decided by Engineer-in-Charge and as per details shown in drawings to the following specifications read in conjunction with specifications given herein before:-

S. No.

Nomenclature Specifications

(a) Excavation and earth work In any type of soil and disposal of surplus soil to a distance of 500 M and spread and leveled

(b) PCC in foundations 1:3:6 type C-2

(c) Brick walls / Dwarf walls Brick work in cement and sand mortar 1:4

(d) All RCC works RCC, M-25 (Design mix)

(e) Brick bats filling These shall be of gauge not exc. 63 mm.

(f) PCC in any location not specified elsewhere

PCC 1:2:4 Type B-1

(g) Rendering On all exposed faces 15 mm thick plastering in CM 1:6 upto 150 mm below ground level.

(h) Wicket gate As shown on Drg No. CEBZ/TD/002 sheet 1/1 amended upto date.

(j) Barbed wire fencing Barbed wire fencing shall be 1400 mm high all as shown in drg No. TD/090 sheet 1/3 to 3/3 and all as directed by GE.

(k) All other works As per drawings

(l) Bearing Plaster 15 mm thick 1:4 top finished even and smooth and proving building paper

(m) Reinforcement Reinforcement steel shall be high strength deformed bars Fe-500 grade.

(n) Ramp All as shown on drg and specified here-in-before.

39. BLANK …………………………………… (Signature of Contractor) AD/DD (Contracts) Dated………………………… For Accepting Officer

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 351

PARTICULAR SPECIFICATIONS (CONTD……)

APPENDIX ‘A’

LISTS OF ISI / BIS / CERTIFIED (MARKED) PRODUCTS TO BE INCORPORATED IN WORKS

S. NO.

MATERIAL IS NO.

1. CONCRETE (a) Integral water proofing compounds IS:2645 (b) Cement Ordinary Portland IS:8112

2. JOINERY (a) Wooden flush door shutters, solid core type IS:2202 Part 1

3. BUILDERS HARDWARE (a) Steel Butt Hinges IS:1341 (b) Non ferrous butt Hinges IS:205-1978 (c) Ferrous Tower/ Barrel Bolts IS:204 Part I (d) Non- Ferrous Tower/ Barrel Bolts IS:204 Part II (e) Door Handles ( Non Ferrous) IS:208 (f) Parliament Hinges , Ferrous IS:362 (g) Hydraulically operated Door closers IS:3564 (h) Continuous piano hinges IS:3818 (j) Non Ferrous metal sliding door bolts IS:2681 (k) Tee and strap Hinges IS:206 (l) Mild steel sliding door bolts IS:281 (m) Hasp and staples IS:363

4. ROOF COVERING (a) Bitumen felts of water proofing and damp proofing (

Hessian felt) IS:1322

(b) Glass fibre base felts type 2 grade II IS:7193

5. CEILING AND LINING (a) Plywood for General purposes IS:303 (b) Untenured particle Board IS:3087 (c) Fibre Hardboard IS:1658 (d) Medium density fibre board IS:12406 (e) Veneered Particle Board IS:3097

6. FLOORING (a) White Portland cement IS:8042 (b) Cement concrete flooring tiles IS:1237

CONTD ……

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 352

PARTICULAR SPECIFICATIONS (CONTD……)

APPENDIX ‘A’

LISTS OF ISI / BIS / CERTIFIED (MARKED) PRODUCTS TO BE INCORPORATED IN WORKS

S. NO.

MATERIAL IS NO.

7. WATER SUPPLY, PLUMBING , DRAINS AND SANITARY APPLIANCES (a)Concrete pipes with or without reinforcement IS:458 (b) Salt Glazed stone ware pipes IS:651 (c) Centrifugal cast ( spun) iron spigot and socket soil, waste

and vent pipes, pipes fittings and accessories IS:3989

(d) UPVC soil , waste and rain water pipes IS:4985 (e) Sand cast iron Spigot and socket soil waste and

ventilating pipes and fittings IS:1729

(f) Galvanised Mild steel tubes and fittings IS:1239 ( Part I and Part II) (g) Vitreous China Sanitary appliances IS:2556 (h) Plastic water closet seats and covers IS:2548 (j) Flushing cistern for water closets and urinals other than

plastic IS:774 , IS:2326 (automatic flushing cistern)

(k) Ball valves ( Horizontal plunger type ) including floats for water supply purposes

IS:1703

(l) Cast copper alloy screw down bib taps and stop valves IS:781 (m) Pillar taps IS:1795

8. ELECTRICAL WORKS

(a) Ceiling rose IS:371 (b) Tumbler switches IS:3854 (c) Socket outlet- 3 pin plug and socket IS:1293 (d) Switch fuses ( Main & Switch) IS:4064 (e) Rigid steel conduit IS:1653 (f) Rigid non metallic Conduit IS:2509 (g) Single core cable polyethylene insulated and PVC

sheathed cable IS:1596

(h) Starter for tube light IS:2215 (j) Fluorescent lamps IS:2418 (k) Aluminium and steel cored stranded conductor IS:398 (l) MCB IS:8828 (m) PVC insulated cables IS:694 (n) paper insulated lead sheathed cables IS:692 ------------------------------------------------------------------------------------------------------------------------------- …………………………………… (Signature of Contractor) AD/DD (Contracts) Dated………………………… For Accepting Officer

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 353

GROUP I GROUP II GROUP III

GODREJ GODREJ

USHA LEXUS USHA LEXUS

DURIAN DURIAN

Euroacoustic Products

Ltd

Rajshree Plastiwood Polyline from

Polyline

extrusion

Pvt.Ltd KolkataM/s Kumar Arch Tech

Ltd

Rajshree

Plastiwood

Rajshree

Plastiwood

M/S Sintex M/S Sintex M/S Sintex

M/s H2O Solutions New

Delhi

M/s H2O

Solutions New

Delhi

M/s H2O

Solutions New

Delhi

Duroplast Extrusion Pvt

Ltd.

Duroplast

Extrusion Pvt

Ltd.

Duroplast

Extrusion Pvt

Ltd.M/s Sun Control

Systems (SUNWIN)

M/s Sun Control

Systems

(SUNWIN)

M/s Sun

Control

Systems

(SUNWIN)

07-Apr-18

M/s Joinery

Manufacturing Co

Kanpur

M/S Goyal

Industries Pvt

Ltd, New Delhi.

M/s Satish

Kumar & Co.

Khajuri Road

Jamuna-nagar. M/s Choiti Industries ,

Kanpur

MP Wood

Products

Doorking

KolkataM/s Oriental Door,

Mandhana Kanpur.

M/s Oriental

Door,

Mandhana

Kanpur.

M/s Oriental

Door,

Mandhana

Kanpur. M/s Jain Wood

Industries (Brand-

Jayna)

M/s Jain Wood

Industries

(Brand- Jayna)

M/s Jain Wood

Industries

(Brand- Jayna)

07-Apr-18

M/s Kitply Industries Ltd

, Kanpur

M/s Century

Plywood

M/s Shiv Hari

plywood

(Corbett)M/s Northen Doors Pvt

ltd, Kanpur.

MP Wood

Product

M/s Mysore

Chip Board-

Archid M/s Jain Wood

Industries (Brand-

Jayna)

M/s Jain Wood

Industries

(Brand- Jayna)

M/s Jain Wood

Industries

(Brand- Jayna)

07-Apr-18

Classic, New Delhi Classic, New

Delhi

Mohan Metal

Ind. Shahadra.

Mepro M/s Elite

Enterprise,

Mumbai

M/s Aluminium

Udhyog

Aluminium doors, windows & structural

glazing

M/s Argent Industries M/s Argent

Industries

M/s Argent

Industries

07-Apr-18

Saint Gobain Asahi Hindustan

Pilkington

Glass WorksModi Guard Modi Guard Asahi

ISI & Non ISI Aluminium door & window

fittings

FURNITURE

Modular Office Furniture System, Chair &

other furniture related to office purpose in

the brand name of PSL Modular

4

Wooden Panel Doors & Windows

Factory made Shutters Panelled /Skelton

shutters (Fly proof /Glazed)

Flush Doors ISI Marked

3

UPVC Doors (Panel doors/Moulded

doors), Window and Chowkhat

(b)

APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS

APPROVED MAKES/NAMES OF FIRMS FOR PRODUCTS

TO BE INCORPORATED IN WORK

LIST OF PRODUCTS AND THEIR MAKES

B/R RELATED PRODUCTS

REMARKS

Plain /Pin headed / Frosted Sheet Glass

PVC/UPVC DOOR, WINDOW & CHOWKHAT

WOODEN DOORS & WINDOWS

DOOR & WINDOW FITTINGS

SER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

1

2

(a) PVC(Panel Doors/Moulded doors),

Window and Chowkhat

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 354

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

Gold Mohar Shalimar

Hardware

Rajdoot

J&N Berger

Indian Gypsum Everest

Industries

Everest

Industries

Kumar Arch Tech Pvt

Ltd

Indian Gypsum Indian Gypsum

ARMSTRONG ARMSTRONG Indian

Gypsum

Ramco Industries Ramco

Industries

False Ceiling/ Partitions / Wall paneling /

Pre fab uPVC cabins / Site office

M/s Sun Control

Systems (SUNWIN)

M/s Sun Control

Systems

(SUNWIN)

M/s Sun

Control

Systems

(SUNWIN)

07-Apr-18

M/s Agra

Timber & Steel

Products, Agra.

M/s Gupta and

Jain Enterprises

M/s Ishwar Industries,

175/A, Bombay Bazar,

Meerut Cantt.

M/s Anoop

Industries Pvt

Ltd, Hanuman

Chowk, Meerut

Cantt.

M/s AGEW

Steel

Manufactures

(Pvt)

AhmedabadM/s Aswini & Sons, E-

15, Patel Nagar -II,

Ghaziabad

M/s GS Udyog,

G-11, Site III.

Panki, UPSIDC

Industrial Area,

Kanpur.

M/s Multiwyn

Industries

Corpn Calcutta.

Poonam Enterprises, E-

10, Industrial Estate,

Talkatora , Lucknow.

Bajaj Steel

Industries Ltd

M/s Chandni

Industries

Ghaziabad

M/s Chandni

Industries

GhaziabadBajaj Steel Industries

Ltd

Chhabra Steel

Udhyog Ltd

Meerut

M/s Gupta and

Jain

EnterprisesM/s Gupta Iron Udyog M/s Gupta Iron

Udyog

M/s Gupta Iron

Udyog

07-Apr-18

M/s Argent Industries M/s Argent

Industries

M/s Argent

Industries

07-Apr-18

PVC Kitchen Cup Boards/ ward robes Kumar Arch Tech Pvt

Ltd

EVEREST SWASTIK CHARMINAR

CHARMINAR CHARMINAR VISKAM/S Ispat Indistries Ltd M/s Cril Colour

Roof India Ltd.

M/s Lloyd

Tata Blue Scope Steel

Ltd

Tata Blue

Scope Steel Ltd

M/s Matco

Roof Pvt Ltd

Prestart infrastructure

Projects Ltd

Everest

Industries Ltd

Tata Blue

scope steel Ltd

Wooden wall Panel ARMSTRONG ARMSTRONG -

Jaquar & Company Pvt

Ltd

Plumber Prayag

Polymer Pvt

Ltd

CP Bath Fittings

Color Coated Sheet galvalume

7

6 CUPBOARDS, CABINETS, DOOR & WARDROBE

5

Putty for glazing

GALVANIZED SHEETS, PANELLING, PARTITIONS, HUTS & BATHROOMS

CGI/PGI sheet

4

PVC False ceiling

Gypboard/'E' board False Ceiling

M/s Sen Harvic

Vora Building,

1st Floor, 50

Nakhoda Street

Bombay

M/s Anoop Industries

Pvt Ltd, Hanuman

Chowk, Meerut Cantt.

FALSE CEILING

Steel windows, ventillator (as per IS 1038

of 1983) and pressed steel door/ window

frames, steel lockers & cup board frame/

shutters

8 SANITARY WARES

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 355

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

Marc Gem Gem

Zolotov. Seiko Seiko

Blue Star -

SILVER SHINE

Plastocraft

Sanitary India

Pvt LtdAluminium

Udhyog

M/s Status Sanitech Pvt

Ltd (Brand-PLAYER)

M/s Status

Sanitech Pvt Ltd

(Brand-

PLAYER)

M/s Status

Sanitech Pvt

Ltd (Brand-

PLAYER)

07-Apr-18

M/s Mohan Metal

Industries (Brand -

CORONET)

M/s Mohan

Metal Industries

(Brand -

CORONET)

M/s Mohan

Metal

Industries

(Brand -

07-Apr-18

Zolotov. M/s Prakash &

Co Mayapuri,

Delhi

M/s Prakash &

Co Mayapuri,

Delhi

Zolotov. L&K

PTMT Bathroom and Hardware fittings M/s R.S. Industries

(Brand-POLYTUF)

M/s R.S.

Industries

(Brand-

POLYTUF)

M/s R.S.

Industries

(Brand-

POLYTUF)

07-Apr-18

Jaquar & Company Pvt

Ltd

Neycer Kermag

(standard)

Somany

Hind ware Hind ware

Hindustan Sanitary

Ware (Hindware) (1st

quality),

Hindustan

Sanitary Ware

(Hindware) (1st

quality),

Hindustan

Sanitary Ware

(Hindware) (1st

quality),Parryware (Super fine) Parryware

(Super fine)

Cera

Cera (1st quality) Cera (1st

quality)

Johnson Pedder Johnson Pedder

Nirali Amco Amco

Blue Star -SILVER

SHINE

Cobra Anupam

Blue Star -

SILVER SHINE

Designer bath Suites Jaquar & Company Pvt

Ltd

Prayag Polymer Pvt Ltd Blue Star -

SILVER SHINE

Anupam

Industries

Jain Brothers Sanitation

Pvt Ltd

Nirali Nirali

Float valves/Ballcocks, Cockroach Traps,

Glass shelfs

Prayag Polymer Pvt Ltd Prayag Polymer

Pvt Ltd

Prayag

Polymer Pvt

LtdPrayag Polymer Pvt Ltd Blue Star -

SILVER SHINE

-

Jain Brothers Sanitation

Pvt Ltd

Nirali -

Parryware Commander -

Champion

Commander -

Champion

Hind ware Parryware Hindustan

CERA Hind ware

Blue Star -

SILVER SHINE

Parryware Parryware Commander -

Champion

Stainless Steel Kitchen Sink

Seat cover for EWC

PVC Flushing Cistern (IS- 774-1984)

Blue Star -

SILVER SHINE

SS Plate Rack

Wash Basins/WCs

SS Wash Basins/WCs

Bib Taps & Stop Cocks (Brass)

CP Bath Fittings

8

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 356

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

Hind ware Hindware Hindustan

CERA Cera Blue Star -

SILVER SHINE

Hindustan Hindustan

Commander -

Champion

Nirali Amco

Jain Brothers Sanitation

Pvt Ltd

Cobra

Diamond Blue Star -

SILVER SHINE

Jayaswal Neco Jayaswal Neco

Corporate Ispat alloys

Ltd Durgapur

Corporate Ispat

alloys Ltd

DurgapurKapilansh (M/s

Kapilansh Dhatu

Kapilansh (M/s

Kapilansh Dhatu

07-Apr-18

Ashutosh Iron factory,

Nagpur

Ashutosh Iron

factory, Nagpur

Bengal iron corp

M/s Singhal Iron

Foundary (Pvt) Ltd

(Brand-SKF)

M/s Singhal Iron

Foundary (Pvt)

Ltd (Brand-SKF)

M/s Singhal

Iron Foundary

(Pvt) Ltd

(Brand-SKF)

07-Apr-18

M/s Babulal Bajaj Iron

Foundry (Brand - HIF)

M/s Babulal

Bajaj Iron

Foundry (Brand -

HIF)

M/s Babulal

Bajaj Iron

Foundry (Brand

- HIF)

07-Apr-18

Finolex Finolex

Supreme Supreme

Kisan Mouldings Pvt

Ltd

Kisan Mouldings

Pvt Ltd

Prince Prince

Gupta Refactories,

Gwalior

Gupta

Refactories,

GwaliorDevraj Anand

Ghaziabad

Devraj Anand

Ghaziabad

Perfect Jabalpur Perfect Jabalpur

Saint Gobain Atul Asahi

Modi Guard Modi Guard Atul

9 ICI Paint (Dulux Gloss) ICI Paint (Dulux

Gloss)

Asian Paint (Apcolite ) Asian Paint

(Apcolite )

Shalimar Paints

(Superlac Hi Gloss)

Shalimar Paints

(Superlac Hi

Gloss)

Goodlass Nerolac

Paints (Nerolac)

Goodlass

Nerolac Paints

(Nerolac)Jenson & Nicholson

Paints Ltd (Brolac)

Jenson &

Nicholson

Paints Ltd

(Brolac) Nerolac (Nerolac Full

Gloss)

Nerolac

(Nerolac Full

Gloss) Goodlass Nerolac (All

Escapes)

Goodlass

Nerolac (All

Escapes)

PAINT

CI (Centrifugally cast) Pipes as per IS :

3969 for sewage disposal & Rainwater

pipes

Synthetic enamel Paint

PVC Flushing Cistern (IS- 774-1984)

PVC Pipe SWR Pipes (IS-13592 for

pipes & IS- 14735 for fitting

SGSW Pipe

Plastic emulsion Paint

Stainless Steel Sink Cum Draining Board

/Sink

8

Looking Mirror

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 357

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

Shalimar Paints

(Hussain Collection)

Shalimar Paints

(Hussain

Collection)

Jenson & Nicholson

(Special Effect)

Jenson &

Nicholson

(Special Effect)

Asian Paints (Royale)

Berger Paints (Luxol

Silk Splender)

Asian Paints

(Royale) Berger

Paints (Luxol

Silk Splender)

Good lass Nerolac

paints

Good lass

Nerolac paints

Shalimar Paints Shalimar Paints

Jenson & Nicholson Jenson &

Nicholson

Asian Paints Asian Paints Berger Berger

JK White JK White Birla White Birla WhiteSuper Snowcem Super Snowcem Cemkote

Duracem Duracem DuracemCemplus by TATA

pigments

Cemplus by

TATA pigments

Cemplus by

TATA pigments

Gutucem by Asian

Pigments

Gutucem by

Asian Pigments

Accrocem Accrocem Berger Paints -Weather

Coat smooth

Berger Paints -

Weather Coat

smooth Asian Paints - APEX. Asian Paints -

APEX.

Shalimar Paint XTRA Shalimar Paint

XTRA

Nerolac Paint - AXCEL Nerolac Paint -

AXCEL

Aluminum composite Panels M/S Alstone

International, Noida

(UP)

M/S Alstone

International,

Noida (UP)

Novapan Century

plywood

Shivam Tar

products,

MathuraKitply Bhutan Board Bhutan Board

Green ply Nepal Board Nepal Board

Novapan Century

plywood

Bhutan Board

Kitply Bhutan Board Nepal Board

Green ply Nepal Board Shivam Tar

products,

MathuraFormica/ Sunmica Decolam from

Century

Century Green Lam

Green Lam Sunmica

11

NITCO, Mumbai Star Tiles &

Industries,

Rama Devi ,

Kanpur

M/s Mehatab

Tiles 8, Rani

Shopping

Centre,

Bhanwar,

Indore.

PAINT

Cement Based Paints

Plywood for general purposes (ISI 303

Marked )

Plain Particle Board/Particle Board

Ceiling Tiles Prelaminated Particle

Board

Laminated Sheets

Mosaic/PCC Plain/ Chequered tiles/ Inter

Locking paver blocks.

TILES

Plastic emulsion Paint

10

External Weather proof paint

PLY BOARD/MDF & HDF BOARDS

Acrylic washable distemper/Oil emulson

distemper

White cement & Wall Care Putty

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 358

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

Redsun Tiles & Pavers,

Panchkula.

Mayur Tiles &

Interlocking

paves,

Lucknow.Armstrong Premier Vinyl

flooring Ltd,

New Delhi

Royal Cushion

vinyl Products

Ltd, DelhiMarblex Armstrong

Krishna Vinyls

Ltd, New Delhi

Johnson (Marbonite ) Oracle Granito

(Marbito)

Somany

Bell Granito Somany RAK Ceramics

Kajaria Asian Granito Varmora

Granito pvt.

Ltd.City Tiles Ltd City Tiles Ltd Crystal

Ceramic

IndustriesCrystal Ceramic

Industries

Kajaria NITCO Somany

Johnson Somany Spartek

Orient Crystal Ceramic

Industries

Crystal

Ceramic

IndustriesCity Tiles Ltd City Tiles Ltd City Tiles Ltd

Regency Regency

M/S Bal Endura,

Bangalore

Fevimate Fevimate

Laticrete Hyderabad

Glass Mosaic Tiles Italia Bisazza Accura

Armstrong Armstrong

Kajaria

HMB Engg. Noida. Global

Technocrats Pvt

LtdWire Products Mandi

Govind Garh (PB).

HMB Engg.

Noida.

Chandra Trading Co.

Ghaziabad.

Wire Products

Mandi Govind

Garh (PB).Chandra

Trading Co.

Ghaziabad.M/S Ramco AC Sheet

Swastik

Charminar Visaka

M/S Eternit Everest Ltd Upal RBL

Sintex (Three layered) Sintex (Two

layered)

JS Polyplast

Tuff JS Polyplast Dhara

Dhara

Leader, Leader,

Bombay Metal & Alloy

Co

Bombay Metal &

Alloy CoZoloto Zoloto

NMC NMC

Vardhaman Vardhaman

15 CEMENT Cement OPC/PPC

16 STEEL Reinforcement steel (TMT Bars) (Main

Producers)

AS GIVEN IN CONCERNED PARTICULAR

SPECIFICATION TO THIS TENDER

AS GIVEN IN CONCERNED PARTICULAR

SPECIFICATION TO THIS TENDER

ROOFING Corrugated, Semi Corrugated and Plain

AC Sheet

14 INTERNAL WATER SUPPLY

HDPE (Polyethene Water Storage

Tanks (Rotational Moulded)

Stop Valves/ Gate Valves /Float Valves

Mosaic/PCC Plain/ Chequered tiles/ Inter

Locking paver blocks.

PVC tiles/wooden Flooring

FENCING12

13

Antistatic & Conductive Flooring

Ceramic tiles /Non skid Ceramic tiles

Vitrified tiles

Tile Adhesive/ Tile Grout

Punched tape Concertina Coils and flat

wrapped weld mesh for fencing

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 359

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

M/S Singhal Pesticides,

Agra

M/S Singhal

Pesticides, Agra

M/S Crop Health

Products Ghaziabad

M/S Crop

Health Products

Ghaziabad

M/S Pest Control India

Limited

M/S Pest

Control India

LimitedM/s Dursban M/s Dursban

Latex Latex

Accro-1 - Accro Paints Accro-1 - Accro

Paints

PIDILITE PIDILITE

CICO No1 Master Proof

IWPI

FOSROC (India) Ltd FOSROC (India)

Ltd

CICO No 1

IWL India Ltd

Water Seal from

Acropaints

Water Seal from

Acropaints

Impermo from

Snowcem

Impermo from

Snowcem

Accorproof from ACC Accorproof

from ACC

PIDILITE PIDILITE

FOSROC (India) Ltd FOSROC (India)

Ltd

Chokesy Chemicals Chokesy

Chemicals

Pidilite Pidilite

Fosroc, Fosroc,

Roof Chemicals Roof Chemicals

IWL India Ltd IWL India Ltd

Bal Endura Bal Endura

IOC IOC M/s MK

Petroproduct

FaizabadBP BP Bengal

Bitumen Sarita

Vihar New

DelhiHP HP Shivam Tar

Product

Mathura M/s STP Limited M/s STP Limited

M/s MK Petroproduct

Faizabad

Bengal Bitumen

Sarita Vihar

New Delhi

Shivam Tar

Product

Mathura M/S Swastika Polysteel

Pvt Ltd

M/S Swastika

Polysteel Pvt

Ltd

17 MISC Chemical for antitermite treatment

(chloropyrifos 20 %, Lindane 20%)

Integral WP Compound (Liquid)

Intergral water proofing compound

(Powder)

Construction Chemicals

Bituminous Product

Barbed wire

16 STEEL Reinforcement steel (TMT Bars) (Main

Producers)

Structural steel (Main Producers)

AS GIVEN IN CONCERNED PARTICULAR

SPECIFICATION TO THIS TENDER

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 360

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

M/S Amar Promoters

Pvt Ltd

M/S Amar

Promoters Pvt

Ltd Expert Concrete Expert Concrete

Lafarge Aggregate &

Concrete Indian Pvt

Lafarge

Aggregate &

Concrete Indian

PvtACC ACC

SM Innotech- Earth

Plus

SM Innotech-

Earth Plus

Dhruva Tech Pvt Ltd

Protec

Dhruva Tech

Pvt Ltd Protec

Kanak Earth

Energies

18

Ecocell Branc Rigid Foam PVC sheets of

thickness varying from 0.40 mm to 0.50

mmPrelaminated sheet of thickness varying

from 0.40mm to 0.50mm

Prefabricated PVC hut and Bathrooms

PVC Sheets

Sec color Galvanised color/ powder

coated steel windows doors partitions

and structural GlazingsCalcium Silicate Partitions

Kirby Bldg Systems Kirby Bldg

Systems

Kirby Bldg

Systems

23-Dec-15

Lloyd Insulations (India)

Ltd

Lloyd

Insulations

(India) Ltd

Lloyd

Insulations

(India) Ltd

08-May-17

Octamac Engineering

Ltd

Octamac

Engineering Ltd

Octamac

Engineering

Ltd

03-Apr-16

Everest Industries Ltd Everest

Industries Ltd

Everest

Industries Ltd

16-Aug-18

Apex BuildSys Ltd Apex BuildSys

Ltd

Apex BuildSys

Ltd

02-Apr-16

Tiger Steel Engineering

(I) Pvt Ltd

Tiger Steel

Engineering (I)

Pvt Ltd

Tiger Steel

Engineering (I)

Pvt Ltd

23-Dec-15

Modern Prefab

Systems Pvt Limited

Modern Prefab

Systems Pvt

Limited

Modern Prefab

Systems Pvt

Limited

10-Feb-17

RCC Eco-Build System

Ltd

RCC Eco-Build

System Ltd

RCC Eco-Build

System Ltd

23-Dec-15

Saxena Marine Tech

(P) Ltd

Saxena Marine

Tech (P) Ltd

Saxena Marine

Tech (P) Ltd

26-Nov-14

M/s Richa Industries Ltd M/s Richa

Industries Ltd

M/s Richa

Industries Ltd

27/09/2018

M/s Pennar Engineered

Building systems Ltd,

Hyd

M/s Pennar

Engineered

Building

systems Ltd,

Hyd

M/s Pennar

Engineered

Building

systems Ltd,

Hyd

28/09/2016

M/s Jindal Build Sys Ltd M/s Jindal Build

Sys Ltd

M/s Jindal

Build Sys Ltd

29/10/2018

PEB & HANGER DOORS

PVC, Galvanised sheet, Panelling, Partitions, huts and Bathrooms

Kumar Arch Tech Pvt Ltd

Jain Irrigation Systems Ltd

NCL Altek & sec color Ltd

Ramco Industries Ltd

1 PEB & HANGER DOORS

17 MISC

Barbed wire

Ready Mixed Concrete MC

Earthing and Lightening protection

system

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 361

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

Butzback GmbH, Germany made

TORRITE and TENALITE Brand

Electromechanical / Auto mode Sliding

Aircraft Hanger Door

M/s Jugapro M/s Jugapro M/s Jugapro 03-Nov-17

Cipy Brand EPU (Epoxy Polyurethane

Industrial Flooring

Cipy Polyurethane Pvt

Ltd

Cipy

Polyurethane

Pvt Ltd

Cipy

Polyurethane

Pvt Ltd

30-Jan-17

Flooring Range (Epoxi/Polyurethane Pidilite Industries Ltd Pidilite

Industries Ltd

Pidilite

Industries Ltd

13-Dec-14

Chryso - Floor Hardner

CHRYSO Proof Acrylic, chryso Emalite

RTU, CHRYSO Thermoshield Flooring -

Sika Chapdur, Sika Chapdur C, Sikafloor

19 N Purcem, Sikafloor 20N PurCem,

Sikafloor 21N PurCem, Sikafloor 22N

PurCem, Sikafloor 29 N PurCe, Sikafloor

31 N Pur

The Structural Water

Proofing Co Pvt Ltd

The Structural

Water Proofing

Co Pvt Ltd

The Structural

Water Proofing

Co Pvt Ltd

13-Oct-15

Flooring - Sika Chapdur, Sika Chapdur

C, Sikafloor 19 N Purcem, Sikafloor 20N

PurCem, Sikafloor 21N PurCem,

Sikafloor 22N PurCem, Sikafloor 29 N

PurCe, Sikafloor 31 N PurCem, Sikafloor

81, EpoCem, Sikafloor 82 Epo Cem,

Sikafloor 83 EpoCem, Sikafloor 89,

Sikafloor 91, Sikafloor 91, SLS, Sikafloor

105, Sikafloor 161, Sikafloor 220W

Conductive, Sikafloor 261 ASN, Sikafloor

264, Sikafloor 381, Sikafloor 381 ASN,

Sikafloor 619, Sikafloor 2530W,

Sikafloor 7530, Sikafloor Gurehard 24,

Sikafloor - Level 25, Sikafloor Proseal 22,

Sikagard 63, Sikagard 63/1, Sikagard 67,

Sikagard CCPU, Sika Ceram, Sika Tilofix

& Sika Wall Decor,

Sika India Pvt Ltd Sika India Pvt

Ltd

Sika India Pvt

Ltd

17-Jun-17

Epoxy resin based and Polyurethane

based Floor coatings

(Floorgard SLP, Florgard SL, Florgard

ESD, Florthane WB, Florthane UV,

Florscreed, Florscreed SL, Florgiene MD,

Florgiene ESD SL, Polydeck BC,

Polydeck UV & Polyscreed.

Primers

Walgard prime, Florprime WB, Florprime

EP, Florprime ESD & Florprime DPM

Wall Coating

Walgard WBA, Walgard WB, Clearseal,

Clearseal XT, Carboshield

M/s Apurva India

Limited, Mumbai

M/s Apurva

India Limited,

Mumbai

M/s Apurva

India Limited,

Mumbai

16-Mar-20

3

Pidilite Industries Ltd Pidilite

Industries Ltd

Pidilite

Industries Ltd

13-Dec-14

Structural Water

Proofing Co Pvt Ltd

Structural Water

Proofing Co Pvt

Ltd

Structural

Water Proofing

Co Pvt Ltd

13-Oct-15

Apar Infotech Pvt Ltd Apar Infotech

Pvt Ltd

Apar Infotech

Pvt Ltd

02-May-16

2 FLOORING, FLOOR PRODUCTS & CONSTRUCTION CHEMICALS

WATERPROOFING / COATING

Water Proofing/ Coating/ Seal/ Patches/

Shields/ Grouts/ Liquid applied

Membranes

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 362

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

M/s Supreme Bituchem

India Pvt. Ltd

M/s Supreme

Bituchem India

Pvt. Ltd

M/s Supreme

Bituchem India

Pvt. Ltd

01-Feb-18

Water Proofing Coating (Eposeal,

Sealcrete & Elastocrete

M/s Apurva India

Limited, Mumbai

M/s Apurva

India Limited,

Mumbai

M/s Apurva

India Limited,

Mumbai

16-Mar-20

HYDROSTOP

Water proofing membrane, in all its

permutation and combinatiuon, as also

Tiki primer_- WB & OB & Tiki Flash (

Bitumen based Alum paint )

Tiki Tar Danosa India

Pvt Ltd.

Tiki Tar Danosa

India Pvt Ltd.

Tiki Tar

Danosa India

Pvt Ltd.

07-Nov-19

4

Liquid Applied Membrane. CHRYSO

Armourcote 418, CHRYSO Armourcrate,

CHRYSO Armourcote 525, CHRYSO

Tapelastic, CHRYSO Resicrete 21,

CHRYSO Struco Latex, CHRYSo

Resicrete 21 LV, CHRYSO Crystalseal,

CHRYSO Resicrete 2115, CHRYSO

Bitcote.

The Structural Water

Proofing Co Pvt Ltd

The Structural

Water Proofing

Co Pvt Ltd

The Structural

Water Proofing

Co Pvt Ltd

13-Oct-15

Water proofing membrane

FIRESTONE - EPDM Rubber Gard

M/s Delhi Builders

Stores, Delhi

M/s Delhi

Builders Stores,

Delhi

M/s Delhi

Builders

Stores, Delhi

18-Apr-20

Chryso Admistures Range.

(c) Preform Membrane. CHRYSO

Supaplast MMF. Chryso Armourshield.

Chryso Supaplast RMC 80. Chryso

Armourshield Stick. Chryso Supaplast

PC80-(M). Chryso Amourflex PVC.

Chryso Supaplast RMC.

The Structural Water

Proofing Co Pvt Ltd

The Structural

Water Proofing

Co Pvt Ltd

The Structural

Water Proofing

Co Pvt Ltd

13-Oct-15

(d) Protective Coatings. Chryso

Supaplast HP. Chryso Aquakem. Chryso

Supaplast HS, Chryso Marinecote and

Chryso Fluid Premia Range/.

Sika AER, Sika Ferrogard 901, Sika

Rapid 1, Sika Antifreeze, Sikament

170PL4, Sikament 170 UV, Sikament

286 PC/3(VC), Sikament 280, Sikament

NN, Sikament 170, Sikament HE 200,

Sika Viscocrete 10, Sika Viscocrete

10H1, Sikaplast 500l, Sikaplast 600l,

Sikaplast 4001, Sikaplast 3001, Sika

Viscorete 20HE, Sika Viscocrete R550

(l), Plastiment BV 40, Plastocrete Plus,

Sika Noleek Power, Sika Lightcrete,

Singunit L, Singunit Powder 1, Antisol A

& Antisol EWP.

Sika India pvt Ltd. Sika India pvt

Ltd.

Sika India pvt

Ltd.

17-Jun-17

Krystalline, Pidicrete URP & Powercrete Pidilite Industries Ltd Pidilite

Industries Ltd

Pidilite

Industries Ltd

13-Dec-14

CHRYSO Fluid Optima Range, CHRYSO

Excem C. Chryso - Grouts. CHRYSO

Excem C. Optima Range, CHRYSO

Excem C. CHRYSO Fluid Optima Range,

CHRYSO Excem C.

The Structural Water

Proofing Co Pvt Ltd

The Structural

Water Proofing

Co Pvt Ltd

The Structural

Water Proofing

Co Pvt Ltd

13-Oct-15

6 REPAIR & REHABILATION/BONDING AGENTS/GROUTS

MEMBRANE & LIQUID MEMBRANE

5 ADMIXTURE

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 363

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

Grout-Sika Grout 104, Sioka Grout 214,

Intraplast EP, Intraplast N-200, Intraplast

NN, Sikadur 42, Sikadur 42 HES, Sikadur

52, Sikadur 53 UF, Rokkon 1 & Rokkon

R.

Sika India pvt Ltd. Sika India pvt

Ltd.

Sika India pvt

Ltd.

17-Jun-17

Chryso Curing CHRYSO Excem GP,

CHRYSO Rezicure AL, CHRYSO Excem

V1 & CHRYSO Rezicure WP.

The Structural Water

Proofing Co Pvt Ltd

The Structural

Water Proofing

Co Pvt Ltd

The Structural

Water Proofing

Co Pvt Ltd

13-Oct-15

8

Cipy Polyurethane Pvt

Ltd

Cipy

Polyurethane

Pvt Ltd

Cipy

Polyurethane

Pvt Ltd

30-Jan-17

IWL India Limited -

Hyperplas

IWL India

Limited -

Hyperplas

IWL India

Limited -

HyperplasPidilite Industries Ltd Pidilite

Industries Ltd

Pidilite

Industries Ltd

13-Dec-14

M/s Texsa India Ldt

(Multi Plas), (Texself

1.5)

M/s Texsa India

Ldt (Multi Plas),

(Texself 1.5)

M/s Texsa

India Ldt (Multi

Plas), (Texself

1.5)

24-Jun-16

Tiki Tar Danosa India

Pvt Ltd.

Tiki Tar Danosa

India Pvt Ltd.

Tiki Tar

Danosa India

Pvt Ltd.

08-Jun-16

Torchtar Membranes &

bitumen Products Pvt

Ltd.

Torchtar

Membranes &

bitumen

Products Pvt

Ltd.

Torchtar

Membranes &

bitumen

Products Pvt

Ltd.

22-Dec-19

Modern Bitumode Pvt

Ltd.

Modern

Bitumode Pvt

Ltd.

Modern

Bitumode Pvt

Ltd.

13-Jun-15

Shivam Tar Product Shivam Tar

Product

Shivam Tar

Product

04-May-20

Bengal Bitumen Bengal Bitumen Bengal

Bitumen

15-Mar-20

M/s Supreme Bituchem

India Pvt. Ltd

M/s Supreme

Bituchem India

Pvt. Ltd

M/s Supreme

Bituchem India

Pvt. Ltd

01-Feb-18

M/s AR Industries M/s AR

Industries

M/s AR

Industries

17-04-19

Structural Water

Proofing Co Pvt Ltd

Structural Water

Proofing Co Pvt

Ltd

Structural

Water Proofing

Co Pvt Ltd

13-Oct-16

Sika India pvt Ltd. Sika India pvt

Ltd.

Sika India pvt

Ltd.

17-Jun-17

9

Cipy Polyuretheanes

Pvt Ltd.

Cipy

Polyuretheanes

Pvt Ltd.

Cipy

Polyuretheanes

Pvt Ltd.

30-Jan-17

M/s Supreme Bituchem

India Pvt. Ltd

M/s Supreme

Bituchem India

Pvt. Ltd

M/s Supreme

Bituchem India

Pvt. Ltd

01-Feb-18

Rallithane 862 and Ralliprime 190

Polyurethane base sealant compound

Ameya Dyechem pvt

Ltd. (ADPL)

Ameya

Dyechem pvt

Ltd. (ADPL)

Ameya

Dyechem pvt

Ltd. (ADPL)

22-Jul-16

Polysulphide/Polyurethane Pidilite Industries Ltd Pidilite

Industries Ltd

Pidilite

Industries Ltd

13-Dec-14

JOINT SEALANT

6

7 CURING COMPOUNDS

APP MEMBRANE

Floor Hardener/ Thermo shield flooring/

Flooring/ Tile fix/ wall decor

Polyurethane & Polysulphide sealant for

all joints

APP Membrane

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 364

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

Joint sealant - Sikasil 728NS/SL, Sikaflex

68TF, Igas IH, Sika Polysulphide,

Sikaflex Construction (J), Sikaflex PRO-

3WF, Sikadur Combiflex, Sikaflex 2c SL

(h), Sikaflex 11FC, Sikacryl & Sikabond

T2/T8.

Sika India pvt Ltd. Sika India pvt

Ltd.

Sika India pvt

Ltd.

17-Jun-17

Chryso - Joint Sealants (for Building

work) CHRYSO Freecure, CHRYSO

Polycaulk PS-Polysulphide. CHRYSO

Stick SBA and CHRYSO Swellseal Strip

The Structural Water

Proofing Co Pvt Ltd

The Structural

Water Proofing

Co Pvt Ltd

The Structural

Water Proofing

Co Pvt Ltd

13-Oct-15

Sillicon Sealant Alstone Internatrional Alstone

Internatrional

Alstone

Internatrional

24-Feb-15

Refurbishment. Sika Wrap Glass

Fibre, Sika Wrap Carbon Fibre, Sika

Anchorfix 2/3 +, Sikadur 31, Sikadur 32,

Sikadur 32LP, Sikadur 41,

Sikladur 43, Sika Ferro Gard 903,

Friazinc R, Sikagard 703W, Sikagard

550W Elastic, Sika Rep Microcrete 1/2,

Sikadur 31 PBA, Sika Rep Microcrete 3

UW, Sika Rep

Microcrete 4, Sika Carbo Dur,

Sikadur 12 Pronto, Sika Top 77, Sika

Top 122, Sika Top 122HS, Sika Top

Armatec 108, Sika Top Armatec 108PC

& Sika Top Armatec 110 Epo Ce.

Sika India pvt Ltd. Sika India pvt

Ltd.

Sika India pvt

Ltd.

17-Jun-17

10

Shiva Asphaltic

Products Pvt Ltd.

Shiva Asphaltic

Products Pvt

Ltd.

Shiva Asphaltic

Products Pvt

Ltd.

19-Sep-16

Ooms Polymer Modified

Bitumen pvt Ltd.

Ooms Polymer

Modified

Bitumen pvt Ltd.

Ooms Polymer

Modified

Bitumen pvt

Ltd.

14-Jan-17

Hindustan Colas Ltd. Hindustan Colas

Ltd.

Hindustan

Colas Ltd.

19-Jan-17

M/s Maruti Bitumen Pvt

Ltd

M/s Maruti

Bitumen Pvt Ltd

M/s Maruti

Bitumen Pvt

Ltd

29/09/2017

M/s G R Infraprojects

Ltd

M/s G R

Infraprojects Ltd

M/s G R

Infraprojects

Ltd

17/01/2018

11

Giridhar Techfab Pvt

Ltd.

Giridhar

Techfab Pvt Ltd.

Giridhar

Techfab Pvt

Ltd.

16-May-15

Techfeb (India)

Industries Ltd.

Techfeb (India)

Industries Ltd.

Techfeb (India)

Industries Ltd.

02-Sep-16

Ooms Avenhorn

HoldingIndia Pvt Ltd.

Ooms Avenhorn

HoldingIndia Pvt

Ltd.

Ooms

Avenhorn

HoldingIndia

Pvt Ltd.

08-Jun-17

POLYMER MODIFIED BITUMEN (PMB)

GLASS GRID

Glass Geo Grid/Polyster Geo Grid/ Glass

reinforced Mesh/ Glass Fibre Grid

PMB 40 and 70 conforming to IRCSP

53/2002 or latest, IS 15462 : 2004 and

base bitumen sourced only from any one

of the PSUs of India/ Bitumen Emulsion

Confirming to IS - 8887 : 2004 and ASTM

D 2397

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 365

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

Maccaferri

Environmental

Solutions Pvt Ltd.

Maccaferri

Environmental

Solutions Pvt

Ltd.

Maccaferri

Environmental

Solutions Pvt

Ltd.

07-Nov-16

12

Shiva Asphaltic

Products Pvt Ltd.

Shiva Asphaltic

Products Pvt

Ltd.

Shiva Asphaltic

Products Pvt

Ltd.

19-Sep-16

M/s Maruti Bitumen Pvt

Ltd

M/s Maruti

Bitumen Pvt Ltd

M/s Maruti

Bitumen Pvt

Ltd

29/09/2017

M/s G R Infraprojects

Ltd

M/s G R

Infraprojects Ltd

M/s G R

Infraprojects

Ltd

17/01/2018

13

Soil Stabiliser RBI Grade 81 Alchemist Technology

Ltd

Alchemist

Technology Ltd

Alchemist

Technology Ltd

28-Apr-17

14

Cril brand Architectural products - Hispan

975, Steelock Concealed fix sheet, stile

rainbow and accessories, flushing &

gutters

Colour Roof (India) Ltd. Colour Roof

(India) Ltd.

Colour Roof

(India) Ltd.

18-Jun-16

Tala Bluscope Brand Zincalume/color

bond (high tensile profile sheets for roof

& wall), Smartdek 51 (structural decking

galvanized sheel sheet), PEB lite

(components made of premium quality

steel/galvanized roll frames)

Tata Bluescope Steel

Ltd.

Tata Bluescope

Steel Ltd.

Tata Bluescope

Steel Ltd.

26-Feb-15

Prestar brand colour coated Roof Sheets Prestar infrastructure

Projects Ltd.

Prestar

infrastructure

Projects Ltd.

Prestar

infrastructure

Projects Ltd.

19-May-16

Everest Roofing Products & Accessories Everest Industries Ltd. Everest

Industries Ltd.

Everest

Industries Ltd.

15-May-15

Top Guard brand Roofing/Cladding

Sheets/Panels (PPGI & PPGL), Purlin &

Accessories

M/S Matco Roof Pvt

Ltd.

M/S Matco Roof

Pvt Ltd.

M/S Matco

Roof Pvt Ltd.

11-Sep-17

1

RR KABLE HAVELLS India LAPP

FINOLEX POLYCAB SHALABH

INDIA LTD

RPG (ASIAN) PLAZA KALINGA

PREMIUM

NICCO ELEKTRON DELTON

L&T HPL KEI

SHALABH

INDIA LIMITED

M/s Grandlay

Electricals (India)

M/s Grandlay

Electricals

(India)

M/s Grandlay

Electricals

(India)

07-Apr-18

FINOLEX HAVELLS India HPL

RPG(ASIAN) POLYCAB Richa Cables

Pvt Ltd

RR KABLE ELEKTRON Eon Electric

Ltd

UNIVERSAL ANCHOR KEI Industries

Ltd

GLOSTER Paragon

PLAZA Ralison

E/M RELATED PRODUCTS

Glass Geo Grid/Polyster Geo Grid/ Glass

reinforced Mesh/ Glass Fibre Grid

WIRE & CABLES

HPL India Ltd

Bitumen Emulsion (Rapid, Medium &

Slow Setting - 1&2)

COPPER WIRE FOR INTERNAL

WIRING/ TELEPHONE WIRE/ FRLS

WIRE

LT CABLES U/G (XLPE/PVC) Heavy

Duty armoured/ unarmoured upto 1100V

Aluminium & copper solid/ stranded as

per IS 1554 Pt I & 7098 / 1988 Pt I

BITUMEN EMULSION

SOIL STABILISER (RBI Grade 81)

ROOF SHEETS

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 366

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

Kalinga

Premium

M/s Grandlay

Electricals (India)

M/s Grandlay

Electricals

(India)

M/s Grandlay

Electricals

(India)

07-Apr-18

M/s Diamond Power

Infrastructure Ltd

(Brand - DIATRON)

M/s Diamond

Power

Infrastructure

Ltd (Brand -

DIATRON)

M/s Diamond

Power

Infrastructure

Ltd (Brand -

DIATRON)

07-Apr-18

M/s Kalinga cables &

conduit company

M/s Kalinga

cables & conduit

company

M/s Kalinga

cables &

conduit

company

07-Apr-18

HPL India Ltd HPL India Ltd Richa Cables

Pvt Ltd

FINOLEX Indo American

Electricals

Indo American

Electricals

RPG FINOLEX

HAVELLS

M/s Grandlay

Electricals (India)

M/s Grandlay

Electricals

(India)

M/s Grandlay

Electricals

(India)

07-Apr-18

M/s Kalinga cables &

conduit company

M/s Kalinga

cables & conduit

company

M/s Kalinga

cables &

conduit

company

07-Apr-18

UNIVERSAL HAVELLS KEI

RPG (ASIAN) POLYCAB ICL

TORRENT GLOSTER PRIME

KABLES

CCI LTD PLAZA Paramount

FINOLEX KEI Ravin Cables

Crystal Cable

Industries Ltd

Ravin Cables

LtdM/s Grandlay

Electricals (India)

M/s Grandlay

Electricals

(India)

M/s Grandlay

Electricals

(India)

07-Apr-18

M/s Diamond Power

Infrastructure Ltd

M/s Diamond

Power Infra Ltd

M/s Diamond

Power InfraLtd

07-Apr-18

FINOLEX PLAZA PLAZA

POLYCAB HAVELLS HAVELLS

RR KABEL KALINGA KALINGA

M/s Diamond Power

Infrastructure Ltd

M/s Diamond

Power Infra Ltd

M/s Diamond

Power InfraLtd

07-Apr-18

M/s Kalinga cables &

conduit company

M/s Kalinga

cables & conduit

company

M/s Kalinga

cables &

conduit

07-Apr-18

Transmission & Distribution conductors

upto 11 KV

M/s Diamond Power

Infrastructure Ltd

M/s Diamond

Power Infra Ltd

M/s Diamond

Power InfraLtd

07-Apr-18

2

JINDAL KEJRIWAL KEJRIWAL

TATA JAISWAL

NECO

JAISWAL

NECO

KESORAM BENGAL IRON

CORP.

BENGAL IRON

CORP.

ELECTROSTEEL ELECTRO-

STEEL

JINDAL JINDAL SWASTIC

ELECTROSTEEL ELECTRO-

STEEL

JAI BALAJEE

PIPES (CI, GI & DI PIPES)

CI PIPE

SUBMERSIBLE COPPER FLAT CABLE

DI PIPE

HT XLPE CABLE upto 66 KV as per

relevant IS

LT CABLES U/G (XLPE/PVC) Heavy

Duty armoured/ unarmoured upto 1100V

Aluminium & copper solid/ stranded as

per IS 1554 Pt I & 7098 / 1988 Pt I

PVC Insulated Cable upto 100V copper/

Aluminium sheathed / unsheathed incl

cables for outdoor use and low

temperature applications as per IS 694 ;

1990

Aerial Bunch Cable (ABC) upto 11 KV

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 367

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

LANCO LANCO Rashmi

Metallic Ltd

M/s Electro Steel

Casting Ltd

M/s Electro

Steel Casting

Ltd

M/s Electro

Steel Casting

Ltd

07-Apr-18

TATA BST

JINDAL TIRUPATI

SAIL

UPADHYAY KEJRIWAL BIR

LEADER KARTAR

KIRLOSKAR

ELECTROSTEEL TATA

FINOLEX RELIANCE VECTUS

SUPREME

INDUSTRIES

TIRUPATI NEELKAMAL

DURTON Kisan Mouldings

Pvt Ltd

Kisan

Mouldings Pvt

LtdKAVERI Prince

Rishi

JINDAL PRAKASH ADVANCED

TATA OSWAL NIDHI

ZENITH SWASTIK

FINOLEX

Supreme

Industries

Supreme Industries Kisan Mouldings

Pvt Ltd

Jain Irrigation

System Ltd

- Kisan Mouldings

Pvt Ltd

Kisan

Mouldings Pvt

Ltd- Supreme

Industries

Supreme

Industries

3

JINDAL KALINGA VIKASH

FINOLEX AKG PRECISION

MK INDIA BEC STEEL KRAFT

ASIAN BHARAT

STEEL TUBE

NEW INDIA

CONDUITS

PVT LTD

FARIDABADFINOLEX ICL ICL

Finolex

INDO

AMERICAN

ELECTRICALS FINOLEX Supreme SUPREME

MODI PLAZA PLAZA

JINDAL Prestoplast Prestoplast

ASIAN AKG AKG

AVON PLAST AVON PLAST

HARSH HARSH

4 LIGHTS

T-5 LAMP/CFL LAMP FITTINGS/HPSV/HPMV/High Mast Lamps

CONDUITS

RIGID STEEL CONDUITS/

MS CONDUITS

FLEXIBLE (PVC) CONDUIT/

SPIRAL CONDUITESS ESS KAY

ENGINEERING

Finolex

CASING & CAPING

HDPE PIPES/UPVC PIPES and fittings

GI PIPES

PVC Pipes and Fittings FINOLEX Kisan

Mouldings Pvt

Ltd

PPR Pipes and Fittings

MS PIPE / ERW PIPES

CI FITTINGS

BENGAL IRON

CORPORATIO

N

DI PIPE

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 368

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

PHILIPS BAJAJ DECON

WIPRO CROMPTON KESELL

GE

HAVELLS

C&S

PHILIPS BAJAJ DECON

WIPRO CROMPTON KESELL

GE Surya Roshni

Ltd

HAVELLS Adhunik Switch

Gears Pvt Ltd

C&S

PHILIPS SURYA

ROSHNI LTD

SURYA

ROSHNI LTD

WIPRO ADHUNIK ADHUNIK

HAVELLS HALONIX HALONIX

CROMPTON

GE

BAJAJ

C&S

PHILIPS SURYA

ROSHNI LTD

SURYA

ROSHNI LTD

CROMPTON SPACEAGE Adhunik Switch

Gears Pvt Ltd

BAJAJ

BAJAJ JAMCO DAYAL

CROMPTON VIKASH EVERSHINE

HAVELLS PRAKASH AMC

PHILIPS DECON

WIPRO SURYA

ROSHNI LTD

C&S ELECTRIC LTD

Bulk Head Fitting, Post Top Lantern,

Road & Street Light fitting, Well Glass

fitting, Bracket & Hanging light, Ceiling

Fitting & Mirror optics Bollard Designer

Pole, LED lights

M/s Mepro Electricals M/s Mepro

Electricals

M/s Mepro

Electricals

07-Apr-18

5

SCHENIDER HAVELLS STANDARD

LEGRAND INDO ASIAN BENTEC

L&T(LEXIC) SHALABH

INDIA LIMITED

ADHUNIK

GE(POWER) BCH SIGMA

C&S ELECTRIC LTD HAGER DELHI

CONTROL

DEVICES PVT

LTDABB HPL NOVATEUR

ELECTRICAL

& DIGITAL

SYSTEMS

PVT LTDPLAZA

SCHENIDER HAVELLS STANDARD

LEGRAND INDO ASIAN BENTEC

ELECTRICAL

AND

ELECTRONIC

S PVT LTDL&T(LEXIC) BCH LEADER

FUSE GEAR

MCB/ELCB/ RCCB/RCBO/ ISOLATORS

MCCB/MPCBs

T-5 Fittings/ TUBE LIGHTS/ CFL

FITTINGS & ENERGY EFFICIENT

TUBES & LAMPSSURYA

ROSHNI LTD

STREET LIGHT FITTINGS

HPSV/HPMV FITTINGS & LAMPS

HIGH MAST Lights

DOMESTIC LIGHT FITTINGS/ WALL

FITTINGS

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 369

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

GE(POWER) HAGER DELHI

CONTROL

DEVICES PVT

LTDC&S ELECTRIC LTD HPL NOVATEUR

ELECTRICAL

& DIGITAL

SYSTEMS

PVT LTDABB CROMPTON

BCH L&T LEXIC

ABB C&S ELECTRIC

LTD

MEGAWIN

SWITCH

GEAR LTDL&T L&T ITE

GURGOAN

SIEMENS CROMPTON

GREAVES

KIRLOSKAR

SCHENIDER KIRLOSKAR

ITE GURGAON

ABB HAVELLS

INDIA LTD

NOVATEUR

ELECTRICAL

& DIGITAL

SYSTEMS

PVT LTDL&T C&S ELECTRIC

LTD

BENTEC

ELECTRICAL

AND

ELECTRONIC

S PVT LTDSEIMENS HPL

SCHENIDER CROMPTON

GREAVES

GE POWER ITE GURGAON

PACTIL HARYANA

ELECT

INDUSTRIESJAIPURIA RASHTRIYA

MEI

BHEL

SCHENIDER HAGAR ADHUNIK

ABB BCH ADHUNIK

L&T LEXIC HPL SIGMA

GE POWER VINTEC STANDARD

LEGRAND PLAZA

INDO ASIAN SHALABH

INDIA LTD

C&S

HAVELLS INDIA

SCHENIDER CROMPTON

GREAVES

MEGAWIN

SWITCH

GEAR LTDABB ITE GURGAON ITE

GURGOAN

SEIMENS KIRLOSKAR KIRLOSKAR

L&T MEGAWIN

SWITCH GEAR

LTDSIEMENS ITE GURGAON

SCHENIDER KIRLOSKAR

ACB

GOD/DO SWITCH(AIR BREAK)

DISTRIBUTION BOARDS

NOVATEUR

ELECTRICAL

& DIGITAL

SYSTEMS

PVT LTD

HT RING MAIN UNITS SF6/VCB 11KV

HT LOAD BREAK SWITCH MEGAWIN

SWITCH

GEAR LTD

MCCB/MPCBs

VCB/OCB/SF6 CIRCUIT BREAKER/33 &

11 KV HT SWITCH GEAR PANELS

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 370

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

ABB ITE

GURGOAN

L&T KIRLOSKAR

HAVELLS INDIA

L&T INDOASIAN STANDARD

C&S HAVELLS SHALABH PVT

LTD

SCHNEIDER HPL NOVATEUR

ELECTRICAL

& DIGITAL

SYSTEMS

PVT LTDABB CROMPTON

SIEMENS SHALABH PVT

LTD

6

ANCHOR SSK CLIPSAL

LEGRAND CONA NORTH WEST

CRABTREE

(HAVELLS)

KAY KAY

MK (HONEY WELL) LEADER NOVATEUR

ELECTRICAL

& DIGITAL

SYSTEMS

PVT LTDINDO ASIAN

(GLINT)

HAVELLS

INDIA

ANCHOR KINJAL CONA

LEGRAND PLAZA PLAZA

HAVELLS INDIA SSK SSK

HPL CONA EON

ELECTRIC

LTDC & S RR KABEL RR KABEL

7

USHA PLAZA PENTA

CROMPTON LEADER MOSAIC

BAJAJ KHAITAN

HAVELLS ALMONARD

ANCHOR

ANCHOR ESS ESS KAY ESS ESS KAY

CRAB TREE PLAZA PLAZA

ANCHOR CONA CONA

LEGRAND PLAZA PLAZA

HAVELLS INDIA ANCHOR

WIPRO LEGRAND

BAJAJ

8

LEGRAND HPL

HAGER INDO ASIAN

ABB BCH

SCHENIDER HAVELLS

L&T NOVATEUR

ELECTRIC &

DIGITAL

SYSTEMS PVT

LTDGE

C&S ELECTRIC LTD

9

TIME SWITCHES

TIME SWITCHES

SUB STATION TRANSFORMER, POWER TRANSFORMERS

SWITCHES PLUG & SOCKETS

MODULAR SWITCH

/SOCKETS

ELECTRIC SWITCH

/SOCKETS/ PUSH BELL

FAN REGULATORS, LAMP HOLDERS, CEILING ROSE, ELECTRIC CALL BELLS

FAN REGULATORS

(ELECTRONIC)

LAMP HOLDERS/

CEILING ROSE

ELECTRIC CALL BELLS

HT LOAD BREAK SWITCH

CROMPTON

GREAVES

CHANGEOVER SWITCH/ STARTER/

HRC FUSES

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 371

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

SIEMENS ITE GURGAON M/S MEGA

ENERGY

SOLUTIONS

PUNESCHENIDER KIRLOSKAR ITE

GURGOAN

ABB CROMPTON

GREAVES

L&T

ABB MAHENDRA

ENGG LTD

SCHNEIDER International

Transformer Ltd

CROMPTON

GREAVES

INDOTECH

RAJASTHAN

TRANSFORMERS

ITE GURGAON

GE POWER

INDOTECH

ABB KIRLOSKAR KIRLOSKAR

CROMPTON

GREAVES

RAJASTHAN

TRANSFORME

RS

RAJASTHAN

TRANSFOR-

MERSSIEMENS INDOTECH INDOTECH

SCHENIDER

ITE GURGAON

GE POWER

ABB KIRLOSKAR KIRLOSKAR

CROMPTON

GREAVES

RAJASTHAN

TRANSFORME

RS

RAJASTHAN

TRANSFOR-

MERSSIEMENS INDOTECH INDOTECH

SCHENIDER

ITE GURGAON

GE POWER

VOLTAM LTD

Transformers (Power & Distribution) Star

Rated upto 50MVA, 66 KVA

M/s Diamond Power

Infrastructure Ltd

M/s Diamond

Power Infra Ltd

M/s Diamond

Power Infra Ltd

07-Apr-18

10

V-GUARD BLUE BIRD BLUE BIRD

AE M/S SAI

ELECTRICALS

M/S SAI

ELECTRICALS

APLAB ITE GURGAON ITE

GURGAON

SINETRAC PREMIER

MICROTECH SAR

ZENITH VOLINA

ITE GURGAON

APLAB VOLINA

(VINITEK

ELECTRONIC)

BLUE BIRD

SINETRAC M/S SAI

ELECTRICALS

M/S SAI

ELECTRICAL

BRENTFORD ITE GURGAON ITE

GURGAON

AE POWERWARE

KIRLOSKAR Electrotecknic

FAN REGULATORS, LAMP HOLDERS, CEILING ROSE, ELECTRIC CALL BELLS

VOLTAGE STABLIZER UPTO 5 KVA

SERVO VOLTAGE STABLIZERS, CTs &

PTs, Sub stn Eqpt

HT VOLTAGE STABLIZER

COMPACT SUBSTATION/ UNITISED

SUB STN

TRANSFORMERS UPTO 500KVA

TRANSFORMERS ABOVE 500KVA

TRANSFORMER 33 KV STEP DOWN/

TRANSFORMER 33/0.433 KV STEP

DOWN

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 372

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

BRENTFORD KIRLOSKAR

ANDREW YULE BRENTFORD

AE

KAPPA CROMPTON

GREAVES

CROMPTON

GREAVES

AE C&S C&S

SIEMENS PRAYAG PRAYAG

PACTIL

PRAGATI

ABB

SCHENIDER

ABB CROMPTON

GREAVES

MINIMEX

SCHNEIDER HAVELLS M/S SAI

ELECTRICALS

L&T C&S UNISTAR

SIEMENS BCH APCOS

L&T HPL ALTOS

LEGRAND KAYCEE GEPC

SIEMENS BGH

C&S

ABB

AE HAVELLS

L&T CROMPTON

GREAVES

SCHNEIDER JYOTI

ABB BHARAT

BIJLEE

L&T ANCHOR

HAVELLS DATAPRO

HPL BHARAT

BIJLEE

INDO ASIAN BENTEC

ELECTRICAL &

ELECTRONICS

PVT LTD

SECURE

LEGRAND

L&T UNILAC ASIAN

SCHNEIDER TRICOLITE POWER CARE

JABALPUR

ABB ADLEC

SIEMENS ITE GURGAON

LEGRAND HPL

HAVELLS SHALABH

INDIA LTD

C&S UNIVERSAL

SWITCHGEAR

CONTROL

L&T

11

BAJAJ BAJAJ VENUS

USHA LEXUS USHA LEXUS CROMPTON

WATER HEATERS

GEYSERS KITCHEN/ BATHROOMS

PUSH BUTTON/ SELECTOR

SWITCH/INDICATING LAMP

MEASURING INSTRUMENTS/ RELAYS/

AMMETERS/ VOLTMETERS/ POWER

FACTOR METERS & FREQUENCY

METER

ENERGY METERS (KWH) TAMPER

PROOF DIGITAL/ ANALOG METERS

DELHI

CONTROL

DEVICES PVT

SWITCH FUSE/ MAIN SWITCH/

FEEDER PILLAR BOX AND LT DISTR

PANELS/ POWER FACTOR

COMPENSATOR, HARMONIC FILTER/

AUTOMATIC POWER FACTOR

CONTROLLER (APFC)

HT VOLTAGE STABLIZER

CURRENT & POTENTIAL

TRANSFORMERS (LT)

CAPACITOR BANKS HT & LT

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 373

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

RACOLD RACOLD EON

ELECTRIC

LTDHAVELLS HAVELLS ORISON

JAGUAR & CO PVT

LTD

EON ELECTRIC

LTD

12

USHA USHA POLAR

CROMPTON CROMPTON MIE

BAJAJ BAJAJ

ALMONARD ALMONARD

HAVELLS HAVELLS

KHAITAN KHAITAN

ORIENT ORIENT

KHAITAN KHAITAN POLAR

HAVELLS HAVELLS ORIENT

CROMPTON CROMPTON

USHA USHA

BAJAJ BAJAJ

ORIENT

POLAR

BAJAJ BAJAJ CROMPTON

ALMONARD ALMONARD BHARAT

BIJLEE

HAVELLS HAVELLS

KHAITAN KHAITAN

USHA USHA

CAPACITORS HAVELLS INDIA HAVELLS

INDIA

HAVELLS

INDIABAJAJ BAJAJ BAJAJ

CROMPTON CROMPTON CROMPTON

13

NAITHANI PLASTIC

MOULDING WORK

ANY ISI MARK

PRODUCT

ANY ISI MARK

PRODUCT

SUPREME

INDUSTRIES

SINTEX INDUSTRIES

LTD

14

HYLAM HYLAM HYLAM

ANCHOR ANCHOR ANCHOR

NATIONAL NATIONAL NATIONAL

15

M-SEAL CAB SEAL CAB SEAL

RAYCHEM M-SEAL DENSON

RAYCHEM

DENSON

16

SUDHIR BALIGA SHYAAM

PHILIPS FLEXPRO FCG

BAJAJ

CROMPTON

ABB JYOTI

CROMPTON KIRLOSKAR

SIEMENS

HAVELLS

FLAME PROOF FITTINGS

FLAME PROOF FITTING/EXHAUST

FAN AND FIXTURE

FLAME PROOF MOTORS

LAMINATED SHEET

LAMINATED SHEET

JOINTING KITS FOR CABLES

HEAT AND COLD SHRINKABLE CABLE

BOXES

AIR CIRCULATOR /TURBO

VENTILATOR /WALL MOUNTED FAN

JUNCTION BOXES

FLUSH MOUNTING PVC BOX

GEYSERS KITCHEN/ BATHROOMS

FANS

CEILING, EXHAUST,

CABIN FANS

EXHAUST FANS PVC BODY

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 374

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

17INDIAN ALUMINIUM

CO

VK Conductors VK Conductors

BHARAT

CONDUCTOR

KRISHNA KRISHNA

ALUMINIUM IND. MPCab MPCab

18

WS INSULATOR MODERN

INSULATORSOUTHERN

INSULATORS

HITKARI CJI

JAISHREE DENSON

JAIPURIA

REYCHEM

BIRLA 3M

19

JOHNSON ASCON

DOWELL AXIS

INDIANA

20

STEMFORD KIRLOSKAR

CATTERPILLAR JYOTI

CROMPTON

GREAVES

NGEF

CUMMINS KIRLOSKAR

CATTERPILLAR CROMPTON

GREAVES21

SCHENIDER -

BHEL

GE POWER

OBLUM

W/S INSULATORS

SOUTHERN

INSULATORS

22

C&S HENSEL

LEGRAND SINTEX

SCHENIDER

23

CONCRETE UDHYOG

JHANSI

MOHAN

CONCRETE

UDHYOGHINDUSTAN

PRESTRESSED

CONCRETE

STRUCTURE

CONCRETE

UDHYOG

JHANSI

RK INDUSTRIES &

POLES

CHAMAN

FABRIC

PANCHKULAMOHAN CONCRETE

UDHYOG

SHREE AMBE

FABRIC

LUCKNOWJINDAL INDIA TUBE CO

NATIONAL TUBE JAI BHARAT

POLES

BHARAT CONDUIT M/S SOHAN

LAL & SONS

BCW KANPUR

24

ABB ABB JVS

SCHNEIDER SCHNEIDER L&T

L&T L&T SCHNEIDER

RCC/PCC POLES/STEEL POLES

PCC POLES

STEEL TUBULAR POLES

PROTECTION RELAYS

HT SWITCH GEAR PROTECTION

RELAYS, ELECTROMECHANICAL AND

DIGITAL

LIGHTENING ARRESTORS

LIGHTENING ARRESTORS

BUS TRUNK

AIR INSULATED TRUNK BUS

BARS/BUS DUCTS/ BUS BAR

TRUNKING SYSTEM

DG SET

DG SET - ALTERNATOR

DG SET - ENGINE

HT/LT INSULATORS

HT/LT INSULATORS

CABLE LUGS

CABLE LUGS

CONDUCTORSALUMINIUM/ACSR CONDUCTORS

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 375

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

GE POWER GE POWER

SIEMENS SIEMENS

ASHIDA ASHIDA

25

TATA BP SOLAR TATA BP

SOLAR

GLOMAC

PHILIPS BAJAJ

C&SSURYA

ROSHNI LTD

BIRLA POWER

26

EXIDE BCH

AMCO ESCORP

PANASONIC NUCLEOUS

SINETRAC STANDARD

PRESTOLITE SF SONIC

AMARON OKAYA

LUMINUOUS

27

KIRLOSKAR BE BE

BECON MAXFLOW MAXFLOW

CROMPTON WASP WASP

JYOTI

KSB

KIRLOSKAR CROMPTON CROMPTON

L&T BCH BCH

SCHNEIDER BHARAT

BIJLEE

BHARAT

BIJLEE

JYOTI L&T L&T

SIEMENS

NGF

ABB

KSB

KIRLOSKAR WORTHING-

TON

JYOTI CROMPTON

JOHNSON

KSB

KIRLOSKAR CALAMA

JYOTI SHAKTI

KSB V-GUARD

TULLU GRANDFOS

CRI

ZOLOTO VENUS KARTAR

LEADER KEJRIWAL BIR

AUDCO KARTAR

KIRLOSKAR BIR

IVC

UPADHYAY

L&T

L&T L&T BENTEC

ABB BENTEC SINETRAC

C&S SINETRAC STANDARD

HAVELLS STANDARD HPL

BCH HPL

EXTERNAL WATER SUPPLY

CENTRIFUGAL PUMPS

MOTORS

TURBINE PUMP/VERTICAL TURBINE

PUMP

SUBMERSIBLE PUMP /HORIZONTAL

PUMP

GM GATE VALVES /STOP VALVES/CI

SLUICE VALVES/

REFLUX VALVES/

FOOT VALVES/

AIR RELEASE/

FOOT VALVE

MOTOR STARTER/

SINGLE PHASE PREVENTOR/

PHASE SEQUENCE

CORRECTOR(AUTO)/ FASD

STARTER/DOL STARTER/AUTO

MOTOR CONTROL TIMER

PANELELECTRONIC DIGITAL MOTOR

PROTECTION RELAYS

SOLAR LIGHTING

SOLAR LIGHTING PANELS

BATTERY/BATTERY CHARGERS

BATTERY CHARGER & BATTERY

HT SWITCH GEAR PROTECTION

RELAYS, ELECTROMECHANICAL AND

DIGITAL

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 376

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

INDO ASIAN MINILEC

CROMPTON SECO

SCHNEIDER GIC

SINETRAC PUMPUTER PUMPUTER

AKASH AKASH AKASH

PHOTOTRON SURYA SURYA

SURYA PHOTOTRON PHOTOTRON

SECO

DASHMESH DASHMESH

KIRLOSKAR KIRLOSKAR

28

KIRLOSKAR KIRLOSKARBLUE STAR BLUE STAR

VOLTAS VOLTAS

CARRIER CARRIER

CARRIER CARRIER

YORK DENUMBUSH

TRANE

KIRLOSKAR CROMPTON CROMPTON

L&T BCH BCH

SCHNEIDER Bharat Bijlee Bharat Bijlee

JYOTI L&T L&T

SIEMENS

NGF

ABB

KSB

L&T L&T BENTEC

ABB BENTEC SINETRAC

C&S SINETRAC STANDARD

HAVELLS STANDARD HPL

BCH HPL

INDO ASIAN MINILEC

CROMPTON SECO

SCHNEIDER GIC

VOLTAS VOLTAS UNIVERSAL

BLUE STAR BLUE STAR PARKAIRE

ZECO ZECO EDGETECH

ACCEL ACCEL

CARRIER CARRIER

EDGETECH

VOLTAS UNIVERSAL

BLUE STAR PARKAIRE

ZECO

ACCEL

CARRIER

KIRLOSKAR TENACITY

ATHLETE

PAHARPUR THERMO PACK

MIHIR DELTA

VOLTAS

BLUE STAR

DANFOSS ALCO

SPORLON RANCO

INDFOSS

HONEYWELLDANFOSS RANCO

INDFOSS PENN

AIR CONDITIONING

COMPRESSOR RECIPROCATING

COMPRESSOR SCREW TYPE

ELECTRIC MOTOR

MOTOR STARTER

COOLING COIL/AHU

CONDENSOR

AIR FILTER

COOLING TOWER

EXPANSION VALVES

/THERMOSTAT/HUMIDISTAT

HP/LP CUT OUT

MOTOR STARTER/

SINGLE PHASE PREVENTOR/

PHASE SEQUENCE

CORRECTOR(AUTO)/ FASD

STARTER/DOL STARTER/AUTO

MOTOR CONTROL TIMER

PANELELECTRONIC DIGITAL MOTOR

PROTECTION RELAYS

WATER LEVEL INDICATOR DIGITAL

WATER METERS

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 377

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

JOHNSON

H-GURU AIRCOOL

THERMAX RENUTROL

ZENITH

SCIENTIFIC

THERMAX THERMAX

ZENITH SANT

RAID CONTROL

RACOLD SANT

DASS PASS EMI

HOTWELL CROWN

DANFODD SANT

INDFOSS RENUTROL

VOLTAS ZECO

BLUESTAR FEDDERS

LLOYD

CORPORATION

VOLTAS SAMSUNG

HITACHI LG

CARRIER DAIKIN

BLUE STARBLUE STAR VOLTAS

HITACHI CARRIER

VOLTAS KIRLOSKAR

BLUESTAR

KIRLOSKAR KIRLOSKAR

CROMPTON CROMPTON

L&T C&S

ABB GE

SIEMENS

29

30

JAIPURIA JYOTI

JYOTI INSUILATICA

31

SIEMENS SIEMENS

HONEYWELL HONEYWELL

KIRLOSKAR CRI

KSB GRUNDFOSS

32

TATA JINDAL

SAIL TATA

SAIL

ROCKWELL HOISTO

Cranes Pvt Ltd

POINEER

CRANES

HERCULES HOISTO TURBO

FERGUSAN

(INDIA) PVT

LTDALMONARD ALMONARD

CROMPTON CROMPTON

PHEONIX PRAGATI

ELECTROCOM

FIRE FIGHTING SYSTEMS

BLANK

HOT WATER GENERATORS

FIRE DETECTORS

FIRE PUMP/ JOCKEY PUMP

MISCELLANEOUS ITEMS

GI SHEET

CLASS 8

EOT CRANE

AIR CURTAINS

ADVANCE LIGHTING PROTECTION

UNIT

SHOCK PROOF INSULATION

ELECTRICAL INSULATION RUBBER

MATs

STRIP HEATER

SHUT OFF VALVE

CHILLER

WINDOW TYPE ACs

PACKAGE TYPE AC

CHILLING PACKAGE UNIT

PUMP MONO-BLOCK

AC CONTACTORS

HP/LP CUT OUT

THERMO METERS

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 378

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

VOLTAS SM Innotech-

Earth Plus

Dhruva Tech

PVT LTD -

PROTECHVOLTAS VOLTAS

BLUE STAR BLUE STAR

USHA SRIRAM USHA SRIRAM

PHILLIPS BAJAJ

WIPRO WIPRO

GEC

SIEMENS MICROTECH APLAB

V GUARD SU-KAM MICROTECH

DAMPER CARRIER ATE

CARRIER ATE

MHP

MARPO

GPRS/GSM BASED SCADA WIRELESS SECO SURYA

ELECTRONIC

CONTROLS

JODHPURPHILLIPS BAJAJ

CROMPTON

GREAVES

PHILLIPS

BLUE STAR BLUE STAR

INGEROLL RAND INGEROLL

RAND

OTIS MITSUBISHI

KONE INDIA KONE INDIA

JOHNSON JOHNSON

SIEMENS MITSUBISHI

ABB TOSHIBA

APOLLO SAFEWAY

DG CON

SURAKSHA

NAVEEN

ISOLATION TRANSFORMER VOLINA VOLINA

NON GAS BASED CHLORINATION

SYTEM/DOSING SYSTEM WITH

DOSING PUMP

DECLIBAC

POTER & WATT

CORP

BRIOZING UNLIMITED

DECLIBAC

POTER &

WATT CORP

BRIOZING

UNLIMITED DECLIBAC DECLIBAC

POTER & WATT

CORP

POTER &

WATT CORP

BRIOZING UNLIMITED BRIOZING

UNLIMITED

CAPITAL CONTROL CAPITAL

CONTROL

JESCO JESCO

PATTERSON PATTERSON

SEWER MANHOLE CI COVER BENGAL IRON

CORP.

33

DIFFUSERS/ GRILLER

UNDER WATER LIGHTS

STATIC FREQUENCY CONVERTORS

ENERGY SAVER

INVERTERS-BLANK

AIR COMPRESSORS

ELECTRIC LIFTS

MANUAL CALL POINT

CHEMICAL FOR CHLORINATION

CHLORONOME PLANT

ADVANCE LIGHTING PROTECTION

UNIT

WATER COOLERS

AVIATION OBSTRUCTION

LIGHTS

UPS

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 379

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

MEGA ENERGY SAVER FOR

WINDOW, SPLIT AND PACKAGE AC,

MEGA ENERGIX-P/G ENERGY SAVER

FOR PUMPS AND FAN MOTORS.

MEGA SLC ENERGY SAVING STREET

LIGHT CONTROL SYSTEM AND MEGA

ENERGY SAVER SYSTEM FOR

CENTRAL AIR CONDITIONING

M/S MEGA ENERGY

SOLUTIONS PUNE

NATURE SWITCH FOR AUTOMATION

OF STREET LIGHTING CIRCUITS

KAKATIYA ENERGY

SYSTEMS PVT LTD

1 LED

LIGHTS

Havells 11-Sep-16

M/s Insta Power Ltd 01-Sep-17

Phillips Phillips Phillips

Electron* * Experi-

mental basis

M/S Surya Roshni Ltd. M/S Surya

Roshni Ltd.

28-Aug-17

M/s Kalinga cables &

conduit company

M/s Kalinga

cables & conduit

company

M/s Kalinga

cables &

conduit

company

07-Apr-18

M/s DIFIFLIC Enerpax

Global Pvt Ltd

M/s DIFIFLIC

Enerpax Global

Pvt Ltd

M/s DIFIFLIC

Enerpax Global

Pvt Ltd

07-Apr-18

*M/s Mega

Energy

Solutions

* Experi-

mental basis

M/s Kalinga cables &

conduit company

M/s Kalinga

cables & conduit

company

M/s Kalinga

cables &

conduit

company

07-Apr-18

M/s DIFIFLIC Enerpax

Global Pvt Ltd

M/s DIFIFLIC

Enerpax Global

Pvt Ltd

M/s DIFIFLIC

Enerpax Global

Pvt Ltd

07-Apr-18

M/s VIN Semi-

conductors PvtLtd

M/s VIN Semi-

conductors

PvtLtd

M/s VIN Semi-

conductors

PvtLtd

07-Apr-18

M/s DIFIFLIC Enerpax

Global Pvt Ltd

M/s DIFIFLIC

Enerpax Global

Pvt Ltd

M/s DIFIFLIC

Enerpax Global

Pvt Ltd

07-Apr-18

2

Thermax Limited Thermax

Limited

21-Mar-20

Ion Exchange (India)

Ltd

Ion Exchange

(India) Ltd

19/12/2017

Fontus Water

Ltd

08-May-17

Hydrotech

Paryavaran

(India) Pvt Ltd

30-Jan-15

Nitasha

Constructions

05-Dec-14

Sophisticated

Industrial

Materials

Analytic Lab

Pvt Ltd (SIMA)

15-May-16

M/s Optimus Enviropro

Pvt Ltd

M/s Optimus

Enviropro Pvt

Ltd

M/s Optimus

Enviropro Pvt

Ltd

03-Jul-18

Thermax Limited. Thermax

Limited.

Thermax

Limited.

21-Mar-20

Havells Havells

SEWAGE TREATMENT PLANT S

MBR

MBBR

LED Energy efficient lighting systems and

Luminaries for domestic/ commercial/

industrial/street lighting

Mega LED Lighting for indoor and

outdoor Use.

Mega Solar LED Lighting

LED decorative indoor lighting and LED

outdoor lighting

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 380

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

Nitasha Constructions Nitasha

Constructions

Nitasha

Constructions

05-Dec-14

Sophisticated Industrial

Materials Analytic Lab

Pvt Ltd (SIMA)

Sophisticated

Industrial

Materials

Analytic Lab Pvt

Ltd (SIMA)

Sophisticated

Industrial

Materials

Analytic Lab

Pvt Ltd (SIMA)

17-Feb-16

Thermax Limited. Thermax

Limited.

Thermax

Limited.

21-Mar-20

Nitasha Constructions Nitasha

Constructions

Nitasha

Constructions

05-Dec-14

Sophisticated Industrial

Materials Analytic Lab

Pvt Ltd (SIMA)

Sophisticated

Industrial

Materials

Analytic Lab Pvt

Ltd (SIMA)

Sophisticated

Industrial

Materials

Analytic Lab

Pvt Ltd (SIMA)

17-Feb-16

Fontus Water

Ltd.

Fontus Water

Ltd.

08-May-17

Thermax Limited. Thermax

Limited.

Thermax

Limited.

21-Mar-20

Nitasha Constructions Nitasha

Constructions

Nitasha

Constructions

05-Dec-14

Sophisticated Industrial

Materials Analytic Lab

Pvt Ltd (SIMA)

Sophisticated

Industrial

Materials

Analytic Lab Pvt

Ltd (SIMA)

Sophisticated

Industrial

Materials

Analytic Lab

Pvt Ltd (SIMA)

17-Feb-16

Hydrotech

Paryavaran

(india) Pvt Ltd.

30-Jan-15

M/s Optimus Enviropro

Pvt Ltd

M/s Optimus

Enviropro Pvt

Ltd

M/s Optimus

Enviropro Pvt

Ltd

03-Jul-18

Nitasha Constructions Nitasha

Constructions

Nitasha

Constructions

05-Dec-14

Sophisticated Industrial

Materials Analytic Lab

Pvt Ltd (SIMA)

Sophisticated

Industrial

Materials

Analytic Lab Pvt

Ltd (SIMA)

Sophisticated

Industrial

Materials

Analytic Lab

Pvt Ltd (SIMA)

17-Feb-16

Hydrotech Paryavaran

(india) Pvt Ltd.

Hydrotech

Paryavaran

(india) Pvt Ltd.

Hydrotech

Paryavaran

(india) Pvt Ltd.

30-Jan-15

Package type treatment plant for water &

waste water

Sophisticated Industrial

Materials Analytic Lab

Pvt Ltd (SIMA)

Sophisticated

Industrial

Materials

Analytic Lab Pvt

Ltd (SIMA)

Sophisticated

Industrial

Materials

Analytic Lab

Pvt Ltd (SIMA)

17-Feb-16

PSTP-Package Sewage treatment plant,

PWTS- AM Advance Septic Tank and

PWTS- STBF Sewage Treatment Plant

M/S Sintex Industries

Limited (Plastic

Division)

M/S Sintex

Industries

Limited (Plastic

Division)

M/S Sintex

Industries

Limited (Plastic

Division)

Till 19 Nov

17

Testing Lab for water & waste water,

chemical, building material and other

products as per NABL approval

Sophisticated Industrial

Materials Analytic Lab

Pvt Ltd (SIMA)

Sophisticated

Industrial

Materials

Analytic Lab Pvt

Ltd (SIMA)

Sophisticated

Industrial

Materials

Analytic Lab

Pvt Ltd (SIMA)

18-Feb-16

3

Mark Baxer brand water disinfectant

granules/tablets - Sodium Dichloro

isocyanurate (Na DCC)

25-Aug-16

Aquafit brand Calcium Hypo Chlorite 65%

to 70% Chlorine content in granular and

tablet form

29/10/2017M/s Sree Rayalaseema Hi - Strength Hypo Ltd.

FBBR, FAB, FMR, SAFF

ASP Technology

WATER TREATMENT

BM Aqua Tech Pvt Ltd.

MBR

SBR

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 381

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

(a) Poly Aluminium Chloride - Liquid,

Brand Name : "VIKRAM PAC-AC 100S",

Grade : High Basicity.

22/04/2017

(b) Poly Aluminium Chloride - Liquid,

Brand Name : "VIKRAM PAC-AryaPAC",

Grade : High Basicity.

22/04/2017

(c) Poly Aluminium Chloride - Liquid,

Brand Name : "VIKRAM PAC-AC 100S",

Grade : Medium Basicity.

22/04/2017

M/s Grasim Industries Ltd (Chemical Division)

M/s Grasim Industries Ltd (Chemical Division)

M/s Grasim Industries Ltd (Chemical Division)

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 382

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

Dosatron Brand Non Electricity Based

Water Powdered Dosing Pump for

disinfection of drinking water

manufactured by M/s Dosatron

International, France

22/12/2017

Water treatment equipments

(a) Gaseous Chlorinator

(b) Chemical Dosing System

(c) Emergency Safety Kit.

(d) Silver Ionisation plant / Dual

Ionisation plant.

(e) Bleaching Dozer.

(f) Water filtration plant

(g) Chloroscope kit.

29/11/2017

Water treatment equipments

(a) Electrochlorinator Model-PBP5

(b) Electrochlorinator Model-PBP25

(c) Electrochlorinator Model-PBP50.

(d) Electrochlorinator Model-PBP100

(e) Electrochlorinator Model-PBP200

(f) Electrochlorinator Model-PBP400

(g) Electrochlorinator Model-PCP25.

26/01/2018

(h) Electrochlorinator Model-PCP50

(j) Electrochlorinator Model-PCP100

(k) Electrochlorinator Model-PCP200

(l) Electrochlorinator Model-PCP500

(m)Electrochlorinator Model-PCP1000

(n) Sunchlor 5 (o) Sunchlor 25

(p) Sunchlor 50 (q) Sunchlor 100

26/01/2019

08-May-17

21-Mar-20

17-Feb-16

(i) Reverse Osmosis Plant from 1000

LPH to 100 cum/hr.

(ii) Ultra filtration sys from 8000 LPH to

200 Cum/hr.

(iii) Iron Removal filter from 1000LPH to

75000 LPH.

(iv) Water softener from 1000LPH to

75000 LPH.

(v) Water Filters (MGF / DMF / ACF).

(vi) Packaged water treatment plant with

static mixer & flocculation plant (SMFT)

for mixing of coagulants / flocculants and

for flocculation procured Lamella clarifier

for settling of flocs/ suspended particles

& self-cleaning filters for removal of

suspended impurities up to 100 microns.

03-Jul-18

M/s Bharti Waters Pvt Ltd

RO Plants, Filters & Softners Fontus Water Ltd.

Thermax Limited.

Sophisticated Industrial Materials Analytic Lab Pvt Ltd

(SIMA)

M/s Pristine Water

M/s Optimus Enviropro Pvt Ltd

M/s Satyha Sai Aqua Pura Services

M/s Pristine Water

Contd....

CA NO. CEB / MRT / 19 of 2016-2017 3rd Call Serial page No 383

GROUP I GROUP II GROUP III

REMARKSSER

No

PRODUCT

CATEGOR

Y

PRODUCT GROUP OF PRODUCTS BASED ON MAKES/BRANDS

4

PLC wireless gateways, wireless

communication and misc, items

PLC/IRTU Model (10000, 300, 6000,

9000), ISLC 3000, Wireless Gateway

Unit, Aqua Scanet, Power Scanet,

Lighting gale FEP (Front End Processor),

IPMU 4000 Energy Meter, ICOM 6000

wireless communication modem

07-Sep-17M/s CIMCON Software (India) Pvt Ltd.

MISC

AD/DD (Contracts)

NOTES :- Group of every building shall be mentioned in schedule 'A' notes/BOQ. Make of product as mentioned groupwise

in aforesaid list shall be incorporated in the work. If make of any product is not available in concern group but the same

of the superiority shall be from Group-III to Group-I. Further if no make is available in most superior group and the same is

is available in other superior groups, the same shall be incorporated in the work without any extra cost to the Govt. Order

required to incorporate in the work from the makes of other groups, in such cases make of product to be approved by the

Accepting Officer before incorporation in the work.

(Signature of the Contractor)

Dated : For Accepting Officer

Contd....

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 384

PARTICULAR SPECIFICATIONS (CONTD……)

APPENDIX ‘C’ SOURCES OF MATERIALS

S. NO. NAME OF MATERIALS SOURCE OF MATERIALS FOR WORKS AT STATION

1. Bricks and brick tiles Muzzafar Nagar, Roorkee, Najibabad, Meerut , Shamli

2. Coarse aggregate for all works Crushed aggregate of Rishikesh, Hardawar, Rispana, Tones, Song, Rajpur, Raipur (Dehradun).

3. Fine aggregate for all works

Crushed aggregate of Rishikesh, Hardawar, Rispana, Tones, Song, Rajpur, Raipur (Dehradun).

4. Sand for plastering, pointing, brick masonry, stone masonry, sand for cushioning, filling and covering for LT cables

Rishikesh, Hardawar, Rispana, Tones, Song, Rajpur, Raipur (Dehradun), Yamuna.

5. Broken / crushed stones for Hardcore / Sub base / Soling / WBM / Stone screening / chippings, for premixed carpeting / semi dense asphaltic concrete, bituminous macadam

Crushed aggregate of Rishikesh, Hardawar, Rispana, Tones, Song, Rajpur, Raipur (Dehradun).

------------------------------------------------------------------------------------------------------------------------------- NOTES: - 1. Sources indicated are for guidance only. 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 Sate Government/any other authority on obtaining the materials from the sources specified hereinabove and /or specified materials is not available at the source mentioned above, these materials conforming to specifications as given in particular specifications will be obtained by the contractor from any other place / source without any extra cost to the Government. …………………………………… (Signature of Contractor) AD/DD (Contracts) Dated………………………… For Accepting Officer

CA NO. CEB /MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 385

Srl

No

Material Tests Method of

Testing

Frequency of tests of test Level of

test

Rate Remarks

1 2 3 4 5 6 7 8

1 Brick (i) Compressive strength IS-3495

(Pt-II)

As per IS : 5454 given under:- A 180/- Checks for visual and

dimensional

characteristics shall

also be carried out as

per IS : 5454

(ii) Water absorption IS-3495

(Pt-II)

Lot size Sample size Permissible No

of defective

bricks

A 150/-

(iii) Efflorescence IS-3495

(Pt-I)

1001 to 05 0

10000

10001 10 0

to 35000

35001 15 01

to 50000

A 180/- LEGEND

A - Site Lab

B - Zonal Lab

C - National test

house/SEMT

Wing/Engg. College

2 Coarse

aggregate

(i) Sieve analysis IS-2386(Pt-I) One test for every 15 cubic metre of

aggregates or part there of brought at

site.

A 120/-

(ii) Flakiness Index IS-2386(Pt-I) One test for every 15 cubic metre of

aggregates or part there of brought at

site.

A 90/-

(iii) Estimation of

deleterious material

IS-2386(Pt-I) One test for every 100 cubic metre of

aggregate of Part thereof.

A 120/-

(iv) Organic impurities IS-2386(Pt-I) One test per source of supply C 120/-

(v) Moisture contents IS-2386(Pt-II) Regularly as required A 120/-

(vi) Specific gravity. IS-2386(Pt-II) One test for each source of supply B 120/-

PARTICULAR SPECIFICATION

MATERIALS AND TESTS

APPENDIX 'D'

CONTD ... ...

CA NO. CEB /MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 386

1 2 3 4 5 6 7 8

3 Fine aggregate (i) Sieve analysis IS-2386(Pt-I) One test for every 15 cubic metre of FA

or part when brought to site

A 180/-

(ii) Test for clay, silt and

impurities

IS-2386(Pt-I) One test for every 15 cubic metre of FA

or part when brought to site

A 90/-

(iii) Specific gravity IS-2386(Pt-II) One for each source of supply B 180/-

(iv) Moisture content IS-2386(Pt-II) Regularly as required subject to 2

tests/day when being used.

A 180/-

(v) Test for organic

impurities

IS-2386(Pt-II) One test for each source of supply C 180/-

4 Structural

concrete (M-15

grade and

above)

(i) Slump test or

compacting factor test or

vee-bee time

IS : 1199 The minimum frequency of sampling of

concrete of each grade shall be as

under:-

A 180/- Random sampling

shall be carried to

cover all mix units.

Qty of concrete No of samples

in the work (CUM)

(ii) Compressive strength IS : 516 1 - 5 1

6 - 15 2

16 - 30 3

31 - 50 4

51 and above 4 + 1 for

each addl 50 Cum

or part thereof

A 120/- As per IS-456, Clause

No. 14 for frequency

of sampling

5 (a) PCC block

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 blocks or

part thereof.

PARTICULAR SPECIFICATION

MATERIALS AND TESTS

APPENDIX 'D'

CONTD ... ...

CA NO. CEB /MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 387

1 2 3 4 5 6 7 8

PARTICULAR SPECIFICATION

MATERIALS AND TESTS

APPENDIX 'D'

(ii) Water absorption IS : 2156 -1984

(Appx 'E')

3 blocks out of 14 B 120/-

(iii) Density IS : 2156 -1984

(Appx 'A')

3 blocks out of 14 B 90/-

(b) PCC solid

block for walling

(i) Compressive strength IS : 2185 12 block out of 18 A 60/- Samples - 18 blocks

from consignment of

every 1000 blocks or

part thereof.

(ii) Water absorption IS : 2185 3 blocks out of 18 B 120/- These blocks to be

checked for

dimenstion and

weight.

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

6 Cement flooring

tiles/terrazzo

tiles

(i) Water absorption IS-1237

(Appx 'D')

6 tiles out of 18. B 180/- Samples of 18 tiles

from each source of

supply selected at

random

(ii) Wet transverse

strength

IS-1237

(Appx 'E')

6 tiles out of 18. B 144/-

(iii) Resistance to wear IS-1237

(Appx 'F')

6 tiles out of 18. C 540/-

Srl No 5 (Contd…)

CONTD ... ...

CA NO. CEB /MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 388

1 2 3 4 5 6 7 8

PARTICULAR SPECIFICATION

MATERIALS AND TESTS

APPENDIX 'D'

7 Burnt clay

roofing tiles

(hand made)

IS-2690 (Pt-II)

LENGTH

150 mm to

250 mm

WIDTH

100 mm to

200mm

THICKNESS

35mm to 50mm

(i) Water absorption

(ii) Compressive strength

IS-3495

(Part-II)

IS-3495

(Part-I)

6 tiles out of 12

6 tiles out of 12

B

A

216/-

180/-

SAMPLES : 12 tiles

from each source of

supply selecetd at

random.

8 Mangalore

pattern roofing

tiles

(i) Water absorption IS : 654

(Appx 'A')

6 tiles out of 32 B 180/-

(ii) Breaking load IS : 654

(Appx 'C')

6 tiles out of 32 B 120/-

9 Timber (i) Specific gravity and

weight

IS : 1708 Minimum 3 samples from a lot of 4 cum

or 250 pieces of seasoned timber

B 120/-

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

10 Water for

constn.

Purposes

(i) Test for acidity

(ii) Test of alkalinity

(iii) Test for solid content

IS-456 & 3015

IS-456 & 3015

IS-456 & 3015

Once at the stage of approval of source

of water

-do-

-do-

B

B

C

240/-

240/-

300/-

Also refer clause No.

4.3 of IS-456 and its

subsequent clauses

regarding suitabilitly of

water.

SAMPLES : 32 tiles

from each

consignment of 3000

tiles or part thereof.

These tiles shall be

checked for

dimensions.

CONTD ... ...

CA NO. CEB /MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 389

1 2 3 4 5 6 7 8

PARTICULAR SPECIFICATION

MATERIALS AND TESTS

APPENDIX 'D'

11 Welding of steel

work

Visual inspection test IS-822

clause 7.1

100% visual inspection Work site 360/- Specialised test, their

method and frequency

to be decided on

consideration of their

importance by

Accepting Officer.

12 Timber paneled

glazed door

window shutters

(including

factory made

shutters)

(a) Dimensions sizes

workmanship and finish

IS : 1003 (Pt-I) Frequency of sampling from each lot

shall be as under:-

LOT SIZE SAMPLE SIZE

26 to 50 5

51 to 100 8

101 to 150 13

151 to 300 20

301 to 500 32

501 to 1000 50

1001 to above 80

A 180/-

(b) STRENGTH TESTS

(i) Slamming IS : 1303 From the each lot 5% of the factory

made shutters shall be manufacturer

tested for strength tests.

(ii) Impact Identation IS : 1303 ~do~

(iii) Shock resistance IS : 1303-1990 ~do~

(iv) Edge loading IS : 1303-1990 ~do~

13 Ply Wood

(IS : 303)

(a) 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 as per

IS : 7835 Table

CONTD ... ...

CA NO. CEB /MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 390

1 2 3 4 5 6 7 8

PARTICULAR SPECIFICATION

MATERIALS AND TESTS

APPENDIX 'D'

14 Wood particle

board (medium

density)

IS : 3097

(a) Density IS - 2360

(Part-III)

Three test specimens from each sample

(Size 150 mm x 75 mm)

A 60/- Sampling shall be as

per IS : 3487-83 with

moistsure metre

(b) Moisture content IS - 2360

(Part-III)

~do~ A & B 60/-

(c) Water absorption IS - 2360

(Part-16)

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

(d) Swellilng due to

surface absorption

IS - 2360

(Part-17)

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

(e) Swelling in water IS - 2360

(Part-17)

~do~ (Size 200mmx100mm) A 60/-

(f) Modulus of rupture IS - 2360

(Part-4)

Three test specimens as per IS : 2380 B 90/-

(g) Screw withdrawal

strength

IS - 2360

(Part-4)

Three test specimens as per IS : 2385 C 120/-

15 Cement (i) Setting time IS:4031-63

affirmed 1980

Once for each consignment or as and

when required

B' 180/-

(ii) Soundness IS:4031-63

affirmed 1980

Once for each consignment or as and

when required

B' 120/-

(iii) Compressive Strength IS:4031-63

affirmed 1980

Once for each consignment or as and

when required

B' 360/-

(i) Finenness IS:4031-63

affirmed 1980

Once for each consignment or as and

when required

B' 120/-

Dated …………………..

Signature of contractor AD/DD (Contracts)

for Accepting Officer

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call SERIAL PAGE NO. 391

PARTICULAR SPECIFICATIONS (CONTD……)

APPENDIX ‘A’ LIST OF EQUIPMENT FOR FIELD TEST LABORATORY

FOR BUILDING WORKS 1. WEIGHING BALANCE (a) 7 Kg to 10 Kg capacity, semi-self indicating type (Accuracy-10 gram) (b) 500 gm capacity, semi-self indicating type (Accuracy-1 gram) (c) Pan balance – 5 Kg capacity (Accuracy-10 gram) 2. OVENS

Electricity operated, thermostatically controlled upto 220 0C (Sensitivity-1 0C) 3. SIEVES AS PER IS-460-1962

(a) IS SIEVES 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50 mm, 40 mm, 25 mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm complete with lid and pan.

(b) IS SIEVES 200 mm internal dia (brass frame) consisting of 2.36 mm, 1.18 mm, 500 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan.

4. Sieve shaker capable of 200 mm and 300 mm dia, sieves, manually operated with timing switch

assembly. 5. EQUIPMENT FOR SLUMP TEST

Slump cone, steel plate, tamping rod, steel scale and scoop. 6. Dial gauges 25 mm travel 0.01 mm / division, least count – 02 Nos. 7. 100 Tonne compression testing machine, electric cum manually operated. 8. Graduated measuring cylinder 200 ml capacity-03 Nos. 9. ENAMEL TRAYS (FOR EFFLORESCENCE TEST FOR BLOCKS) (a) 300 mm x 250 mm x 40 mm – 02 Nos.

(b) Circular plates of 250 mm dia –04 Nos. FOR ROAD WORKS 1. WEIGHING BALANCES (a) 7 Kg to 10 Kg, capacity semi self indicating type (Accuracy-10 gram)

(b) 500 gm capacity, semi self indicating type (Accuracy-1 gram) (c) Chemical balance, 100 gm capacity (Accuracy-0.1 gram) (d) Pan balance - 5 Kg capacity (Accuracy-10 gram) (e) Platform scale - 300 Kg capacity

------------------------------------------------------------------------------------------------------------------------------- …………………………………… (Signature of Contractor) AD/DD (Contracts) Dated………………………… For Accepting Officer

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 392

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

1 List of drawings BZ / MRT / LD / 214 1/1 13.01.2017 -

2 Site Plan showing external B/R & E/M Services. BZ / MRT / LP / 196 1/1 13.01.2017

3 Plan, Elevation, Section, E/M plan and Roof plan BZ / MRT / 821 1/1 13.01.2017 -

4 Structural Plan col & footings, plinth level, Roof

level and schedules

BZ / MRT / STR / 821 1/1 13.01.2017 -

5 Plan, Elevation, Section, E/M Plan and Roof plan BZ / MRT / 822 1/1 13.01.2017 -

6 Structural Plan col & footings, plinth level, Roof

level, schedules and details

BZ / MRT / STR / 822 1/1 13.01.2017 -

7 Floor Plan, Elevations and Details BZ / MRT / 823 1/3 13.01.2017

8 Sections and Toilet detail BZ / MRT / 823 2/3 13.01.2017

9 E/M Plan and Roof Plan BZ / MRT / 823 3/3 13.01.2017

10 Structural Plan col & footings, plinth level, Roof

level, schedules and details

BZ / MRT / STR / 823 1/2 13.01.2017

11 Misc Details BZ / MRT / STR / 823 2/2 13.01.2017 -

12 Schedule of Finishes BZ / MRT / 824 1/1 13.01.2017

13 to

49

BLANK

50 General, Structural, Masonry and Construction

Notes.

STD / 147 (Retraced) 1/3 22.07.1998 23.10.2000

51 General, Structural, Masonry and Construction

Notes.

STD / 147 (Retraced) 2/3 22.07.1998 23.10.2000

52 General, Structural, Masonry and Construction

Notes.

STD / 147 (Retraced) 3/3 22.07.1998 23.10.2000

53 Typical Detail of Seismic Strengthning Measures. STD / 148 (Retraced) 1/5 25.01.2002 25.11.2002

54 Typical Detail of Seismic Strengthning Measures. STD / 148 (Retraced) 2/5 25.01.2002 25.11.2002

55 Typical Detail of Seismic Strengthning Measures. STD / 148 (Retraced) 3/5 25.01.2002 25.11.2002

SCHEDULE OF FINISHES

NAME OF WORK :- PROVISION OF 2 MW SOLAR ENERGY PROJECT AT MEERUT UNDER GE(U) E/M MEERUT

STD DRAWINGS

GUARD ROOM

PUMP HOUSE

SUB STATION BUILDING (MAIN CONTROL ROOM)

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 393

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

56 Typical Detail of Seismic Strengthning Measures. STD / 148 (Retraced) 4/5 25.01.2002 25.11.2002

57 Typical Detail of Seismic Strengthning Measures. STD / 148 (Retraced) 5/5 25.01.2002 25.11.2002

58 Details of Foundations and Brick Parapet Walls. STD / 149 (Retraced) 1/2 17.08.1998 05.01.1999

59 Details of Foundations and Brick Parapet Walls. STD / 149 (Retraced) 2/2 17.08.1998 05.01.1999

60 Typical Details of RCC Lintels and Beams. STD / 150 (Retraced) 1/2 21.01.1980 02.08.1986

61 Typical Details of RCC Lintels and Beams. STD / 150 (Retraced) 2/2 21.01.1980 12.01.1999

62 Typical Details of RCC Chajjas, Chajja with Facia

& Fin, Shelves and Roof Projections.

STD / 151 (Retraced) 1/4 17.08.1998 14.09.1999

63 Typical Details of RCC Chajjas, Chajja with Facia

& Fin, Shelves and Roof Projections.

STD / 151 (Retraced) 2/4 17.08.1998 14.09.1999

64 Typical Details of RCC Chajjas, Chajja with Facia

& Fin, Shelves and Roof Projections.

STD / 151 (Retraced) 3/4 17.08.1998 14.09.1999

65 Typical Details of RCC Chajjas, Chajja with Facia

& Fin, Shelves and Roof Projections.

STD / 151 (Retraced) 4/4 17.08.1998 14.09.1999

66 Typical Details of RCC Slabs. STD / 152 (Retraced) 1/5 17.08.1998 23.10.2000

67 Typical Details of RCC Slabs. STD / 152 (Retraced) 2/5 17.08.1998 23.10.2000

68 Typical Details of RCC Slabs. STD / 152 (Retraced) 3/5 17.08.1998 23.10.2000

69 Typical Details of RCC Slabs. STD / 152 (Retraced) 4/5 17.08.1998 23.10.2000

70 Typical Details of RCC Slabs. STD / 152 (Retraced) 5/5 17.08.1998 23.10.2000

71 Reinforcement Detailing Requirement for RCC

Frame Structures.

STD / 154 (Retraced) 1/7 16.01.1999 12.11.2003

72 Reinforcement Detailing Requirement for RCC

Frame Structures.

STD / 154 (Retraced) 2/7 16.01.1999 12.11.2003

73 Reinforcement Detailing Requirement for RCC

Frame Structures.

STD / 154 (Retraced) 3/7 16.01.1999 12.11.2003

74 Reinforcement Detailing Requirement for RCC

Frame Structures.

STD / 154 (Retraced) 4/7 16.01.1999 12.11.2003

75 Reinforcement Detailing Requirement for RCC

Frame Structures.

STD / 154 (Retraced) 5/7 16.01.1999 12.11.2003

76 Reinforcement Detailing Requirement for RCC

Frame Structures.

STD / 154 (Retraced) 6/7 16.01.1999 12.11.2003

77 Reinforcement Detailing Requirement for RCC

Frame Structures.

STD / 154 (Retraced) 7/7 16.01.1999 12.11.2003

78 Retaining Walls. STD / 155 (Retraced) 1/1 23.08.2002 -

79 HDPE Overhead Tanks. STD / 157 (Retraced) 1/1 28.02.2003 -

80 Typical Detail of Crumple Section. STD / 158 R 1/3 16.12.2014 -

81 Typical Detail of Crumple Section. STD / 158 R 2/3 16.12.2014 -

82 Typical Detail of Crumple Section. STD / 158 R 3/3 16.12.2014 -

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 394

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

83 Typical Detail of Seismic Strengthning Measures. STD / 169 1/5

84 Typical Detail of Seismic Strengthning Measures. STD / 169 2/5

85 Typical Detail of Seismic Strengthning Measures. STD / 169 3/5

86 Typical Detail of Seismic Strengthning Measures. STD / 169 4/5

87 Typical Detail of Seismic Strengthning Measures. STD / 169 5/5

88 Structural Notes and references BZ / MRT / 266 1/6 -

89 Structural Notes and references BZ / MRT / 266 2/6 -

90 Structural Notes and references BZ / MRT / 266 3/6 -

91 Structural Notes and references BZ / MRT / 266 4/6 -

92 Structural Notes and references BZ / MRT / 266 5/6 -

93 Structural Notes and references BZ / MRT / 266 6/6 -

94 Notes, Precautions and instruction BZ / DDN / STR / 558 1/5 22.01.2011 -

95 Foundation plinth beam BZ / DDN / STR / 558 2/5 22.01.2011 -

96 Columns, lintels, sunshades, shelves and

counters etc.

BZ / DDN / STR / 558 3/5 22.01.2011 -

97 Beams, floors / roof slab with facia, parapet etc. BZ / DDN / STR / 558 4/5 22.01.2011 -

98 Slopped roof and roof slab connections, solar

stand etc.

BZ / DDN / STR / 558 5/5 22.01.2011 -

99 Amendments BZ / DDN / STR / 559 R 1R/4R 25.04.2011 24.04.2011

100 Amendments BZ / DDN / STR / 559 R 2R/4R 25.04.2011 24.04.2011

101 Amendments BZ / DDN / STR / 559 R 3R/4R 25.04.2011 24.04.2011

102 Amendments BZ / DDN / STR / 559 R 4R/4R 25.04.2011 24.04.2011

103 Steel door for garage and repair way STD / 131.2.3 1/1 09.08.1985 -

104 Details of Bar Counter. BZ / DDN / 174 4/7

105 Rain Water Harvesting. CEBZ / TD / 128 1/1

106 Details of Sanitary Fittings. TD / 254 (NZ) 1/2

107 Details of Sanitary Fittings. TD / 254 (NZ) 2/2

108 Details of Fire Point. SK / 569 1/1

109 MD ACCN 1986 Detail of RWP (Surface /

Concealed) CI Grating, Splash Stone etc.

TD / 013 1/3 20.05.1987 -

110 MD ACCN 1986 Detail of RWP (Surface /

Concealed) CI Grating, Splash Stone etc.

TD / 013 2/3 20.05.1987 -

111 MD ACCN 1986 Detail of RWP (Surface /

Concealed) CI Grating, Splash Stone etc.

TD / 013 3/3 20.05.1987 -

112 Built in Cup Board (Large and Medium) TD / 022 1/6 09.08.1988 22.10.2001

TD DRAWINGS (B&R)

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 395

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

113 Built in Cup Board (Large and Medium) TD / 022 2/6 09.08.1988 22.10.2001

114 Built in Cup Board (Large and Medium) TD / 022 3/6 09.08.1988 22.10.2001

115 Built in Cup Board (Large and Medium) TD / 022 4/6 09.08.1988 22.10.2001

116 Built in Cup Board (Large and Medium) TD / 022 5/6 09.08.1988 22.10.2001

117 Built in Cup Board (Large and Medium) TD / 022 6/6 09.08.1988 22.10.2001

118 Sketch of Light Fittings for Various Types of

Accommodation.

TD / 025 1/5 10.10.1988 -

119 Sketch of Light Fittings for Various Types of

Accommodation.

TD / 025 2/5 10.10.1988 -

120 Sketch of Light Fittings for Various Types of

Accommodation.

TD / 025 3/5 10.10.1988 -

121 Sketch of Light Fittings for Various Types of

Accommodation.

TD / 025 4/5 10.10.1988 -

122 Sketch of Light Fittings for Various Types of

Accommodation.

TD / 025 5/5 10.10.1988 -

123 Typical Cross Section of Roads and Paths. TD / 026 1/3 20.05.1981 09.09.1999

124 Typical Cross Section of Roads and Paths. TD / 026 2/3 20.05.1981 09.09.1999

125 Typical Cross Section of Roads and Paths. TD / 026 3/3 20.05.1981 09.09.1999

126 Typical Detail of Culverts. TD / 027 1/4 20.05.1987 17.01.2001

127 Typical Detail of Culverts. TD / 027 2/4 20.05.1987 17.01.2001

128 Typical Detail of Culverts. TD / 027 3/4 20.05.1987 17.01.2001

129 Typical Detail of Culverts. TD / 027 4/4 20.05.1987 17.01.2001

130 Typical Drains. TD / 028 1/3 02.06.1987 20.08.1996

131 Typical Drains. TD / 028 2/3 02.06.1987 20.08.1996

132 Typical Drains. TD / 028 3/3 02.06.1987 20.08.1996

133 GI Pipe Gate. TD / 029 1/3 20.05.1987 -

134 GI Pipe Gate. TD / 029 2/3 20.05.1987 -

135 GI Pipe Gate. TD / 029 3/3 20.05.1987 -

136 Steel Gate with Angle Iron Frame. TD / 029-A 1/3 20.05.1987 08.01.1990

137 Steel Gate with Angle Iron Frame. TD / 029-A 2/3 20.05.1987 08.01.1990

138 Steel Gate with Angle Iron Frame. TD / 029-A 3/3 20.05.1987 08.01.1990

139 RCC Jali Type ‘A’, 'B' & 'C' TD / 031 1/4 04.10.1988 -

140 RCC Jali Type ‘A’, 'B' & 'C' TD / 031 2/4 08.08.2000(True Copy)

-

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 396

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

141 RCC Jali Type ‘A’, 'B' & 'C' TD / 031 3/4 08.08.2000(True Copy)

-

142 RCC Jali Type ‘A’, 'B' & 'C' TD / 031 4/4 08.08.2000(True Copy)

-

143 Details of RCC Chajjas and Box Type Hinge. TD / 032-A 1/3 07.08.2000 -

144 Details of RCC Chajjas and Box Type Hinge. TD / 032-A 2/3 07.08.2000 -

145 Details of RCC Chajjas and Box Type Hinge. TD / 032-A 3/3 07.08.2000 -

146 Details of Steel Window for OTM ACCN. TD / 032 1/10 29.10.1988 09.08.2000

147 Details of Steel Window for OTM ACCN. TD / 032 2/10 29.10.1988 09.08.2000

148 Details of Steel Window for OTM ACCN. TD / 032 3/10 29.10.1988 09.08.2000

149 Details of Steel Window for OTM ACCN. TD / 032 4/10 29.10.1988 09.08.2000

150 Details of Steel Window for OTM ACCN. TD / 032 5/10 29.10.1988 09.08.2000

151 Details of Steel Window for OTM ACCN. TD / 032 6/10 29.10.1988 09.08.2000

152 Details of Steel Window for OTM ACCN. TD / 032 7/10 29.10.1988 03.07.2001

153 Details of Steel Window for OTM ACCN. TD / 032 8/10 29.10.1988 03.07.2001

154 Details of Steel Window for OTM ACCN. TD / 032 9/10 29.10.1988 03.07.2001

155 Details of Steel Window for OTM ACCN. TD / 032 10/10 29.10.1988 03.07.2001

156 Fixing Details of Nahani and Gully Traps. TD / 034 1/4 21.07.1989 26.08.1991

157 Fixing Details of Nahani and Gully Traps. TD / 034 2/4 21.07.1989 26.08.1991

158 Fixing Details of Nahani and Gully Traps. TD / 034 3/4 21.07.1989 26.08.1991

159 Fixing Details of Nahani and Gully Traps. TD / 034 4/4 21.07.1989 26.08.1991

160 Detail of Bracket for Air Cooler. TD / 036-A 1/1 19.02.2000 -

161 Detail of Air Cooler Stand. TD / 036 1/2 25.11.1989 26.12.1989

162 Detail of Air Cooler Stand. TD / 036 2/2 25.11.1989 26.12.1989

163 Typical Cross Section of RCC Circular Static

Water Tank.

TD / 037 1/2 25.05.1990 26.09.1990

164 Typical Cross Section of RCC Circular Static

Water Tank.

TD / 037 2/2 25.05.1990 26.09.1990

165 Precaution for Leakage, Seepage and Dampness

Water Proofing Treatment.

TD / 041 1/7 04.01.1993 -

166 Precaution for Leakage, Seepage and Dampness

Water Proofing Treatment.

TD / 041 2/7 04.01.1993 -

167 Precaution for Leakage, Seepage and Dampness

Water Proofing Treatment.

TD / 041 3/7 04.01.1993 -

168 Precaution for Leakage, Seepage and Dampness

Water Proofing Treatment.

TD / 041 4/7 04.01.1993 -

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 397

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

169 Precaution for Leakage, Seepage and Dampness

Water Proofing Treatment.

TD / 041 5/7 04.01.1993 -

170 Precaution for Leakage, Seepage and Dampness

Water Proofing Treatment.

TD / 041 6/7 04.01.1993 -

171 Precaution for Leakage, Seepage and Dampness

Water Proofing Treatment.

TD / 041 7/7 04.01.1993 -

172 Detail of Sink and Drainage Board, PCC

Benching, Coping and Staging for OH Tank and

Plan of Sump.

TD / 042 1/3 27.01.1993

(Revised)

27.01.1993

173 Detail of Sink and Drainage Board, PCC

Benching, Coping and Staging for OH Tank and

Plan of Sump.

TD / 042 2/3 27.01.1993

(Revised)

27.01.1993

174 Detail of Sink and Drainage Board, PCC

Benching, Coping and Staging for OH Tank and

Plan of Sump.

TD / 042 3/3 27.01.1993

(Revised)

27.01.1993

175 Detail of Aluminium Door Sections. TD / 043 1/3 17.02.1993 -

176 Detail of Aluminium Door Sections. TD / 043 2/3 17.02.1993 -

177 Detail of Aluminium Door Sections. TD / 043 3/3 17.02.1993 -

178 Typical Detail of Aluminium Windows. TD / 044 1/4 17.02.1993 -

179 Typical Detail of Aluminium Windows. TD / 044 2/4 17.02.1993 -

180 Typical Detail of Aluminium Windows. TD / 044 3/4 17.02.1993 -

181 Typical Detail of Aluminium Windows. TD / 044 4/4 17.02.1993 -

182 Obstacle Course. TD / 045 1/3 17.03.1993 -

183 Obstacle Course. TD / 045 2/3 17.03.1993 -

184 Obstacle Course. TD / 045 3/3 17.03.1993 -

185 General Architectural Notes, Note for Sanitation

and Schedule of Finishes.

TD / 046 (R-1) 1/1 06.09.2003 -

186 Detail of Single Rack, Double Rack, Display

Cupboard, Niche for Safe Duplicate Key Box and

Detail of Window.

TD / 047 1/5 28.08.1993 28.01.2008

187 Detail of Single Rack, Double Rack, Display

Cupboard, Niche for Safe Duplicate Key Box and

Detail of Window.

TD / 047 2/5 28.08.1993 28.01.2008

188 Detail of Single Rack, Double Rack, Display

Cupboard, Niche for Safe Duplicate Key Box and

Detail of Window.

TD / 047 3/5 28.08.1993 28.01.2008

189 Detail of Single Rack, Double Rack, Display

Cupboard, Niche for Safe Duplicate Key Box and

Detail of Window.

TD / 047 4/5 28.08.1993 28.01.2008

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 398

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

190 Detail of Single Rack, Double Rack, Display

Cupboard, Niche for Safe Duplicate Key Box and

Detail of Window.

TD / 047 5/5 28.08.1993 28.01.2008

191 Detail of Chain Link Fencing. TD / 050 1/4 20.02.1994 05.08.2002

192 Detail of Chain Link Fencing. TD / 050 2/4 20.02.1994 -

193 Detail of Chain Link Fencing. TD / 050 3/4 20.02.1994 -

194 Detail of Chain Link Fencing. TD / 050 4/4 20.02.1994 -

195 Detail of Niches for Internal Electrification. TD / 051 1/5 14.07.1994 -

196 Detail of Niches for Internal Electrification. TD / 051 2/5 14.07.1994 -

197 Detail of Niches for Internal Electrification. TD / 051 3/5 14.07.1994 -

198 Detail of Niches for Internal Electrification. TD / 051 4/5 14.07.1994 -

199 Detail of Niches for Internal Electrification. TD / 051 5/5 14.07.1994 -

200 Details of Niches for Water Meter. TD / 052 1/3 14.07.1994 -

201 Details of Niches for Water Meter. TD / 052 2/3 14.07.1994 -

202 Details of Niches for Water Meter. TD / 052 3/3 14.07.1994 -

203 Details of Sliding Door 'SLD'. TD / 053 1/3 31.07.1994 -

204 Details of Sliding Door 'SLD'. TD / 053 2/3 31.07.1994 -

205 Details of Sliding Door 'SLD'. TD / 053 3/3 31.07.1994 -

206 Typical Details of Security Fencing with Angle

Iron Post and Barbed Wire.

TD / 054 1/3 08.10.1994 03.08.1999

207 Typical Details of Security Fencing with Angle

Iron Post and Barbed Wire.

TD / 054 2/3 08.10.1994 -

208 Typical Details of Security Fencing with Angle

Iron Post and Barbed Wire.

TD / 054 3/3 08.10.1994 -

209 Plan, Section and Elevation of Alarm Post. TD / 056 1/1 10.04.1995 12.12.2002

210 Typical Details of Steel Door with Angle Iron

Frame.

TD / 060 1/3 22.07.1995 14.02.2003

211 Typical Details of Steel Door with Angle Iron

Frame.

TD / 060 2/3 22.07.1995 14.02.2003

212 Typical Details of Steel Door with Angle Iron

Frame.

TD / 060 3/3 22.07.1995 14.02.2003

213 Compound Wall with Angle Iron Swan Neck

Barbed Wire (1.85 m) High.

TD / 062 1/2 07.12.1995 29.09.2001

214 Compound Wall with Angle Iron Swan Neck

Barbed Wire (1.85 m) High.

TD / 062 2/2 07.12.1995 29.09.2001

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 399

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

215 Married Accommodation Cupboard-CB 4, CB 5

and Details (Wooden Frame and Particle Board

Shutters)

TD / 065 1/4 06.11.1996 -

216 Married Accommodation Cupboard-CB 4, CB 5

and Details (Wooden Frame and Particle Board

Shutters)

TD / 065 2/4 06.11.1996 -

217 Married Accommodation Cupboard-CB 4, CB 5

and Details (Wooden Frame and Particle Board

Shutters)

TD / 065 3/4 06.11.1996 -

218 Married Accommodation Cupboard-CB 4, CB 5

and Details (Wooden Frame and Particle Board

Shutters)

TD / 065 4/4 06.11.1996 -

219 Detail of Steel Lockers & Shelves & MS Rungs,

Partition Wall etc. for SM Barrack.

TD / 067 1/6 16.09.1997 25.08.2000

220 Detail of Steel Lockers & Shelves & MS Rungs,

Partition Wall etc. for SM Barrack.

TD / 067 2/6 16.09.1997 25.08.2000

221 Detail of Steel Lockers & Shelves & MS Rungs,

Partition Wall etc. for SM Barrack.

TD / 067 3/6 16.09.1997 25.08.2000

222 Detail of Steel Lockers & Shelves & MS Rungs,

Partition Wall etc. for SM Barrack.

TD / 067 4/6 16.09.1997 25.08.2000

223 Detail of Steel Lockers & Shelves & MS Rungs,

Partition Wall etc. for SM Barrack.

TD / 067 5/6 16.09.1997 25.08.2000

224 Detail of Steel Lockers & Shelves & MS Rungs,

Partition Wall etc. for SM Barrack.

TD / 067 6/6 16.09.1997 25.08.2000

225 Door with Wooden and Pressed Steel Frame. TD / 069 1/7 17.07.1999 04.02.2000

226 Door with Wooden and Pressed Steel Frame. TD / 069 2/7 17.07.1999 07.01.2004

227 Door with Wooden and Pressed Steel Frame. TD / 069 3/7 17.07.1999 07.01.2004

228 Door with Wooden and Pressed Steel Frame. TD / 069 4/7 17.07.1999 07.01.2004

229 Door with Wooden and Pressed Steel Frame. TD / 069 5/7 17.07.1999 07.01.2004

230 Door with Wooden and Pressed Steel Frame. TD / 069 6/7 17.07.1999 07.01.2004

231 Door with Wooden and Pressed Steel Frame. TD / 069 7/7 17.07.1999 07.01.2004

232 Sentry Post Plan, Elevation, Section, Roof Plan

etc.

TD / 073 1/4 27.07.2000 08.07.2002

233 Sentry Post Plan, Elevation, Section, Roof Plan

etc.

TD / 073 2/4 27.07.2000 08.07.2002

234 Sentry Post Plan, Elevation, Section, Roof Plan

etc.

TD / 073 3/4 27.07.2000 08.07.2002

235 Sentry Post Plan, Elevation, Section, Roof Plan

etc.

TD / 073 4/4 27.07.2000 08.07.2002

236 Detail of Niche for Fire Fighting Equipment. TD / 079 1/4 09.11.2000 -

237 Detail of Niche for Fire Fighting Equipment. TD / 079 2/4 09.11.2000 -

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 400

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

238 Detail of Niche for Fire Fighting Equipment. TD / 079 3/4 09.11.2000 -

239 Detail of Niche for Fire Fighting Equipment. TD / 079 4/4 09.11.2000 -

240 Details of Ramp (Single and Double). TD / 082 1/5 27.02.2002 10.01.2003

241 Details of Ramp (Single and Double). TD / 082 2/5 27.02.2002 -

242 Details of Ramp (Single and Double). TD / 082 3/5 27.02.2002 10.01.2003

243 Details of Ramp (Single and Double). TD / 082 4/5 27.02.2002 10.01.2003

244 Details of Ramp (Single and Double). TD / 082 5/5 27.02.2002 10.01.2003

245 Sliding Door. TD / 084 1/3 Sep 2001 20.12.2004(True Copy)

246 Sliding Door. TD / 084 2/3 Sep 2001 20.12.2004(True Copy)

247 Sliding Door. TD / 084 3/3 Sep 2001 20.12.2004(True Copy)

248 Coal and Coke Yard Plan, Elevation, Section,

Foundation Detail.

TD / 086 1/2 01.11.2001 -

249 Coal and Coke Yard Plan, Elevation, Section,

Foundation Detail.

TD / 086 2/2 01.11.2001 -

250 Typical Detail of Steel Window and Ventilators. TD / 088 1/17 07.01.2002 27.08.2003

251 Typical Detail of Steel Window and Ventilators. TD / 088 2/17 07.01.2002 -

252 Typical Detail of Steel Window and Ventilators. TD / 088 3/17 07.01.2002 -

253 Typical Detail of Steel Window and Ventilators. TD / 088 4/17 07.01.2002 -

254 Typical Detail of Steel Window and Ventilators. TD / 088 5/17 07.01.2002 -

255 Typical Detail of Steel Window and Ventilators. TD / 088 6/17 07.01.2002 -

256 Typical Detail of Steel Window and Ventilators. TD / 088 7/17 07.01.2002 -

257 Typical Detail of Steel Window and Ventilators. TD / 088 8/17 07.01.2002 -

258 Typical Detail of Steel Window and Ventilators. TD / 088 9/17 07.01.2002 -

259 Typical Detail of Steel Window and Ventilators. TD / 088 10/17 07.01.2002 -

260 Typical Detail of Steel Window and Ventilators. TD / 088 11/17 07.01.2002 -

261 Typical Detail of Steel Window and Ventilators. TD / 088 12/17 07.01.2002 -

262 Typical Detail of Steel Window and Ventilators. TD / 088 13/17 07.01.2002 -

263 Typical Detail of Steel Window and Ventilators. TD / 088 14/17 07.01.2002 -

264 Typical Detail of Steel Window and Ventilators. TD / 088 15/17 07.01.2002 -

265 Typical Detail of Steel Window and Ventilators. TD / 088 16/17 07.01.2002 -

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 401

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

266 Typical Detail of Steel Window and Ventilators. TD / 088 17/17 07.01.2002 30.07.2003

267 Typical Detail of Trough Type Wash Hand Basin. TD / 089 1/3 12.02.2002 07.01.2004

268 Typical Detail of Trough Type Wash Hand Basin. TD / 089 2/3 12.02.2002 07.01.2004

269 Typical Detail of Trough Type Wash Hand Basin. TD / 089 3/3 12.02.2002 07.01.2004

270 Detail of Barbed Wire Fencing and Compound

Wall with Swan Neck Fencing.

TD / 090 1/3 09.09.2002

(Revised)

20.12.2004(True Copy)

271 Detail of Barbed Wire Fencing and Compound

Wall with Swan Neck Fencing.

TD / 090 2/3 09.09.2002

(Revised)

20.12.2004(True Copy)

272 Detail of Barbed Wire Fencing and Compound

Wall with Swan Neck Fencing.

TD / 090 3/3 09.09.2002

(Revised)

20.12.2004(True Copy)

273 Platform for Transformer Plan, Elevation,

Section and Detail.

TD / 091 1/2 02.08.2002 -

274 Platform for Transformer Plan, Elevation,

Section and Detail.

TD / 091 2/2 02.08.2002 -

275 Typical Cross Section of RCC Circular Static

Water Tank.

TD / 093 1/1 07.08.2002 10.01.2003

276 Plan, Elevation, Section and Detail of Display

Board, Sliding Shutter and Wall Paneling.

TD / 095 1/4 24.08.2002 -

277 Plan, Elevation, Section and Detail of Display

Board, Sliding Shutter and Wall Paneling.

TD / 095 2/4 24.08.2002 -

278 Plan, Elevation, Section and Detail of Display

Board, Sliding Shutter and Wall Paneling.

TD / 095 3/4 24.08.2002 -

279 Plan, Elevation, Section and Detail of Display

Board, Sliding Shutter and Wall Paneling.

TD / 095 4/4 24.08.2002 -

280 Detail of Sand Pit and Ramp for Loading and

Unloading of Animals.

TD / 096 1/3 20.12.2004(True Copy)

-

281 Detail of Sand Pit and Ramp for Loading and

Unloading of Animals.

TD / 096 2/3 20.12.2004(True Copy)

-

282 Detail of Sand Pit and Ramp for Loading and

Unloading of Animals.

TD / 096 3/3 20.12.2004(True Copy)

-

283 Open Platform for Transformer with Fencing and

Gate Plan, Section & Details.

TD / 098 1/2 14.12.2002 -

284 Open Platform for Transformer with Fencing and

Gate Plan, Section & Details.

TD / 098 2/2 14.12.2002 -

285 Hard Standing Plan, Section and Detail. TD / 099 1/3 30.12.2002 09.04.2003

286 Hard Standing Plan, Section and Detail. TD / 099 2/3 30.12.2002 -

287 Hard Standing Plan, Section and Detail. TD / 099 3/3 30.12.2002 -

288 Typical Detail of Cupboard and Glass Shutter

(Show Case).

TD / 100 1/5 15.01.2003 -

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 402

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

289 Typical Detail of Cupboard and Glass Shutter

(Show Case).

TD / 100 2/5 15.01.2003 -

290 Typical Detail of Cupboard and Glass Shutter

(Show Case).

TD / 100 3/5 15.01.2003 -

291 Typical Detail of Cupboard and Glass Shutter

(Show Case).

TD / 100 4/5 15.01.2003 -

292 Typical Detail of Cupboard and Glass Shutter

(Show Case).

TD / 100 5/5 15.01.2003 -

293 Detail of Sump for Water Disposal. TD / 101 1/2

and

2/2

31.01.2003 -

294 Typical Detail of Cook House. TD / 102 1/11 13.02.2003 -

295 Typical Detail of Cook House. TD / 102 2/11 13.02.2003 -

296 Typical Detail of Cook House. TD / 102 3/11 13.02.2003 -

297 Typical Detail of Cook House. TD / 102 4/11 13.02.2003 -

298 Typical Detail of Cook House. TD / 102 5/11 13.02.2003 -

299 Typical Detail of Cook House. TD / 102 6/11 13.02.2003 -

300 Typical Detail of Cook House. TD / 102 7/11 13.02.2003 -

301 Typical Detail of Cook House. TD / 102 8/11 13.02.2003 -

302 Typical Detail of Cook House. TD / 102 9/11 13.02.2003 -

303 Typical Detail of Cook House. TD / 102 10/11 13.02.2003 -

304 Typical Detail of Cook House. TD / 102 11/11 13.02.2003 -

305 Volley Ball Ground, Basket Ball Ground, Parade

Ground, Sentry Post, Dhobi Ghat, Washing

Platform and Misc. Details.

TD / 103 1/7 10.02.2003 -

306 Volley Ball Ground, Basket Ball Ground, Parade

Ground, Sentry Post, Dhobi Ghat, Washing

Platform and Misc. Details.

TD / 103 2/7 10.02.2003 -

307 Volley Ball Ground, Basket Ball Ground, Parade

Ground, Sentry Post, Dhobi Ghat, Washing

Platform and Misc. Details.

TD / 103 3/7 10.02.2003 -

308 Volley Ball Ground, Basket Ball Ground, Parade

Ground, Sentry Post, Dhobi Ghat, Washing

Platform and Misc. Details.

TD / 103 4/7 10.02.2003 -

309 Volley Ball Ground, Basket Ball Ground, Parade

Ground, Sentry Post, Dhobi Ghat, Washing

Platform and Misc. Details.

TD / 103 5/7 10.02.2003 -

310 Volley Ball Ground, Basket Ball Ground, Parade

Ground, Sentry Post, Dhobi Ghat, Washing

Platform and Misc. Details.

TD / 103 6/7 10.02.2003 -

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 403

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

311 Volley Ball Ground, Basket Ball Ground, Parade

Ground, Sentry Post, Dhobi Ghat, Washing

Platform and Misc. Details.

TD / 103 7/7 10.02.2003 -

312 Hard Standing Plan, Section and Detail. TD / 104 1/2 20.02.2003 -

313 Hard Standing Plan, Section and Detail. TD / 104 2/2 20.02.2003 -

314 30 Yards / 27 Metres Range Plan, Longitudinal

Section and Cross Section.

TD / 106 1/2 04.04.2003 -

315 30 Yards / 27 Metres Range Plan, Longitudinal

Section and Cross Section.

TD / 106 2/2 04.04.2003 -

316 PCC Hardstanding. TD / 107 1/2 14.05.2003 -

317 PCC Hardstanding. TD / 107 2/2 14.05.2003 -

318 Layout of Furniture / Electrical Appliances in SM

Barrack and Detail of Partition Wall.

TD / 110 1/4 27.08.2003 20.10.2003

319 Layout of Furniture / Electrical Appliances in SM

Barrack and Detail of Partition Wall.

TD / 110 2/4 27.08.2003 20.10.2003

320 Layout of Furniture / Electrical Appliances in SM

Barrack and Detail of Partition Wall.

TD / 110 3/4 27.08.2003 20.10.2003

321 Layout of Furniture / Electrical Appliances in SM

Barrack and Detail of Partition Wall.

TD / 110 4/4 27.08.2003 20.10.2003

322 Typical Detail of Security Fencing with RCC

Posts and Barbed Wire.

TD / 111 1/3 27.11.1972 12.03.1997

323 Typical Detail of Security Fencing with RCC

Posts and Barbed Wire.

TD / 111 2/3 27.11.1972 12.03.1997

324 Typical Detail of Security Fencing with RCC

Posts and Barbed Wire.

TD / 111 3/3 27.11.1972 12.03.1997

325 Detail of Railing in Stair Case / Verandah /

Balcony / Platform and Wicket Gate.

TD / 112 1/3 30.01.2004 -

326 Detail of Railing in Stair Case / Verandah /

Balcony / Platform and Wicket Gate.

TD / 112 2/3 30.01.2004 -

327 Detail of Railing in Stair Case / Verandah /

Balcony / Platform and Wicket Gate.

TD / 112 3/3 30.01.2004 -

328 Detail of Steel Gate 3000 / 6000 / 5000 / 3600 /

4600 / 3660 / 5150 Wide.

TD / 120 1/4 25.10.1972 04.09.2001

329 Detail of Steel Gate 3000 / 6000 / 5000 / 3600 /

4600 / 3660 / 5150 Wide.

TD / 120 2/4 25.10.1972 04.09.2001

330 Detail of Steel Gate 3000 / 6000 / 5000 / 3600 /

4600 / 3660 / 5150 Wide.

TD / 120 3/4 25.10.1972 04.09.2001

331 Detail of Steel Gate 3000 / 6000 / 5000 / 3600 /

4600 / 3660 / 5150 Wide.

TD / 120 4/4 25.10.1972 04.09.2001

332 Counter Type Wash Basin. TD / 0120 1/1 31.08.2004 -

333 Flooring Pattern. TD / 0121 1/1 13.09.2004 -

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 404

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

334 Sign Post. TD / 124 1/1

335 PVC internal soild door (Plan, elevation, section

and details).

TD / 131 / 09 1/1 12.06.2009 -

336 Typical details of false ceiling. TD / 154 1/1 -

337 Typical Detail and Schedule of Septic Tank

(Brick Construction).

TD / 217 (A) 1/1 09.04.1969 -

338 Typical Detail and Schedule of Septic Tank

(Brick Construction).

TD / 217 1/7 25.11.1968 18.12.1992

339 Typical Detail and Schedule of Septic Tank

(Brick Construction).

TD / 217 2/7 25.11.1968 -

340 Typical Detail and Schedule of Septic Tank

(Brick Construction).

TD / 217 3/7 25.11.1968 -

341 Typical Detail and Schedule of Septic Tank

(Brick Construction).

TD / 217 4/7 25.11.1968 16.11.1971

342 Typical Detail and Schedule of Septic Tank

(Brick Construction).

TD / 217 5/7 25.11.1968 01.01.1990

343 Typical Detail and Schedule of Septic Tank

(Brick Construction).

TD / 217 6/7 25.11.1968 11.11.1993

344 Typical Detail and Schedule of Septic Tank

(Brick Construction).

TD / 217 7/7 25.11.1968 01.01.1990

345 Details of Incinerator. TD / 224 1/4 09.04.1969 21.12.1979

346 Details of Incinerator. TD / 224 2/4 09.04.1969 21.12.1979

347 Details of Incinerator. TD / 224 3/4 09.04.1969 21.12.1979

348 Details of Incinerator. TD / 224 4/4 09.04.1969 21.12.1979

349 Typical Details of Filter Bed (Brick Construction). TD / 235 1/5 11.04.1969 23.01.1990

350 Typical Details of Filter Bed (Brick Construction). TD / 235 2/5 11.04.1969 23.01.1990

351 Typical Details of Filter Bed (Brick Construction). TD / 235 3/5 11.04.1969 23.01.1990

352 Typical Details of Filter Bed (Brick Construction). TD / 235 4/5 11.04.1969 23.01.1990

353 Typical Details of Filter Bed (Brick Construction). TD / 235 5/5 11.04.1969 23.01.1990

354 Fixing Detail of Expansion Fastener. TD / 238 1/2 03.04.1978 -

355 Fixing Detail of Expansion Fastener. TD / 238 2/2 03.04.1978 -

356 Details of Wicket Gate and Steel Doors. TD / 241 1/4 30.03.1978 06.07.2002

357 Details of Wicket Gate and Steel Doors. TD / 241 2/4 30.03.1978 -

358 Details of Wicket Gate and Steel Doors. TD / 241 3/4 30.03.1978 -

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 405

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

359 Details of Wicket Gate and Steel Doors. TD / 241 4/4 30.03.1978 -

360 Flag Post. TD / 245 1/1

361 Detail of Pernala PCC Drain, Detail of Fixing

Wire in Drying Shed, Detail of Skirting Dado

Steps and Plinth Protection.

TD / 250 1/3 20.01.1979 05.09.1979

362 Detail of Pernala PCC Drain, Detail of Fixing

Wire in Drying Shed, Detail of Skirting Dado

Steps and Plinth Protection.

TD / 250 2/3 20.01.1979 05.09.1979

363 Detail of Pernala PCC Drain, Detail of Fixing

Wire in Drying Shed, Detail of Skirting Dado

Steps and Plinth Protection.

TD / 250 3/3 20.01.1979 05.09.1979

364 Typical Detail of Pedestal and Squat Water

Closet, Urinal, Wash Hand Basin.

TD / 254 1/2 30.08.1963 -

365 Typical Detail of Pedestal and Squat Water

Closet, Urinal, Wash Hand Basin.

TD / 254 2/2 30.08.1963 -

366 Typical Detail of Manhole. TD / 270 1/4 12.12.1979 08.02.1988

367 Typical Detail of Manhole. TD / 270 2/4 12.12.1979 08.02.1988

368 Typical Detail of Manhole. TD / 270 3/4 12.12.1979 08.02.1988

369 Typical Detail of Manhole. TD / 270 4/4 12.12.1979 08.02.1988

370 Types of Concrete Bedding for Sewers. TD / 282 1/1 21.12.1989 01.10.1994

371 Details of Mirror with Niche over WHB, Urinals,

Fixing of Mosquito Net Wire, Pelmet Box, Ramp,

Towel Rail, Skirting Dado, Brick Plinth

Protection, Fuel Board Pegs, Pegs fixed to Door.

TD / 283 1/7 01.04.1982 09.08.1982

372 Details of Mirror with Niche over WHB, Urinals,

Fixing of Mosquito Net Wire, Pelmet Box, Ramp,

Towel Rail, Skirting Dado, Brick Plinth

Protection, Fuel Board Pegs, Pegs fixed to Door.

TD / 283 2/7 01.04.1982 09.08.1982

373 Details of Mirror with Niche over WHB, Urinals,

Fixing of Mosquito Net Wire, Pelmet Box, Ramp,

Towel Rail, Skirting Dado, Brick Plinth

Protection, Fuel Board Pegs, Pegs fixed to Door.

TD / 283 3/7 01.04.1982 09.08.1982

374 Details of Mirror with Niche over WHB, Urinals,

Fixing of Mosquito Net Wire, Pelmet Box, Ramp,

Towel Rail, Skirting Dado, Brick Plinth

Protection, Fuel Board Pegs, Pegs fixed to Door.

TD / 283 4/7 01.04.1982 09.08.1982

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 406

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

375 Details of Mirror with Niche over WHB, Urinals,

Fixing of Mosquito Net Wire, Pelmet Box, Ramp,

Towel Rail, Skirting Dado, Brick Plinth

Protection, Fuel Board Pegs, Pegs fixed to Door.

TD / 283 5/7 01.04.1982 09.08.1982

376 Details of Mirror with Niche over WHB, Urinals,

Fixing of Mosquito Net Wire, Pelmet Box, Ramp,

Towel Rail, Skirting Dado, Brick Plinth

Protection, Fuel Board Pegs, Pegs fixed to Door.

TD / 283 6/7 01.04.1982 09.08.1982

377 Details of Mirror with Niche over WHB, Urinals,

Fixing of Mosquito Net Wire, Pelmet Box, Ramp,

Towel Rail, Skirting Dado, Brick Plinth

Protection, Fuel Board Pegs, Pegs fixed to Door.

TD / 283 7/7 01.04.1982 09.08.1982

378 Detail of Aluminium Door ALD-1. TD / 303 1/2 22.03.1985 28.09.1999

379 Detail of Aluminium Door ALD-1. TD / 303 2/2 22.03.1985 28.09.1999

380 Garbage Bins. TD / 306 1/4 08.01.1986 -

381 Garbage Bins. TD / 306 2/4 08.01.1986 -

382 Garbage Bins. TD / 306 3/4 08.01.1986 -

383 Garbage Bins. TD / 306 4/4 08.01.1986 -

384 Admin and Domestic ACCN at Nainital, Detail of

Hardstanding.

TD / 307 1/1 16.01.1986 15.12.2000

385 Typical Details of Soak Well. TD / 309 1/4 17.02.1986 -

386 Typical Details of Soak Well. TD / 309 2/4 17.02.1986 -

387 Typical Details of Soak Well. TD / 309 3/4 17.02.1986 -

388 Typical Details of Soak Well. TD / 309 4/4 17.02.1986 -

389 Plan and Detail of Watch Tower. TD / 310 1/3 14.07.1988

(Revised)

20.12.2004(True Copy)

390 Plan and Detail of Watch Tower. TD / 310 2/3 14.07.1988

(Revised)

20.12.2004(True Copy)

391 Plan and Detail of Watch Tower. TD / 310 3/3 14.07.1988

(Revised)

20.12.2004(True Copy)

392 Detail of Fan Hook, Ramp, Screen Wall for

Urinal, WHB with Mirror, Trough Type WHB with

Mirror, Pelmet Box, Curtain Bracket, Formet

Soap Niche Steps, Plinth Protection, RCC Chajja,

PCC Cill, HMV Dado Skirting.

TD / 313 1/7 28.07.1986 03.06.1999

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 407

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

393 Detail of Fan Hook, Ramp, Screen Wall for

Urinal, WHB with Mirror, Trough Type WHB with

Mirror, Pelmet Box, Curtain Bracket, Formet

Soap Niche Steps, Plinth Protection, RCC Chajja,

PCC Cill, HMV Dado Skirting.

TD / 313 2/7 28.07.1986 -

394 Detail of Fan Hook, Ramp, Screen Wall for

Urinal, WHB with Mirror, Trough Type WHB with

Mirror, Pelmet Box, Curtain Bracket, Formet

Soap Niche Steps, Plinth Protection, RCC Chajja,

PCC Cill, HMV Dado Skirting.

TD / 313 3/7 28.07.1986 -

395 Detail of Fan Hook, Ramp, Screen Wall for

Urinal, WHB with Mirror, Trough Type WHB with

Mirror, Pelmet Box, Curtain Bracket, Formet

Soap Niche Steps, Plinth Protection, RCC Chajja,

PCC Cill, HMV Dado Skirting.

TD / 313 4/7 28.07.1986 -

396 Detail of Fan Hook, Ramp, Screen Wall for

Urinal, WHB with Mirror, Trough Type WHB with

Mirror, Pelmet Box, Curtain Bracket, Formet

Soap Niche Steps, Plinth Protection, RCC Chajja,

PCC Cill, HMV Dado Skirting.

TD / 313 5/7 28.07.1986 -

397 Detail of Fan Hook, Ramp, Screen Wall for

Urinal, WHB with Mirror, Trough Type WHB with

Mirror, Pelmet Box, Curtain Bracket, Formet

Soap Niche Steps, Plinth Protection, RCC Chajja,

PCC Cill, HMV Dado Skirting.

TD / 313 6/7 28.07.1986 -

398 Detail of Fan Hook, Ramp, Screen Wall for

Urinal, WHB with Mirror, Trough Type WHB with

Mirror, Pelmet Box, Curtain Bracket, Formet

Soap Niche Steps, Plinth Protection, RCC Chajja,

PCC Cill, HMV Dado Skirting.

TD / 313 7/7 28.07.1986 -

399 Detail of Dhobi Ghat (Plan and Section). STD / 147 (E-in-C) 1/2 20.12.2004(True Copy)

-

400 Detail of Dhobi Ghat (Plan and Section). STD / 147 (E-in-C) 2/2 30.12.2002

(Revised)

20.12.2004(True Copy)

401 Washing Platform (Brick / Stone) Plan. STD / 148 (E-in-C) 1/3 16.08.1985 -

402 Washing Platform (Brick / Stone) Plan. STD / 148 (E-in-C) 2/3 16.08.1985 -

403 Washing Platform (Brick / Stone) Plan. STD / 148 (E-in-C) 3/3 20.12.2004(True Copy)

-

404 Inspection Pit. STD / 149 (E-in-C) 1/1 16.08.1985 -

405 Detail of Fixing TV Antenna Bracket Master. SK-302 1/1 10.12.2004(True Copy)

-

406 AC Window. SK-580 1/2 19.01.2004 -

407 AC Window. SK-580 2/2 19.01.2004 -

408 Plan, Elevation, Section and Detail of Steel

Locker for Ors.

SKD-562 1/3 15.06.1998 25.08.2000

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 408

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

409 Plan, Elevation, Section and Detail of Steel

Locker for Ors.

SKD-562 2/3 15.06.1998 25.08.2000

410 Plan, Elevation, Section and Detail of Steel

Locker for Ors.

SKD-562 3/3 15.06.1998 25.08.2000

411 Notice Board. FD-1042 1/2 29.09.1993 29.09.1993

412 Notice Board. FD-1042 2/2 29.09.1993 29.09.1993

413 Plan, Section, Elevation and Detail of Removable

Platform Squared and Chalk Board / Pin up

Board.

BZ / PITH / 27 1/5 30.04.1994 -

414 Plan, Section, Elevation and Detail of Removable

Platform Squared and Chalk Board / Pin up

Board.

BZ / PITH / 27 2/5 30.04.1994 -

415 Plan, Section, Elevation and Detail of Removable

Platform Squared and Chalk Board / Pin up

Board.

BZ / PITH / 27 3/5 30.04.1994 -

416 Plan, Section, Elevation and Detail of Removable

Platform Squared and Chalk Board / Pin up

Board.

BZ / PITH / 27 4/5 30.04.1994 -

417 Plan, Section, Elevation and Detail of Removable

Platform Squared and Chalk Board / Pin up

Board.

BZ / PITH / 27 5/5 30.04.1994 -

418 Typical Detail and Schedule of Filter Bed (Brick

Construction).

BZ / PITH / 52 1/5 11.04.1969 07.06.1983

419 Typical Detail and Schedule of Filter Bed (Brick

Construction).

BZ / PITH / 52 2/5 11.04.1969 07.06.1983

420 Typical Detail and Schedule of Filter Bed (Brick

Construction).

BZ / PITH / 52 3/5 11.04.1969 07.06.1983

421 Typical Detail and Schedule of Filter Bed (Brick

Construction).

BZ / PITH / 52 4/5 11.04.1969 07.06.1983

422 Typical Detail and Schedule of Filter Bed (Brick

Construction).

BZ / PITH / 52 5/5 11.04.1969 07.06.1983

423 Detail of Service Counter, Hot Case, Meat Hook

and Two Tier Shelving etc.

BZ / PITH / 64 1/7 29.08.1997 01.03.2000

424 Detail of Service Counter, Hot Case, Meat Hook

and Two Tier Shelving etc.

BZ / PITH / 64 2/7 29.08.1997 01.03.2000

425 Detail of Service Counter, Hot Case, Meat Hook

and Two Tier Shelving etc.

BZ / PITH / 64 3/7 29.08.1997 01.03.2000

426 Detail of Service Counter, Hot Case, Meat Hook

and Two Tier Shelving etc.

BZ / PITH / 64 4/7 29.08.1997 01.03.2000

427 Detail of Service Counter, Hot Case, Meat Hook

and Two Tier Shelving etc.

BZ / PITH / 64 5/7 29.08.1997 01.03.2000

428 Detail of Service Counter, Hot Case, Meat Hook

and Two Tier Shelving etc.

BZ / PITH / 64 6/7 29.08.1997 01.03.2000

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 409

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

429 Detail of Service Counter, Hot Case, Meat Hook

and Two Tier Shelving etc.

BZ / PITH / 64 7/7 29.08.1997 01.03.2000

430 Retaining Wall at Pithoragarh. BZ / PITH / 157 1/3 12.02.1980 -

431 Retaining Wall at Pithoragarh. BZ / PITH / 157 2/3 12.02.1980 -

432 Retaining Wall at Pithoragarh. BZ / PITH / 157 3/3 12.02.1980 -

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 410

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

433 Fixing Arrangement of Street Light and Pole. TD / EM / 1 1/1 27.11.1973 05.08.1991

434 Detail of Danger Board. TD / EM / 2 1/1 27.11.1973 09.09.1994

435 Cable Laying Details in Trenches with Path

Indicator.

TD / EM / 4 1/1 27.11.1973 14.02.2003

436 Detail of Cable Duct. TD / EM / 6 1/4 09.07.1974 12.07.1999

437 Detail of Cable Duct. TD / EM / 6 2/4 09.07.1974 12.07.1999

438 Detail of Cable Duct. TD / EM / 6 3/4 09.07.1974 12.07.1999

439 Detail of Cable Duct. TD / EM / 6 4/4 09.07.1974 12.07.1999

440 Detail of Errection of Electric Pole with / without

Strut Stay assembly for Poles etc.

TD / EM / 8 1/3 25.07.1975 03.05.1986

441 Detail of Errection of Electric Pole with / without

Strut Stay assembly for Poles etc.

TD / EM / 8 2/3 25.07.1975 03.05.1986

442 Detail of Errection of Electric Pole with / without

Strut Stay assembly for Poles etc.

TD / EM / 8 3/3 25.07.1975 03.05.1986

443 Typical Detail of Fixing 2 Pole / 4 Pole Structure

and Transformer, Earthing for Transformer, Sub

Station and Pole etc.

TD / EM / 9 (R) 1/4 06.07.1988 09.09.1994

444 Typical Detail of Fixing 2 Pole / 4 Pole Structure

and Transformer, Earthing for Transformer, Sub

Station and Pole etc.

TD / EM / 9 (R) 2/4 06.07.1988 09.09.1994

445 Typical Detail of Fixing 2 Pole / 4 Pole Structure

and Transformer, Earthing for Transformer, Sub

Station and Pole etc.

TD / EM / 9 (R) 3/4 06.07.1988 09.09.1994

446 Typical Detail of Fixing 2 Pole / 4 Pole Structure

and Transformer, Earthing for Transformer, Sub

Station and Pole etc.

TD / EM / 9 (R) 4/4 06.07.1988 09.09.1994

447 Detail of Lightening Conductor and Earthing. TD / EM / 11 1/2 17.03.1979 -

448 Detail of Lightening Conductor and Earthing. TD / EM / 11 2/2 17.03.1979 -

449 Detail of Pit for Valves, Stop Cocks, Brick

Masonary, Stone Masonary.

TD / EM / 12 1/2 14.07.1994 24.08.1995

450 Detail of Pit for Valves, Stop Cocks, Brick

Masonary, Stone Masonary.

TD / EM / 12 2/2 14.07.1994 24.08.1995

451 Notes and Legend for Electric Fitting. TD / EM / 21 (R) 1/1 01.01.2003 25.08.2003

452 Transformer Platform. TD / 156 1/1 26.12.2013 -

TD DRAWINGS (E&M)

CONTD ... ...

CA NO. CEB / MRT / 19 OF 2016-2017 3rd Call

LIST OF DRAWINGS

SERIAL PAGE NO. 411

S.

No.

Description of Drawings Drg No. Sheet

No.

Date of

drawing

Date of

Revision

1 2 3 4 5 6

NOTES :

____________________

(Signature of Contractor)

AD/DD (Contracts)

for Accepting Officer

(i) The Typical Drawings listed above are available in two bound folders titled 'TD Drawings' & 'STD Drawings'

prepared by the department. These folders have already been issued on payment and are deemed to be in the

possession of tenderers. Therefore such drawings are not enclosed but the same shall form part of tender

documents.

(ii) Tenderers are supposed to refer the two drawing folders mentioned above with reference to subject work for

Typical Drawings. If desired, these folders can be obtained on payment from HQ CEBZ Bareilly or else referred to in

the office of HQ CEBZ, CWE Meerut and GE (U) (E/M) Meerut.

(iii) The furniture Drawings listed above are available in FD folders titled 'FD Drawings' held with the department.

These folders are deemed to be in the possession of tenderers. Therefore, these drawings are not enclosed but the

same shall form part of tender documents. In case, the above drawings are not available with the tenderer(s), the

same can be seen in the office of CEBZ Bareilly, CWE Meerut and GE (U) (E/M) Meerut during working hours.

(iv) The list of TD/STD/FD drawings are mentioned above are tentative. Please note that if any drg of ibid folders,

which is not shown in the list above but the same is essential for execution of the work, will be deemed to be

included in the contract.

CONTD ... ...