CA NO. CEPZ-31 /2017-18 Serial Page No. 1 NAME OF WORK

231
CA NO. CEPZ-31 /2017-18 Serial Page No. 1 NAME OF WORK: PROVN OF OTM ACCN FOR FD HOSPITAL AT PALAMPUR INDEX PAGE Srl No Description Pages From To 1 Index Page 1 2 Tender forwarding letter including instructions on filling and submission of tender incorporated 2 7 3 Notice of tender including Appendix 'A' and amendment thereto 8 15 4 Lump Sum tender and contract for works IAFW-2159 (Revised 1947) 16 59 5 Special Conditions 69 96 6 Particular Specifications including Appendices 97 220 7 List of drawings 221 226 8 General conditions of contract IAFW- 2249 (1989 Print) including Errata/Amendment there to . 227 276 9 Schedule of minimum fair wages 277 10 Schedule (Excel Sheet of BOQ) 11 Corrigenda/Errata/Amendments to tender documents 12 Relevant Correspondence 13 Acceptance letter Drawings : _____ Sheets Total pages (Signature of Contractor) Dy Dir (Contracts) for Accepting Officer Dated M/s___________________________________ ______________________________________ ______________________________________ ______________________________________

Transcript of CA NO. CEPZ-31 /2017-18 Serial Page No. 1 NAME OF WORK

CA NO. CEPZ-31 /2017-18 Serial Page No. 1

NAME OF WORK: PROVN OF OTM ACCN FOR FD HOSPITAL AT PALAMPUR

INDEX PAGE

Srl No Description Pages From To

1 Index Page

1

2 Tender forwarding letter including instructions on filling and submission of tender incorporated

2 7

3 Notice of tender including Appendix 'A' and amendment thereto

8 15

4 Lump Sum tender and contract for works IAFW-2159 (Revised 1947)

16 59

5 Special Conditions

69 96

6 Particular Specifications including Appendices

97 220

7 List of drawings 221 226 8 General conditions of contract IAFW-

2249 (1989 Print) including Errata/Amendment there to .

227 276

9 Schedule of minimum fair wages

277

10 Schedule (Excel Sheet of BOQ) 11 Corrigenda/Errata/Amendments to

tender documents

12 Relevant Correspondence

13 Acceptance letter

Drawings : _____ Sheets

Total pages

(Signature of Contractor)

Dy Dir (Contracts) for Accepting Officer

Dated M/s___________________________________ ______________________________________ ______________________________________ ______________________________________

CA NO. CEPZ- 31 /2017-18 Serial Page No. 2

Tele : 0186- 2256361 Headquarters Chief Engineer Pathankot Zone Pathankot-145001 T-89156/ 06 /E8 23 Mar 2018 M/S__________________________ ______________________________ ______________________________ ______________________________

CA NO CEPZ-31/2017-18 : PROVN OF OTM ACCN FOR FD HOSPITAL AT PALAMPUR

Dear Sir (s),

1. Tender documents in respect of above work are uploaded on the site www.eprocuremes.gov.in . The tender

is on single stage two cover e-tendering system. The contents of cover I & cover II are specified in NOTICE OF TENDER. 2. Bids will be received online by ACCEPTING OFFICER upto the date and time mentioned in the NOTICE INVITING TENDER (NIT). No Tender/bid will be received in physical form and any tender/bid received in such manner will be treated as non bonafide tender/bid. 3. Bid will be opened on due date and time fixed for opening in the presence of tenderers/bidders or their authorised representatives, who have uploaded their quotation bid and who wish to be present at the time of opening the bids. 4. Your attention is also drawn to instructions on filling and submission of tender attached herewith annexure-I. 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 clarification end date. You are requested not to write piece meal points and forward your points duly consolidated before due date. 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 PATHANKOT ZONE PATHANKOT -145001 within time limit specified in NIT. Inadequacy/deficiency of documents shall make the bid liable for rejection resulting in disqualification for opening for finance bid. 6. (a) Contractor having not executed standing security bond and standing security deposit in any MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD) mentioned in Notice of Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing authority before date & time fixed for this purpose. In case of failure to abide by any of these 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 18, 75,000.00 (Rupees Eighteen lakh seventy five thousand Only)

CA NO. CEPZ- 31 /2017-18 Serial Page No. 3

Annexure-I INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER

1. EARNEST MONEY DEPOSIT (EMD) Contractor(s) who are not enlisted with MES/who are enlisted but have not executed the Standing Security Bond shall submit Earnest Money Deposit as detailed in Notice of Tender in one of the following forms, alongwith their tender/bid :- Deposit at Call Receipt from a Scheduled Bank in favour of Garrison Engineer/CCE concerned. Receipted Treasury Challan, the amount being credited to the Revenue Deposit of Garrison Engineer/CCE. It is advisable that Earnest Money is deposited in the form of deposit call receipt from an approved schedule Bank for easy refund. In case the tenderer/bidder wants to lodge „EARNEST MONEY DEPOSIT‟ in any other form allowed by MES a confirmation about its acceptability will be obtained from the Accepting officer well in advance of the bid submission end date and time. Earnest Money Deposit shall be submitted in the name of concerned GE. NOTES : Earnest Money Deposit (EMD) in the form of cheque/Bank Guarantee etc will not be accepted. NON-SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) (scanned copy alongwith Technical bid & hard copy before the date & time fixed 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 in 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 receipts by the contractor on notification of acceptance to 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 WESTERN 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 GCC (IAFW-2249). 4. CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN CE WESTERM COMMAND Contractors whose names are on the approved list of any MES formation i.e other than CE Western Command and who have deposited Standing Security and have executed Standing Security Bond may tender/bid without depositing Earnest Money with the bid and if the Accepting Officer decides to accept the tender/bid, such tenderers will be required to lodge Security Deposit as notified by the Accepting Officer. The amount is required to be lodged within 30 (Thirty) days of the receipt by the contactor of notification of acceptance of tender/bid, failing which the sum be recovered from the 1st RAR payment or from the Final bill. 5. 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 PATHANKOT ZONE before date & time fixed for this purpose. 6. 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. 7. 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. 8. General Conditions of Contracts (IAFW 2249) (1989 Print) and errata and amendments thereto, Schedule of minimum fair wages and MES SSR (Part-I and Part-II) are not enclosed with these documents. These are available for perusal in the Office of GE concerned and this office.

CA NO. CEPZ- 31 /2017-18 Serial Page No. 4 9. 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 10. (a) Contractor having not executed standing security bond and standing security deposit in any MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD) mentioned in Notice of Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing authority before date & time fixed for this purpose. In case of failure to abide by any of these 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 18,75,000/- (Rupees Eighteen Lakhs Seventy Five Thousand Only)

Yours faithfully, Dy Dir(Contracts) Encls :- (As above) For Accepting Officer ___________________ Signature of Contractor

CA NO. CEPZ- 31 /2017-18 Serial Page No. 5 1. GENERAL INSTRUCTIONS FOR COMPLIANCE 1.1 The bids received only in the electronic form will be considered. All bids shall be submitted on eprocurement.gov.in portal. Documents should be scanned and forwarded in pdf form and „xls‟ form as indicated. 1.2 Bids shall be uploaded on „eprocurement.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. 1.3 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. 1.4 Drawings, if issued in physical form, must be retuned duly initialled by the tenderer/bidder in separate envelope indicating his name and address. 1.5 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 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. 1.6 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 contact including the Arbitration Clause, shall be attached in pdf‟ form. In case of partnership concern or a limited company, digital signatory of the bid/tender shall ensure that he is competent to bind the contractor (through partnership deed general power of attorney or Memorandum and Articles of Association of the Company) in all the matters pertaining to the contracts with Union of India including arbitration clause. A scanned copy of the documents confirming of such authority shall be attached with the tender/bid in pdf‟ form, If not submitted earlier. The person uploading the bid on behalf of another partner (s) or on behalf of a firm or company using his DSC shall upload with the tender/bid a scanned copy (in „pdf‟ form) of Power of Attorney duly executed in his favour by such other or all of the Partner (s) or in accordance with constitution of the company in case of company, stating that he has authority to bind such other person of the firm or the Company as the case may be, in all matters pertaining to the contract including the Arbitration Clause. 1.7 Even in case of Firms or Companies which have already given Power of Attorney to an individual authorizing him to sign tender in pursuance of which bids are being uploaded by such person as a routine, fresh Power of Attorney duly executed in his favour stating specifically that the said person has authority to bind such partners of the Firm or the Company as the case may be including the condition relating to Arbitration Clause should be uploaded in „pdf‟ form with the tender/bid, unless such authority has already been given to him by the Firm or the Company. It shall be ensured that power of attorney shall be executed in accordance with the constitution of the company as laid down in its Memorandum & Article of Association. 1.8 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. 1.9 Bid (Cover 1 & 2) shall be uploaded online well in time. 1.10 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty. Attention is also drawn to special condition reterred hereinafter and also conditions 24 & 25 of IAFW-2249 (General Conditions of Contract). 1.11 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. 1.12 The tenderer/bidder shall quote his rate on the BOQ file only. No alteration to the format will be accepted else the bid will be disqualified and summarily rejected. 1.13 In case the tenderer/bidder has revise/modify the rates quoted in the BOQ (excel sheet) he can do so only in

the BOQ through www.eprocuremes.gov.in site only before the bid closing time and date.

2. 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 of bid submission date & time, his offer will be treated as revoked and the Earnest Money deposited by him shall be forfeited. In case of MES enlisted Contractors the amount equal to the Earnest Money stipulated in the Notice of tender, shall be notified to the tenderer/bidder for deposting the amount through MRO. Bids of such Contractors/bidders shall not be opened till the aforesaid amount equal to the earnest money is deposited by him in Govt Treasury. In addition, bids of such tenderer/bidder and his related firm shall not be opened

CA NO. CEPZ- 31 /2017-18 Serial Page No. 6 in second call or subsequent calls. Reduction offered by the tenderer/bidder on the freak high rates referred for review shall not be treated as voluntary reduction. 3. C.P.M (CRITICAL PATH METHOD) 3.1 The project planning for work covered in the scope of tender is based on CPM. 3.2 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. 3.3 The tenderer‟s /bidder‟s attention is drawn to special condition of the tender regarding preparation of the detailed network analysis and time schedule for the work and his liability for employing sufficient resources to adhere to this schedule. Any inability on the part of the tenderer/bidder in using the technique will be taken as his technical inefficiency and will affect his class of enlistment and future prospect/invitation to tenders for future works. 3.4 Department may issue amendment/errata in form of CORRIGENDUM to tender/revised BOQ to the tender documents. The tenderer/bidder is requested to read the tender documents in conjunction with all the errata/amendments/corrigendum, if any, issued by the department. 4. These instructions shall form part of the contract documents. __________________ Dy Dir(Contracts) Signature of Contractor For Accepting Officer

CA NO. CEPZ- 31 /2017-18 Serial Page No. 7

MILITARY ENGINEER SERVICES NOTICE INVITING TENDER (NIT)

1. A tender is invited for the work as mentioned in Appendix „A‟ to this NOTICE INVITING TENDER (NIT). 2. The work is estimated to cost as indicated in aforesaid Appendix „A‟. The estimate, however, is not a guarantee and is merely given as a rough guide and if the work cost more or less, a tenderer/bidder will have no claim on that account. The tender shall be based on as mentioned in aforesaid Appendix „A‟. 3. The work is to be completed within the period as indicated in aforesaid Appendix „A‟ in accordance with the phasing, if any, indicated in the tender from the date of handing over site, which will be on or about two weeks after the date of Acceptance of tender. 4. Normally contractors whose names are on the MES approved list for the area in which the work lies, and within whose financial category the estimated amount would fall, may tender/bid but in case of term contracts, contractors of categories SS to E may tender/bid. In case, where the tender amount is in excess of the financial limit of the contractor and the Accepting Officer decides to accept the tender/bid, in which event the tenderer/bidder would be required to lodge additional security deposit as notified by the Accepting Officer in term of Conditions of Contract. Contractors whose names are on the MES approved list of any MES Formation and who have deposited standing security and have executed standing security bond may also tender/bid without depositing Earnest money along with the tender/bid and if the tender/bid submitted by such a tenderer/bidder is accepted the contractor will be required to lodge with the Controller of Defence Accounts concerned the amount of individual security deposit within thirty days of 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 contactors. 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 PATHANKOT ZONE, PATHANKOT will be the Accepting Officer here in after referred to as such for purpose of the contract. 6. The Technical Bid and Financial Bid (Cover 1 and Cover 2) shall be uploaded by the tenderer/bidder on or before the date & time mentioned in NIT. A scanned copy of DD with enlistment details/ documents shall be uploaded as packed 1/cover-1 („T‟ bid) of the tender/bid on e-tendering portal. DD is refundable in case T bid is not accepted resulting in non-opening of „Q‟ bid. The applicant contractor shall bear the cost of bank charges for procuring and encashing the DD and shall not have any claim from Government whatsoever on this account. 6.1 Tender form and conditions of contract and other necessary documents shall be available on eprocuremes.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 –I shall be accompanied with by Earnest Money of amount as mentioned in Appendix „A‟ in the form of deposit at call receipt in favour of concerned CCE/ GE/ GE(I)/ AGE(I) (see Appendix „A‟) by a scheduled Bank or in receipted treasury Challan the amount being credited to the revenue deposit of the concerned CCE/ GE/ GE(I)/ AGE(I) (see Appendix „A‟). 6.3 A contractor who is not enlisted for the area in which the work lies but whose name is in the MES approved list of any MES formation and who has deposited standing security and executed standing security Bond may bid without depositing earnest money along with the tender but if the Accepting officer accepts the tender/bid, the contractor will be required to lodge with the controller of Defence Accounts concerned the amount of Individual security deposit within thirty days of the receipt by him of notification of acceptance of his tender/bid, failing which this sum will be recovered from 1st RAR payment or from the first final bill in the case of term/running contracts, remaining sum shall be recovered from subsequent bill (s) of the contractor.

CA NO. CEPZ- 31 /2017-18 Serial Page No. 8

NOTICE INVITING TENDER (NIT) {Contd..} 6.4 A contractor who has executed standing security Bond but not corresponding to the appropriate class as mentioned above, shall lodge with the Accepting Officer, Additional security deposit as notified by the accepting officer within thirty days of the receipt of his notification of acceptance of his tender/ bid, failing which this sum will be recovered from the first RAR payment or from the first final bill in the case of term/running contracts. Remaining sum shall be recovered from subsequent bill(s) of the contractor. However, in case where any payment is made to the contractor within thirty days of the receipt by him of notification of acceptance of tender/bid, the amount of additional security deposit shall be recovered from such payment. 6.5 The CCE/GE/GE(I)/AGE(I) 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 CCE/GE/GE(I)/AGE(I) 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 contactor will also be available for inspection by the tenderer/bidder at the office of Accepting Officer and concerned GE/GE(I)/AGE (I) during working hours. 7 The tenderers/bidders are advised to visit the site of work by making prior appointment with GE/GE (I)/AGE (I)/CCE/Project Manager who is also the Executing Agency of the work (see appendix Á‟). The tenderers/bidders are deemed to have full knowledge of all relevant documents, samples, site etc. Whether they have inspected them or not. 8. Any tender/bid which proposes any alteration to any of the conditions laid down or which proposes any other condition or prescription whatsoever is liable to be rejected. 9. The uploading of bid implies that bidder has read this notice and the conditions of contract and has made himself aware of the scope and specification of work to be done and of the condition and rates at which stores, tools and plants etc will be issued to him and local conditions and other factors having bearing on the execution of the work. 10. Tenderers/bidders must be in possession of a copy of the MES standard Schedule of Rates (see appendix „A‟) including amendments and errata thereto. 11. Invitation for e-tender does not constitute any guarantee for validation of „T‟ bid and subsequent opening of finance bid of any applicant/bidder, even of enlisted contractors of appropriate class, merely by virtue of enclosing DD. Accepting officer reserves the right to reject the „T‟ bid and not open the finance bid of any applicant/bidder. „T‟ bid validation shall be decided by the Accepting officer based on, inter alia, capability, of the firm as per criteria given in Appx „A‟ to this NIT. The applicant contractor/bidder will be informed regarding non-validation of this „T‟ bid assigning reasons thereof through the eprocuremes website, The applicant contractor/bidder if he so desire may appeal to the next higher Engineer authority viz CHIEF ENGINEER WESTERN COMMAND, CHANDIMANDIR on

email id [email protected] with copy to the Accepting officer on email before the scheduled date of

opening of Finance Bid. The decision of the Next higher Engineer Authority (NHEA) shall be final and binding. The contractor/bidder shall not be entitled for any compensation whatsoever for rejection of his bid. 12. The Accepting officer reserves the right to accept a tender submitted by a public undertaking, giving a price preference over other tender (s)/bids which may be lower, as are admissible under the government policy. No claim for any compensation or otherwise shall be admissible from such tenderer/bidder whose tender/bid is rejected.

CA NO. CEPZ- 31 /2017-18 Serial Page No. 9

NOTICE INVITING TENDER (NIT) {Contd..} 13. Accepting officer does not bind himself to accept the lowest or any tender/bid or to give any reason for not doing so. 14 If original DD against tender cost is not received from MES enlisted contractors within a period of 5 (five) days from the Bid submission end date and time, subject to satisfying other prequalifying criteria, the financial bid shall be opened. The amount of cost of tender shall be recovered from any amount due to the MES enlisted contractor. Failure of non-submission of hard copy of DD tantamount to wilful negligence with ulterior motive and therefore the tenderer shall be barred to tender during the period of 6 (six) months commencing from the date of opening of financial bid and in case of un-enlisted contractors, if original DD is not received within the time stipulated above, the cover 1(„T‟ bid) shall not be validated for opening of financial bid. Name of such contractors alongwith complete address shall be circulated to all MES formations for non-opening of bids for the period of six months commencing from date of opening of financial bid. 15. Tenderers who have failed to submit original DD pertaining to Earnest Money deposit (whether un-enlisted or enlisted who has not lodged Standing Security Deposit) by stipulated date, shall be declared ineligible for opening of Financial Bid. 16. It is mandatory for the tenderer to upload a copy of Provident Fund Code number (Universal Account Number) UAN in addition to other documents. The tenderers who are not in possession of this number shall be disqualified in „T‟ bid evaluation and their cover No 2 (Financial bid) shall not be opened, if the Provident Fund Code number is not uploaded. The tenderers who have applied for PF code number online shall also be considered eligible, in such case the tenderers are required to upload the copy of temporary PF code number allotted online. 17. In the present system of e-tendering, the financial bid of the tenderer is frozen on the last date of bid submission / extended date of bid submission. Any revocation /withdraw/change of bid after submission of last date and time shall be considered as revocation of bid and financial penalty as stipulated in tender shall be levied to the bidder. 18 The tenderer is supposed to check, if any revised BOQ has been uploaded and quote in revised BOQ only. Thus uploading quotation/ bid in pre-revised BOQ shall be considered as a willful negligence by the bidder and his quotation shall be considered as “NON-BONAFIED” 19. UPLOADING OF GST REGN NO:- It is mandatory for the tenderers to upload their GST registration number along with the „T‟ bid. This will be one of the criteria for qualifying in „T‟ bid. The contractors, who do not upload or submit their GST registration No. before opening of financial bid, shall be disqualified in the „T‟ bid evaluation and their financial bid shall not be opened. 20. This notice inviting tender (NIT) including Appendix „A‟ shall from part of the contract. Dy Dir(Contracts) Signature of Contractor For Accepting Officer

CA NO. CEPZ- 31 /2017-18 Serial Page No. 10

APPENDIX „A‟ TO NOTICE INVITING TENDER (NIT)

1. Name of work PROVN OF OTM ACCN FOR FD HOSPITAL AT PALAMPUR

2. Estimated Cost Rs 2385.00 Lakhs

3. Period of completion 30 Months

4. Cost of tender documents Rs 3000/- in the shape of DD/bankers cheque from any scheduled bank in favour of GE Palampur and payable at Palampur.

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

6 Type of contract The tender shall be based on drawing and specification (IAFW-2159) and General Conditions of Contract(IAFW-2249) with BOQ (list of items of work) to be priced by tenderer. The Tenderer are required to quote their rates against each items of BOQ

7. Information & details: (a) Bid submission start date (b) Last date of bid submission (c) Date of bid opening

Refer critical dates

8 Eligibility criteria :-

(A) For MES enlisted Contractors:-

They shall satisfy the following:- (a) Residual capacity requirement as in Para 8 (C) (a) below. (b) They should have enlistment in class “SS” and Category (a)(i) (c) They should not carry adverse remarks in WLR of competent engineer authority.

(B) For Other Contractors:- The firms not enlisted wilth MES shall satisfy the following:- (a) Residual capacity requirement as in Para 8 (C) (a) below.

(b) They should meet enlistment criteria of „SS‟ class MES contractors & category a(i) i.e. with regard to Annual turnover, Solvency, working capital, immovable property/fixed assets. T&P, Engineering establishment, no recovery outstanding in any Govt Department, Police verification/Passport etc. Enlistment criteria may be seen in Para 1.4 of section 1 of Part –I of MES Manual on contracts. 2007 (Reprint 2012) as available in all MES formations. These firms shall also submit copy of Police verification from Police authority of the area where the registered office of the firm is located/notarized copy of valid passport of Proprietor/each Director. (c) They should not carry adverse remarks in WLR or any other similar report of any authority.

CA NO. CEPZ- 31 /2017-18 Serial Page No. 11

APPENDIX „A‟ TO NOTICE INVITING TENDER (NIT) (CONTD.) (C) For all contractors (a) Applicants residual capacity as worked out by following formula

should be more than estimated cost of work:- Residual Capacity = (2 x A x N)-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. (b) Contractor will not be allowed to execute the works by subletting or through power of attorney holder on his behalf to a third party/another firm except sons/daughters of proprietor/partner/Director and Firm‟s own employees, Director Project Manager. This shall be subject to certain conditions which will be prescribed in the NOT forming part of the tender documents.

9. Tender issuing and Accepting Officer

Chief Engineers Pathankot Zone, Pathankot, Punjab 145001

10. Executing agency GE Palampur

11. Earnest Money Rs 15,00,000.00 in favour of GE Palampurpayable at Palampur.

Notes :-

(a)The contractors enlisted up to one class below the eligible class may also apply/bid. Application/ bids from one class below eligible class applicants may be considered in the event of inadequate response/bids from the applications of eligible class. (For remote area only) :-Application from two class blow eligible class applicants may also be considered in the event of inadequate response from the applicants of eligible class and one class below eligible class. (i) Normally the application from contractor enlisted in eligible class only shall be considered.

(ii) However, contractors enlisted in one class/two class below eligible class may also apply/bid. Applications from

one class below eligble class contractors may be considered in the event of inadequate response / bids from the

applicants of eligible class provided their past performance has been satisfactory and in the opinion of Accepting

Officer they are considered capable of handling this work.

(iii) Applications from two classes below eligible class contractors may be considered in the event of inadequate

response from the applicants of eligible class and one class below eligible class provided their past performance has

been satisfactory and in the opinion of Accepting Officer are considered capable of handling work.

(iv) To infuse better competition, Accepting Officer may consider applicants from one class below eligible contractors

even in the event of sufficient applications from eligible class contractors provided such contractor(s) strictly meet

the criteria laid down in Section 3.5.2(b)(ii) of MES Manual on Contracts, 2007 (Reprint 2012).

(v) Contractors enlisted in one class/two class below eligible class shall submit the documents such as details of

three highest value similar nature works executed during last 03 years, affidavit for possession of movable and

immovable properties etc. In the manner prescribed for unenlisted contractors here-in-before in support of their

capability to execute the subject work, to enable Accepting Officer take a considered decision.

(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 the tender in terms of conditions given in Para 8 (A) (a) above.

CA NO. CEPZ- 31 /2017-18 Serial Page No. 12

APPENDIX „A‟ TO NOTICE INVITING TENDER (NIT) (CONTD.) 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 (iii)DD toward cost of tender (iv)Electric licence for works of cat. b (i) & (ii). (v)EPF No and GST No. (vi)Documents in support 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 balace sheet of those FYs showing the turn over (gross receipts) (ab) List of work in hand for contracts with Govt Deptt & Private Works, completed value thereof and residual work to be completed during completion period of subject work in a self-explantory 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 contract in hand in Govt Deptt & Private and details of works completed and residual work to be completed. (Hard copy of these documents will be submitted within 05 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 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 the tender in terms of conditions given in Para 8 (A) (a) and 8 (A) (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) 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 in para 1.5 of

section 1 of Part I of MES Manual on contracts 2007 (Reprint 2012). The work experience shall include details of

similar natures of works executed during last five years, financial year-wise in tubular form giving name of works.

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 partner/authorized Directors 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.

This will include the following amongst others:-

(aa) Solvency Certificate and working capital certificate issued by scheduled bank. (ab) Affidavits for possession of moveable & immovable properties by proprietor/partnerowing the immovable property along with valuation certificate from regd valuer in support of moveable & immovable properties. In case of limited company, immoveable property is required to be in the name of the company. (iii) Scanned copy of DD towards cost of tender (iv) Documents in support of residual capacity which shall be 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 showingthe turn over (gross receipts) (ab) List of work in hand for contracts with Govt Deptt & Private Works, completed value thereof and residual work to be completed during completion period of subject work in a self-explantory tabular form. This shall be submitted duly signed by proprietor/all partners/authorized Director of Pvt/ Public Ltd as applicable.

CA NO. CEPZ- 31 /2017-18 Serial Page No. 13

APPENDIX „A‟ TO NOTICE INVITING TENDER (NIT) (CONTD.) (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 contract in hand in Govt Deptt &Private and details of works completed and residual work to be completed. (Hard copy of these documents will be submitted within 05days of the last date & time of opening of „T‟ bid) (d)(i) Applications/bids not accompanied by scanned copies of requisite DD/Bankers Chequetowards 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) Tenders/bidders to note that they should ensure that their original DDs and earnest money (as applicable) are received within 05 days of bids submission end date. (iii) In case of applications/bids from enlisted contractors of MES, where scanned copy of requisite DD/Bankers cheque toward 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 willful 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 application/bids from un-enlisted 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 along with 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 application/bids (enlisted contractor as well as unenlisted contractor) when scanned copies of requisite earnest money (as applicable) were uploaded but the same are not received in physical from within stipulated time such bids shall not qualify for opening of finance bids. (vi) 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. (e) In case of rejection of technical bid/prequalification bid , contractor may appeal top Next Higher Engineer Authority i.e. Chief Engineer Western Command , Chandimandir on email- [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. Jurisdiction of court for any dispute for the same shall be Pathankot. ___________________ Signature of Contractor

Dir (Contracts) For Accepting Officer

T-89156/04 /E8 (Chief Engineer) Pathankot Zone Pathankot-145001 23 Mar 2018

CA NO. CEPZ-31/17-18 Serial Page No. 14

IN LIEU OF IAFW-2159 (REVISED 1947)

(TO BE USED IN CONJUNCTION WITH GENERAL CONDITIONS

OF CONTRACTS (IAFW-2249-1989 PRINT) MILITARY ENGINEER SERVICES

Headquarters Chief Engineer Pathankot Zone Pathankot-145001 T-89156/06 /E8 23 Mar 2018

LUMPSUM TENDER AND CONTRACT FOR WORKS REQUIRED FOR PROVN OF OTM ACCN FOR FD HOSPITAL AT PALAMPUR

1. Shri / M/S ________________________________________________________ of _______________________ is/are hereby authorised to e-tender for the above mentioned work. 2. The complete tender is to be uploaded by bidder on the MES portal of http://www.defproc.gov.in. The bid will be opened in the office of HQ Chief Engineer Pathankot Zone, Pathankot.

3. All correspondence must be returned to this office whether or not the tender has been online submitted. 4. All correspondence concerning to this tender shall be addressed as indicated on the top of this letter quoting the reference as given.

THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF

TO ACCEPT THE LOWEST OR ANY TENDER Signature of Officer

Issuing the documents Appointment : Dy Dir ( Contracts) Signature of the contractor Dated :

CA NO. CEPZ-31/17-18 Serial Page No. 15

SCHEDULE `A‟ (NOTES) Notes :-

1.

Applicable to all Parts of Schedule `A‟.

1.1 This Schedule is divided into 15 (Fifteen) parts, as detailed below:-

(a) Part – I : Building Works

(b) Part – II : Internal Water Supply

(c) Part – III : Internal Electrification

(d) Part – IV : Plumbing Works

(e) Part – V : Site Clearance

(f) Part – VI : Protective Work

(g) Part – VII : Road, Path & Culverts

(h) Part – VIII : Sewage Disposal

(j) Part – IX : Area Drainage

(k) Part – X : Compound wall/fencing/steel gate

(l) Part – XI : External Water Supply & Hot water supply

(m) Part – XII : External Electrification

(n) Part – XIII : Summer appliances and lighting protection

(o) Part –XIV : Dismantling/ Demolition of bldgs

(p) Part-XV Credit schedule

(q) BOQ BOQ to be quoted by the contractor.

1.2 Sch „A‟ Part-I is firm, whereas the quantities (Approx No of units) required for all items of Sch „A‟ Part-II to XV and as mentioned in BOQ as indicated are provisional. Description 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 material and workmanship and conditions in relevant trade sections of MES Standard Schedule of Rates Part-I (Specifications)-2009 & Part-II (Rates)-2010 and contract drawings (including notes thereon).

2. PERIOD OF COMPLETION.

The entire work under this contract comprising building works & services described in Schedule 'A' Part I to XIII including items catered in BOQ shall be completed within 30(Thirty) months from the date of handing over of site as per work order No 01 placed by GE.

3 In case of details in respect of items shown on any of the main drawings are not given in the drawings referred to in the main drawings then the same shall be followed from any other drawing(s) included in the list of drawings. Any drawings mentioned in the contract/contract drawings but not included in the list of drawings shall also be deemed to form part of the contract. No dispute on this account shall be entertained.

4 In case of variation in the drawings shown in the list of drawings of a particular details and in the particular main drawing (not included in list of drawings) the drawings mentioned in list of drawings shall take precedence for that particular details.

5 Layout of buildings indicated in the site plan is tentative. No adjustment in prices shall be done on account of final approved layout within the area by GE/Engr-in-Charge.

CA NO. CEPZ-31/17-18 Serial Page No. 16

SCHEDULE `A‟ NOTES (Contd)

6 Probable distribution of various items of internal/external services is indicated on drawings. These are tentative and may be varied where necessary at the discretion of the Engineer-in-Charge. The contractor shall not be entitled for any claim on account of such varied alignment.

7 Tenderers are required to get fully acquainted with the scope of work as catered for in the tender documents and also the site of work. 8. No claim shall be entertained subsequently for any misunderstanding or any inaccuracy with regard to site conditions & provisions made in tender documents as well whatsoever for not handing over of entire site on placement of Work Order No 1 and for giving the site gradually will be tenable. No dispute on this account shall be entertained.

9 Unless otherwise specified, unit rates for all items of Schedule „A‟ and BOQ include the „Materials & labour‟ or „Supply and fix‟ including installing, commissioning, testing etc complete all as specified and/or shown on drawing. Contractor‟s special attention is drawn to the fact that all the provisions involving use of material or labour or both specified in the particular specifications and/or shown on drawings but not specifically included in the description of the relevant item of Schedule „A‟ shall also be deemed to be included in the unit rate/lump sum quoted by the contractor and nothing extra shall be admissible on this account.

10 Work in respect of Schedule „A‟ Part-I to XV which are pre-priced by MES, are carried over to BOQ. The unit rates inserted in Schedule „A‟ against these parts are based on unit rates given in MES Schedule of Rates-2010 or analogous rates thereof or assessed rates. The tenderer shall work out total lump sum against each of these Parts of Schedule „A‟. The percentage above SSR prepriced amount shall be derived in the excel sheet automatically by the system. As per Condition 6A of IAFW-2249, the amount shall be treated as firm and percentage shall be amended accordingly. The contractor shall have no claims, whatsoever, on account of any error in the unit rates/prices inserted by MES.

11 The tenderer has to insert his unit rates in BOQ for all items (which are pre-priced and not pre-priced by the department) as given in BOQ under respective columns.

12 The contractor‟s quoted rates shall be deemed to inclusive all taxes/cesses viz GST, duties, royalties octroi and other levies payable under respective statutes as applicable on the date of receipt of tender. It may be noted that any tender imposing any condition in this regard or any other account shall be treated as a conditional tender and the same shall be liable to be rejected.

13 No increase/decrease in any taxes/duties, statutory or otherwise except as mentioned in Special Condition No 49 here-in-after, after submission of tender and during execution of the woks shall be adjusted.

14 Contractor shall execute the work pertaining to provisional quantities in respect of Schedule „A‟ Part-II to XIV& as mentioned in BOQ as per site requirements and as directed. No claim whatsoever on this account shall be entertained. Quantities considered in Sch „A‟ Part-I shall be considered as firm. 15 The contractor shall provide necessary barricading around the entire work area as directed by the GE/Engr-in-Charge as shown on site plan, using CGI sheet mounted on MS angle/wooden or other MS tubular section. Height of barricading shall not be less than 2.40m. Cost of barricading shall also be deemed to be included in contractor lump sum.

CA NO. CEPZ-31/17-18 Serial Page No. 17

SCHEDULE `A‟ NOTES (Contd)

16 The under mentioned columns and remarks shall be deemed to have been inserted in respective columns of Schedule 'A' Part-I to Part-XIII and BOQ against each item(s):

Drg No. Period of completion for individual item from the date of

handing over the site

Remarks

Col 3 Col 7 Col 8

Refer list of drawings for all items of Sch „A‟

Refer Schedule „A‟ Note No. 2 on Srl Page No. 15 for all items of Schedule „A‟ and BOQ

Refer Schedule „A‟ Notes on Srl Page Nos.15 to 22 for all items of Schedule „A‟ and BOQ

17 Abbreviation “RM” wherever mentioned shall be read as “Running metre”

18 Contractor shall provide granite stone plate of adequate size at the place as directed by GE, engraving the following information in the project works. Cost of this provisions shall be deemed to inclusive in the lump sum cost of tender :-

(a) Job No.

(b) CA No. & year

(c) Name of work

(d) Name of Contractor

(e) Name of Garrison Engineer

(f) Name of Engr-in-Charge

(g) Date of commencement

(h) Date of completion

(j) Date of expiry of defect liability period.

19 QUALITY CONTROL PLAN

19.1 To ensure that the work shall be executed after complying the contract provisions with sound engineering practice and laid down codal provisions, a format of „Quality Control Plan‟ is attached as per Appendix „G‟ , which shall be submitted to GE by contractor within 30 days of commencement of work.

20 DIGITAL PHOTOGRAPHS

20.1 The Contractor shall provide digital photographs (minimum 200 in number) taken at various stages as decided by GE during the progress of work and submit the same along with subsequent RARs. Two copies (A4 size) and two soft copies (CD) of each digital photograph shall be submitted by contractor to GE. The unit rates against Sch „A‟ shall be deemed to include the cost of above provision and nothing extra payable on this account. In the event of failure by contractor to submit the same within 30 days of issuance of completion certificate, an amount of Rs. 50,000/- (Rupees fifty thousand only) will be recovered from the contractor.

CA NO. CEPZ-31/17-18 Serial Page No. 18

SCHEDULE `A‟ NOTES (Contd)

21 RECORD DRAWINGS

21.1 After completion of work, the contractor shall submit the record drawings (dimensional line plan) separately for each (internal and external) services. The contractor shall also submit record drawings of the completed buildings incorporating all changes on A1 size polyester film and one blue print alongwith CD showing all changes, within 30 days of issue of completion certificate failing which an amount of `Rs 40,000/- (Rupees forty thousand only) will be recovered as a penalty from the final bill.

22. UNIT RATES

22.1 Schedule `A‟ Part I

22.2 Unit rate of building work under Schedule `A‟ Part –I shall include :-

(a) In All buildings Brick Masonry work shall be with Fly Ash bricks conforming to BIS 12894 irrespective of whatever shown in Drawings.

(b) Fittings, fixtures, sanitary and toilet fittings, appliances and other sundry and miscellaneous items/accessories such as hinge type sheet metal board for fixing DB/Electric meter, fan hooks with box, soap niches, towel rails, stainless steel toilet paper holder, pan wash, stainless steel sink, vitreous china sinks ,stainless steel sink with drainage board, stainless steel double sink with drainage board, railing etc. whether shown on drawings or not and specified, supply, fixing and installation of overhead water tanks (rotational moulded, three layered), of capacities shown in drgs including accessories.

(c) All other details of works shown on drawings such as plinth protection, ramps, aprons, steps, open platform, verandah, canopy, crumple joints, court yard, compound wall, sumps, wicket gate, benches, acid resistance pipe etc. (except inapplicable details in typical drawings and details which have been specifically excluded from the scope of the contract) whether covered in particular specifications or not.

(d) Built in furniture such as peg set of 3/6, Notice board, Aluminium notice board, black board, Display boards, sliding display board, mirrors, Drapery rod/curtain rod, Cupboards, aluminium door gate, sound proof doors, 2/3 tier RCC shelve, compound walls of court yard, partition wall, space for water cooler, fixed glazing type „, RCC jali, rolling shutter, fixed book shelfs, service counter, RCC shelf, space for gas cylinder, ground sunk, cooking platform, MS grill wire mesh aluminium glazing and PVC panel, oval shape counter top WHB with mirror, WHB urinals, counter, and any other furniture item marked in building drawings shall be provided in concerned building as directed. Built in furniture shall be manufactured all as shown on drawings and directed.

(e) Anti-termite treatment to buildings mentioned in Sch 'A' Part-I (Serial Item No. 1 to 5)

(f) Cost of any cutting, leaving/forming holes/chases etc in walls, floors and ceiling as required for concealed water supply pipe and/or internal wiring and making good in cement mortar 1:3 & finished to match the adjoining surfaces. No adjustment shall, however, be made on this account for pricing of any deviation in respect of Schedule „A‟ Part-I and also for any variation in quantities indicated as “PROVISIONAL‟ in the tender.

CA NO. CEPZ-31/17-18 Serial Page No. 19

SCHEDULE `A‟ NOTES (Contd)

(e) (g) Contractor's lump sum in BOQ shall be deemed to include for all minor details, processes and operations which may not have been specifically mentioned or shown on drawings or given in particular specifications but which are essential for the execution of the building works and services in a sound and workman like manner so as to be structurally and functionally sound. In case of any difference of opinion between GE and the contractor as to whether or not certain items of works constitute(s) minor detail(s) which is included in the contractor's lump sum, the decision of the Accepting Officer shall be final, conclusive and binding.

(h)Rain water pipes with fittings including splash stones, spouts, guard bars/grills, railing etc.

(j)Numbering of building on both sides as shown in drawings and as per the direction of Engr-In-Charge.

(j)

(k)Inlet/outlet pipes of RCC overhead tank upto 60cm from edge of plinth protection is included in the lumpsum.

23 The above, however, is not an exhaustive list of items of work, but is an illustration for guidance, hence no plea shall be entertained that other items shown on drawings and/or specified in particular specifications are not covered in the unit rates of the item as these have not been included in the above list.

24 The lump sum quoted by the tenderer shall also include for any details of works and construction which are obviously and fairly intended and which may not have been specifically referred to in the tender documents and/or partially shown on drawings but which are essential for the execution and completion of the work in a workman like manner and sound construction.

25 If certain details are missing, in that case, the details indicated elsewhere in the drawings, which are similar or nearer to the missed out items of work, shall be followed. In the absence of any other similar and near details, the minimum essential requirement for the completion of work from the structural and utility point of view shall be deemed to be included in the amount quoted

26. However, some of the details/items which shall be deemed to be essential for execution and entire completion of the works are detailed as under for guidance:- (i) Reinforcement for any RCC member not indicated on the drawings but is structural requirement. (ii) Dwarf wall in situation like verandah, passage etc. are not indicated in drawings. (iii) Lintel over doors, windows and openings not shown in drawings. (iv) Builder hardware for doors/windows/vents etc, though not indicated on drawings but essential for usage.

(v) Internal/external surface of walls/RCC surfaces where no finish specified on drawings but essential for appearance shall be carried out to match the adjoining surface and as specified in particular specifications such as internal/external plaster, white/colour wash, cement base paint, OBD, dry distemper, painting etc.

27 In the case of difference of opinion between the contractor and GE as to whether or not a certain item of work constitutes minor or extra and constructional detail included in the lump sum amount quoted or not, the decision of the Accepting Officer shall be final, conclusive and binding.

CA NO. CEPZ-31/17-18 Serial Page No. 20

SCHEDULE `A‟ NOTES (Contd)

28 The contractor shall be deemed to have calculated his own details from drawings & specifications before quoting his rates. Notwithstanding any errors or inaccuracies in the rates quoted by the contractor, those rates shall be deemed to include for the full and entire completion of the items of work in accordance with provision of the contract and no adjustment shall be made on account of any errors in those rates.

29 For structural details, refer structural drawings only. If there is any discrepancy between architectural and structural drawings with regard to structural details, details shown on structural drawings shall prevail. Similarly if there is any discrepancy between structural and architectural drawings with regards to architectural details, details shown in architectural drawings shall prevail. The decision of the Accepting Officer as to what constitutes structural or architectural details shall be final, conclusive and binding.

30 For missing reinforcement details of RCC works, minimum reinforcement as required as per IS shall deemed to be included in the quoted lump sum. The decision of the Accepting Officer as regards minimum requirement as per IS shall be final and binding.

31 In case where type and size of beams, slabs and columns etc are not indicated, these shall be provided as directed by the Accepting Officer as per details of similar beams, slabs and columns, etc and cost of same and shall deemed to be included in the quoted lump sum. The decision of the Accepting Officer as to the similar of beams, slabs, columns etc. shall be final and binding.

32 If there is any discrepancy regarding General Notes on RCC STD (structure type detail) drawing and structural drawings, the details shown in main structural drawing shall be followed. Similarly details shown in main architectural drawings shall always be followed in case of discrepancy between main architectural drawing and TD (Typical detail) drawings.

33 Nothing extra shall be admissible on account of work executed as stated above and the contractor shall be deemed to have taken into considered the above provisions before quoting his lump sum and submitting his tender.

34 Unit rates of building work under Schedule 'A' Part I shall not include the cost of the following :-

(a) Plumbing, Internal water supply, internal electrification and other services which are covered under Schedule 'A' Part-II to Part-XV and BOQ .

(b) Supplying and fixing of bulbs/tubes unless specifically stated otherwise in description of any particular item of work

35. APPLICABLE TO SCHEDULE „A‟ PART-II TO XVAND ITEMS TAKEN IN BOQ

35.1 All quantities are PROVISIONAL.

35.2 Unless otherwise specified unit rate of each item of work is inclusive of materials and labour or supply and fix complete.

35.3 Particular Specifications for common materials such as Fly ash bricks, stone, sand, coarse aggregates, stone aggregate, wood, paint etc. and/or workmanship specified for building work against Sch „A‟ Part-I shall also be applicable for other items of Sch „A‟ against Sch „A‟ Part-II to Part-XV and items taken in BOQ

CA NO. CEPZ-31/17-18 Serial Page No. 21

SCHEDULE `A‟ NOTES (Contd)

35.4 Special Conditions in MES Schedule Part-II and preambles to items given in MES Schedule Part-II under respective trades shall be applicable. If any provision in the description of item of Schedule „A‟ and/or in particular specifications is at variance with the provision in Special Conditions in MES Schedule Part-II and preambles to MES schedule items, the provision in description of items of Schedule „A‟ and provision in particular specification shall take precedence there over. 35.5 Probable distribution of various items of internal and external services are indicated on drawings. These are tentative and may be varied where necessary at the discretion of the GE. The contractor shall not be entitled for any claim on account of such varied alignment/quantities.

35.6 Irrespective of what is specified in Sch „A‟, all internal wiring shall be concealed. The cost of cutting chasing and making good is deemed to include in the lump sum cost of the respective buildings/structures covered under Sch `A‟ Part-I.

36 The work under this contract lies in UNRESTRICTED area (Refer special conditions).

37 PEROFRMANCE EVALUATION AND MONITORING OF WORK

Performance evaluation of the work will be carried out by the Accepting Officer alongwith concerned CWE, GE & Engr-in-Charge and staff officers from Chief Engineer‟s Office concerned with the contract as per laid down stages of the work mentioned below :-

(a) First Evaluation :- To be carried out within two months from the date of commencement as per work order No 1 placed by GE.

(b) Second/Intermediate Evaluation :- To be carried out at intervals of every six months from the date of commencement of work as per work order No 1 placed by GE.

(c) One month prior to original/extended date of completion :- This meeting will evaluate progress achieved in month prior to original date of completion vis-a-vis extended date of completion.

(d) Final Evaluation :- Final evaluation will be carried out one month after the physical completion of work as certified by GE.

37.1 The contractor shall give on site presentation in these evaluations to the Accepting Officer and all officers concerned with the contract including representatives from CFA, PMG, Users and audit authorities to note and clear all bottleneck / hindreses on site. All the points from both sides shall be recorded in the minutes of meeting and signed by all concerned

38 As per Government of India, Ministry of Labour and Employment New Delhi circular No 35025/02/2014-SS II dated 15 Jul 2015, it is mandatory to the contactor that all the workers deployed by him are enrolled as members of provident fund and shall have the Universal Account Number (UAN).

39. It is mandatory to the GE that while clearing the bills/payments (RAR) of contractors, a certificate be

obtained from the contractor that all workers employed by him directly or indirectly are registered for

EPF and the due contributions have been credited into their accounts.

40 The list of various manufacturer /brands have been given in Appx „F‟ and have been categorised into

three Groups. Group I, (High End) users like prestigious bldg, Group II,(Medium End) users like all

living accn and Group III,(Low End) users like stores houses, temp bldgs & sheds. However,the

manufacturer /brand as listed in Group II can be incorporated in Group III and those in Group I can

be considered in Group II & III but not vice versa.The list of the bldgs under sch „A‟ part-I as

categorised in groups are under:-

Group I:- Covered under srl item No :- Nil

Group II:- Covered under srl item No :- 1,2 & 3 of sch „A‟ Part-I

Group III:- Covered under srl item No :- All other bldgs of sch „A‟ Part-I except covered under

Group I & II

CA NO. CEPZ-31/17-18 Serial Page No. 22

SCHEDULE `A‟ NOTES (Contd)

41 Cat part No of light fittings in certain E/M items have been given in the BOQ.The contractor

shall provide items of cat part No of make/ brand as specified in sch „A‟ to the relevant bldg of

Group as specified in Para 40 above.

42 Provisional lump sum items in BOQ :- A provisional amount based on SSR has been inserted in BOQ as provisional sum. The

percentage shall be derived automatically by the system in the excel sheet BOQ based on the amount quoted against this item by the bidder. This percentage (plus/minus) shall be applied on the SSR rates for the items to be payable under provisional sum.

43 Prime cost sum :- An estimated amount based on market rates has been inserted as an item. The

percentage shall be derived automatically by the system in the excel sheet BOQ based on the amount quoted against this item by the bidder. The percentage (plus/minus) subject to 15% maximum (on plus side) shall be taken as PC sum percentage. However contractor may quote amount/ percentage below 15% over inserted amount. In case the amount/ percentage quoted by the bidder is more than 15% plus, the same shall be considered 15% plus maximum and corresponding amount will be corrected/ amended accordingly to arrive at contract sum and contractor shall have no claim on this amount.

44 YARD STICK FOR ASSESSMENT OF STAGE-WISE PROGRESS OF PAYMENT OF BLDG

(i) Stage wise yardstick %age for the buildings/structures of Schedule „A‟ Section-I shall be approved by CWE during currency of work.

(ii) Contractor shall submit yard stick for each buildings/structure mentioned in Schedule „A‟ Section-I in duplicate to GE within one month of acceptance of tender, including percentage payment to be made for each stage of the building alongwith supporting details i.e detailed estimate, stage wise abstracts etc.

(iii) There may be certain changes in yard stick percentages as submitted by the contractor while approving the yardstick for said buildings/structures due to market rates of various materials & due to policy of department of with-holding sufficient amount for later stages of the building. Contractor shall not have any claim on this account and percentage payment to be made for each stage as approved by the CWE shall be final & binding on the contractor.

(iv) Payment against lump sum buildings mentioned in Schedule „A‟ Section-I, shall be made as per approved yardstick. Payment against lump sum buildings mentioned in Schedule „A‟ Section-I shall be allowed in 3rd RAR and onwards to contractor only after yardstick for buildings are finalized. Any delay in payment of 3rd RAR on account of late submission of yard stick by the contractor to the GE shall be contractor‟s responsibility and no claim on this account shall be admissible.

(v) The cost of all the above aspects shall be included in quoted lump sum of the contractor

45 The contractor shall submit PSMB (periodical services measurement book) of all buildings duly recorded all measurement in details for finishes provided thereon. The PSMB shall be bindd and also in digital form in CD. These shall be signed by Engineer-in-charge and GE in token of their check. Performa/ pattern of PSMB shall be as given by GE. The cost of the same shall be deemed to be included in the unit rates quoted by tenderer of respective bldgs

/

CA NO. CEPZ-31/17-18 Serial Page No. 23

SCHEDULE 'A' PART-I

LIST OF WORKS &PRICES (BUILDING WORKS)

Srl No

Description of Items of Work Drg

No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6 7 8

1 Construction of block for MI room for dependent including sanitary annexe complete all as specified and as shown on drgs.

Each Block 01

2 Construction of block for other accn complete all as specified and as shown on drgs.

Each Block 01

3 Construction of block for dental section including sanitary annexe complete all as specified and as shown on drgs.

Each Block 01

4 Construction of block for parking space for MI room for dependent complete all as specified and as shown on drgs.

Each Block 01

5 Construction of Garage for „B‟ Vehs Ambulances complete all as specified and shown on drgs.

Each Block 01

6 Construction of Administration Building block (D/S) including sanitary annexe complete all as specified and shown on drgs.

Each Block 01

7 Construction of Parking space for administration block complete all as specified and shown on drgs.

Each Block 01

8 Construction of JCO‟s Mess for 16-20 JCOs including sanitary annex complete all as specified and shown on drgs.

Each Block 01

9 Construction of Single living Accn for JCOs (D/S) incl sanitary annex complete all as specified and shown on drgs.

Each Block 01

10 Construction of Scooter shed for JCOs complete all as specified and shown on drgs.

Each Block 01

CA NO. CEPZ-31/17-18 Serial Page No. 24

11 Construction of cook house for

Hav/ORs & their equivalent strength 130 pers incl sanitary annex complete all as specified and shown on drgs.

Each Block 01

12 Construction of Dining Hall for Hav/ORs & their equivalent strength 130 pers incl sanitary annex complete all as specified and shown on drgs.

Each Block 01

13 Construction of Single living accn for Hav/ORs (D/S) strength (8+122) pers incl sanitary annex complete all as specified and shown on drgs.

Each Block 01

14 Construction of Guard House & Ancillaries for Net strength 260 pers incl sanitary annex complete all as specified and shown on drgs.

Each Block 01

15 Construction of Alarm Post complete all as specified and shown on drgs.

Each Block 01

16 Construction of Flag Staff with base complete all as specified and shown on drgs.

Each Block 01

17 Construction of PCC hard standing (Flag staff with base) complete all as specified and shown on drgs.

Each Block 01

18 Construction of Storage Accn (Armories) complete all as specified and shown on drgs.

Each Block 01

19 Construction of Single living accn for Officer for 03 Nos including sanitary annex complete all as specified and shown on drgs.

Each Block 01

20 Construction of Servent Qtrs incl sanitary annex complete all as specified and shown on drgs.

Each Block 01

21 Construction of Car Garage for Single accn for Offrs complete all as specified and shown on drgs.

Each Block 01

22 Construction of Offrs Mess (Officers 16 Nos) D/S including sanitary annex complete all specified and shown on drgs.

Each Block 01

23 Construction of Servant Qtrs D/S including sanitary annex complete all as specified and shown on drgs.

Each Block 01

CA NO. CEPZ-31/17-18 Serial Page No. 25

24 Construction of Open Garage with

apron for Cars complete all as specified and shown on drgs.

Each Block 01

25 Construction of covered Accn for „B‟ Vehs complete all as specified and shown on drgs.

Each Block 01

26 Construction of Storage Accn (MT) incl sanitary annex complete all as specified and shown on drgs.

Each Block 01

27 Construction of Storage Accn complete all as specified and shown on drgs.

Each Block 01

28 Construction of Drying & Ironing shed complete all as specified and shown on drgs.

Each Block 01

29 Construction of Dhobi Ghat 1 stone per 75 men complete all as specified and shown on drgs.

Each Block 01

30 Construction of Religious Institution Hall complete all as specified and shown on drgs.

Each Block 01

31 Construction of Education Building Storage Accn including sanitary annex complete all as specified and shown on drgs.

Each Block 01

32 Construction of Incinerators complete all as specified and shown on drgs.

Each Block 01

33 Construction of Sentry Boxes complete all as specified and shown on drgs.

Each Block 01

34 Construction of Foot Ball Ground/Hockey Ground complete all as specified and shown on drgs.

Each Block 01

35 Construction of Volley Ball Ground complete all as specified and shown on drgs.

Each Block 01

36 Construction of Basket Ball Ground complete all as specified and shown on drgs.

Each Block 01

37 Construction of Parade Ground complete all as specified and shown on drgs.

Each Block 01

CA NO. CEPZ-31/17-18 Serial Page No. 26

38 Construction of Trades Men Shop

complete all as specified and shown on drgs.

Each Block 01

39 Construction of Guard Room (Night Pickets) complete all as specified and shown on drgs.

Each Block 01

40 Construction of Bty Chg Shop complete all as specified and shown on drgs.

Each Block 01

41 Construction of Single Ramp complete all as specified and shown on drgs.

Each Block 01

42 Construction of Repair bays complete all as specified and shown on drgs.

Each Block 01

43 Construction of Inspection pit complete all as specified and shown on drgs.

Each Block 01

44 Construction of Washing platform complete all as specified and shown on drgs.

Each Block 01

45 Construction of Static Water Tank 50 KL complete all as specified and shown on drgs.

Each Block 01

46 Construction of refuse bin complete all as specified and shown on drgs.

Each Block 01

47 Construction of fire point complete all as specified and shown on drgs.

Each Block 01

Total of Sch `A‟ Part I carried over to BOQ

Rs

___________________ (Signature of Contractor) Dated :

Dy Dir (Contracts) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 27

SCHEDULE 'A' PART-II

LIST OF WORKS &PRICES (INTERNAL WATER SUPPLY)

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6 7 8

1 Steel water tubing, 15mm bore, medium grade, galvanised with all fittings (ISI Marked) fixed to walls, ceiling or laid in floors concealed type, complete all as specified.

108.60 RM

415 45069.00

2 Steel water tubing, 20mm bore, medium grade, galvanised with all fittings (ISI Marked) fixed to walls, ceiling or laid in floors concealed type, complete all as specified.

142.90 RM

305 43584.50

3 Steel water tubing 25mm bore medium grade galvanized with all fittings (ISI marked), fixed complete to walls, ceiling and laid in floors, complete all as specified.

214.90 RM

160 34384.00

4 Stop valve, (ISI Marked) cast copper alloy, screwed down, high pressure with crutch or butterfly handle, screwed both ends for iron pipe or for unions of 25 mm bore and fixed, complete all as specified.

301.00 Each

16 4816.00

5 Stop valve, (ISI Marked) cast copper alloy, screwed down, high pressure with crutch or butterfly handle, screwed both ends for iron pipe or for unions of 20 mm bore and fixed, complete all as specified.

215.00 Each

32 6860.00

6 All as per item No. 5 above but 15mm bore angle cock, all as specified and directed.

150.30 Each

115 17284.50

7 Stop valve, (ISI Marked) cast copper alloy, screwed down, high pressure with crutch or butterfly handle, screwed both ends for iron pipe or for unions of 15mm bore fancy type chromium plated and fixed, complete all as specified.

162.70 Each

45 7321.50

CA NO. CEPZ-31/17-18 Serial Page No. 28

SCHEDULE 'A' PART-II

LIST OF WORKS & PRICES (INTERNAL WATER SUPPLY)

1 2 3 4 5 6 7 8

8

Bib tap, 15mm bore, cast copper alloy with crutch or butterfly handle, screwed down, screwed for iron pipe or for brass ferrule and fixed, complete all as specified.

103.00 Each

55

5665.00

9 All as per item No 8 here-in-before but fancy type chromium plated concealed type, complete all as specified

185.90 Each

9 1673.10

10 PVC connections 15mm bore size with PTMT nuts of length 450mm, all as specified

73.90 Each

160 11824.00

11 15mm bore pillar taps, cast copper alloy, with capstan heads, chromium plated screwed down high pressure, with or without lettered “Hot” or “Cold” with long screwed shanks and fly nuts, screwed for iron pipe, complete all as specified

199.70 Each

56 11183.20

12 Urinal spreader of PTMT any colour for fixing with 15mm dia pipe complete all as specified.

118.40 Each

45 5328.00

13 Brass CP mixer for mixing hot and cold water screwed down for iron pipes and fixed 15mm bore all as specified.

963.10 Each

40 38524.00

Total of Sch `A‟ Part II carried over to BOQ Rs 233536.80

____________________ (Signature of Contractor) Dated :

Dy Dir (Contracts) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 29

SCHEDULE 'A' PART-III LIST OF WORKS &PRICES

(INTERNAL ELECTRIFICATION)

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

1 Switch piano, flush button type, single pole, one way, 5/6 Amps complete all as specified.

34.30 Each

1607 55120.10

2 Switch piano flush button, single pole one way, 15 Amps, complete all as specified.

86.50 Each

145 12542.50

3 Socket outlet 2 in 1, 5 pin, 5 Amps, flush type, complete all as specified.

51.50 Each

415 21372.50

4 Socket outlet 5 in 1, 5 and 15 Amp, flush type complete all as specified.

95.20 Each

145 13804.00

5 Bell push flush type, single pole, 5/6 Amps complete all as specified.

39.00 Each

2 78.00

6 Ding dong door bell suitable for AC 230 volt, single pole, complete all as specified.

82.30 Each

2 164.60

7 Switch, flush button type, single pole, two way, 5/6 Amps, complete all as specified.

39.00 Each

2 78.00

8 Ceiling rose, 3 terminal PVC/ Polycarbonate isolated body complete all as specified.

22.80 Each

1041 23734.80

9 Steped type electronic fan regulator flush type complete all as specified and directed

219.80 Each

254 55829.20

10 Sheet metal enclosures, single pole, with two pin plug and earth plug and socket 20 Amps, 240 volts, with and including one MCB SP, 20 Amps 240 volts, complete all as specified.

878.10 Each

8 7024.80

11 Sheet metal enclosure DB, SPN, double door, 230V, 50 Hz AC, 02 ways, and complete all as specified.

233.10 Each

7 1631.70

12 Sheet metal enclosure DB, SPN, double door, 230V, 50 Hz AC, 08 ways, and complete all as specified.

1232.90 Each

21 25890.90

CA NO. CEPZ-31/17-18 Serial Page No. 30

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

13 Sheet metal enclosure DB, SPN, double door, 230V, 50 Hz AC, 12 ways, and complete all as specified.

1493.40 Each

17 25387.80

14 Sheet metal enclosures DB, TPN double door 415V, 50 Hz AC, 4 ways vertical type, complete all as specified.

2564.90 Each

1 2564.90

15 Sheet metal enclosures DB, TPN double door 415V, 50 Hz AC, 8 ways vertical type, complete all as specified.

3735.60 Each

3 11206.80

Total of Sch `A‟ Part III carried over to BOQ

Rs. 66682.10

____________________ (Signature of Contractor) Dated :

Dy Dir (Contracts) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 31

SCHEDULE 'A' PART-IV

LIST OF WORKS & PRICES (PLUMBING WORKS)

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6 7 8

1

Cast iron soil, waste and vent (spun) pipes, in any length with or without ears, with cement joints, laid in, trenches or in floors, all as specified, of 100mm bore.

691.20

RM

80

55296.00

2 Description all as per item No. 1 above but 75 mm bore pipe.

595.00 RM

225 133875.00

3 Description all as per item No. 1 above but fixed to walls.

752.20 RM

90 67698.00

4 Description all as per item No. 2 above but fixed to walls.

654.50 RM

80 52360.00

5 Cast iron soil, waste and vent (spun) pipes, in any length, with or without ears, with cement joints fixed to walls, all as specified of 50mm bore.

540.00 RM

80 43200.00

6 Cast iron bends (any radius), diminishing pieces or tapers (larger bore measured) for 100mm bore, all as specified

414.00 Each

95 39330.00

7 Description all as per Srl item No 6 above but for 75mm bore

337.10 Each

45 15169.50

8 Cast iron bends (any radius) with duck's foot or heel rest for 100mm bore pipes, all as specified.

396.30 Each

23 9114.90

9 Cast iron branch pieces, single (equal or unequal), ordinary or inverted (spigot or socket type) or with parallel branches for 100mm bore, all as specified.

295.30 Each

18 5315.40

CA NO. CEPZ-31/17-18 Serial Page No. 32

SCHEDULE 'A' PART-IV

LIST OF WORKS & PRICES (PLUMBING WORKS)

1 2 3 4 5 6 7 8

10

Description all as per item No 9 here-in-before but double branch 100mm, all as specified.

751.10 Each

32

24035.20

11 Cast iron branch pieces, single (equal or unequal), ordinary or inverted (spigot or socket type) or with parallel branches for 75mm bore, all as specified.

258.60 Each

32 8275.20

12 Cast iron cowl suitable for pipes of 50mm bore.

174.00 Each

23 4002.00

13 Cast iron cowl suitable for pipes of 75mm bore, all as specified.

221.00 Each

18 3978.00

14 Extra only over pipe fittings, if fitted with oval access doors for pipe of 100mm bore.

44.60 Each

27 1204.20

15 Extra only over pipe fittings, if fitted with oval access doors for pipe of 75mm bore.

32.90 Each

55 1809.50

16 Extra over cast iron pipes and fittings if lead joint is provided in lieu of cement joint for 100mm bore, all as specified.

353.30 Each

180 63594.00

17 Extra over cast iron pipes and fittings if lead joint is provided in lieu of cement joint for 75mm bore, all as specified.

283.10 Each

115 32556.50

18 Salt glazed stone ware gully traps

square mouthed, type 'P' 150mm x 150mm including excavation and earth work, set in PCC M-10 (Nominal mix) block measuring 45cm x 45cm and cast iron grating including jointing in cement mortar (1:1), complete all as specified.

442.50 Each

18 7965.00

CA NO. CEPZ-31/17-18 Serial Page No. 33

SCHEDULE 'A' PART-IV

LIST OF WORKS & PRICES (PLUMBING WORKS)

1 2 3 4 5 6 7 8

19 Cast Iron floor trap with dia of outlet 75mm with CI grating including jointing to waste pipe fixed in run lead complete all as specified.

481.70 Each

45 21676.50

20 Cast Iron Nahani trap with dia of outlet 75mm with CP grating including jointing to waste pipe fixed in cement concrete type PCC M-15 (Nominal Mix) complete all as specified.

502.80 Each

45 22626.00

21 Excavating in trenches in any type of soil n. exc 1.5m wide and n. exc. 1.5 m deep and getting out in any type of soil, complete all as specified.

158.85 Cum

18 2859.30

22 Removal of surplus (soil) to a distance n. exc. 50m and depositing where directed at a level n. exc. 1.5 metre above the starting point, all as specified.

96.10 Cum

7 672.70

23 Returning, filling in (soil), including spreading, leveling, watering & well ramming in layers not exceeding 25 cm, complete all as specified.

41.70 Cum

11 458.70

Total of Sch `A‟ Part IV carried over to BOQ Rs 617071.60

____________________ (Signature of Contractor) Dated :

Dy Dir (Contracts) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 34

SCHEDULE 'A' PART-V

LIST OF WORKS & PRICES (SITE CLEARANCE)

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

1 Rough excavation not exc 1.5 m deep in any type of soil and getting out complete all as specified.

77.45 Cum

103965 8052089.25

2 Surface excavation in any type of soil, n.exc 30 cm deep and averaging 15 cm deep and getting out complete as all specified

21.85 Sqm

3000 65550.00

3

Removing of excavated material n.exc 50m and depositing where directed at a level not exc. 1.50 m above the starting point complete as all specified.

96.10 Cum

67577 6494149.70

4 Removing of excavated material exc 200m and n.exc 250m & deposting where directed at a level n.exc. 1.50m above the starting point complete as all specified.

148.50 Cum

20793 3087760.50

5 Removing of excavated material exc 250m and n.exc 500m & deposting where directed at a level n.exc. 1.50m above the starting point complete as all specified.

149.40 Cum

15594 2329743.60

6 Grubbing up trees trunk exc. 30cm and n. exc. 100cm girth including cutting of trunk portion protruding over ground, digging out roots, filling holes and levelling off ground and clearing site, complete all as specified and as directed.

559.20

Each

39 21808.80

7 All as per item No. 6 here-in-before

but girth of tree exc 100 cm but not

exc 150 cm.

889.90

Each

96 85430.40

8 All as per item No. 6 here-in-before

but girth of tree exc 150 cm but not

exc 200 cm.

1005.90

Each

48 48283.20

9 All as per item No. 6 here-in-before

but girth of tree exc 200 cm but not

exc 250 cm.

1148.30

Each

21 24114.30

CA NO. CEPZ-31/17-18 Serial Page No. 35

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

10 All as per item No. 6 here-in-before

but girth of tree exc 250 cm but not

exc 300 cm.

1188.00

Each

05 5940.00

Total of Sch `A‟ Part V carried over to BOQ

Rs 20214869.75

____________________ (Signature of Contractor) Dated :

Dy Dir (Contracts) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 36

SCHEDULE 'A' PART-VI

LIST OF WORKS & PRICES (PROTECTIVE WORK)

Srl No

Description of Items of Work Drg

No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Peri

od

of

Co

mp

leti

on

Rem

ark

s

1 2 3 4 5 6- 7 8

1 Excavating in trenches, not exceeding 1.5m wide and not exceeding 1.5m in

depth, for foundation, etc. or for

shafts, wells not exceeding 10 Sqm on

plan and and not exceeding 1.5m in

depth and getting out in any type of

soil complete all as specified and directed by Engr-in-Charge.

158.85 Cum

96 15249.60

2 Excavating over area, not exc 1.5m deep in any type of soil, and getting out complete all as specified and directed by Engr-in-Charge.

106.20Sqm 4110 436482.00

3

Returning, filling in (soil) including spreading, levelling, watering and well ramming in layers not exceeding 25cm thick complete all as specified and directed by Engr-in-Charge.

41.70Cum 1320 55044.00

4 Removing of excavated material exc 50m and n.exc 100m & deposting where directed at a level n.exc. 1.50m above the starting point complete as all specified.

109.20 Cum

2600 283920.00

5 Cement concrete M-10 (Nominal mix)using 40mm graded crushed stone aggregates as in foundation, filling and mass concrete complete all as specified and directed by Engr-in-Charge.

109.20 Cum

585 63882.00

6 Walling of random rubble stone

masonry with harder stone such as

granite, basalt or trap uncoursed well

bonded, bedded and solidly hearted,

built in cement mortar (1:6) complete

all as specified and directed by Engr-

in-Charge.Note:-Contractor may

provide PCC M-15 (Nominal Mix)

bond stone in lieu of stone bond at

his discretion without any extra cost

to the Govt but with prior written

approval of GE.

1898.90 Cum

4505 8554544.50

7 Raised pointing to random rubble

walling uncoursed in cement

mortar (1:4) complete all as

specified and directed by Engr-in-

Charge.

843.00 XSqm

240 202320.00

CA NO. CEPZ-31/17-18 Serial Page No. 37

Srl No

Description of Items of Work Drg

No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Peri

od

of

Co

mp

leti

on

Rem

ark

s

1 2 3 4 5 6- 7 8

8 PCC M-15 (Nominal mix) using 20mmgraded crushed stoneaggregate as incoping benching and the like includingweathering, slightly rounded or chamferedangles as directed including necessary

formwork and finishing all exposed surfacescomplete all as specified and as directed.

4144.40 Cum

29 120187.60

9 PVC (SWR) pipe 110 mm dia low

density of pressure rating

10Kg/Sqcm fixed in retaining

wall complete all as specified and

directed by Engr-in-Charge.

232.20RM 760 176472.00

10 Hand packing (any thickness)of

broken stone or boulders, at back

of wall over arches, etc and raising

(or lowering) to the required level

complete all as specified and

directed by Engr-in-Charge..

828.50Cum 2600 2154100.00

11 Extra over random rubble stone

walling, built with lime or sand

stone for hammer dressing of face

stone and dressing of face bed and

joint with mixture depression 40

mm on face from straight edge

held against the dressed surface

complete all as specified and as

directed.

58.20 Sqm

2680 155976.00

12 GI wire netting 1.40mm dia and

20mm mesh fixed with tinned

tacks of wire staples complete all

as specified and as directed.

186.50Sqm 211 39351.50

13 Reinforced cement concrete M-25

(design mix)using 20mmgraded

crushed stoneaggregate as in

Foundations, including rafts, footings,

foundation beams; plinth beams;

bases for columns, etc.; basement

slabs,and mass concrete complete all

as specified and as directed.

3482.20

Cum

789 2747455.80

CA NO. CEPZ-31/17-18 Serial Page No. 38

Srl No

Description of Items of Work Drg

No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Peri

od

of

Co

mp

leti

on

Rem

ark

s

1 2 3 4 5 6- 7 8

14 Reinforced cement concrete M-25 (design mix)using 20mmgraded crushed

stoneaggregate as in Walls, retaining walls, basement walls, ballast walls and the like; any thickness; above top of footings; including attached pilasters and buttresses complete all as specified and as directed.

3966.50

Cum

874 3466721.00

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

134.20

Sqm

370 49654.00

16 Formwork to faces of walls, retaining walls, abutments, parapets and staircase railings and similar work including attached pillasters,buttresses, etc.; vertical or to batter,flat, rough finished surfaces of concrete complete all as specified and as directed

200.00

Sqm

4392 878400.00

17 TMT bars (Fe-500) 10mm dia and over as in reinforcement, cut to length, bent to shape required including cranking, bending spirally or hooping for columns, hooking ends and binding with and including MS wire (annealed) not less than 0.9mm dia or securing with clips complete all as specified and directed.

48.60

Kg

122285

5943051.00

18 Low density polyethylene (LDPE) pipes of pressure rating 6 kgf/sq. cm fixed in weep holes complete all as specified and directed.

96.30

Kg

585

56335.50

19 Supply only 40mmgraded crushed

stoneaggregate (Compact stack

measure) complete all as specified and

directed.

587.50

Cum

44

25850.00

Total of Sch `A‟ Part VI carried over to BOQ

Rs 25424996.50

____________________ (Signature of Contractor) Dated :

Dy Dir (Contracts) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 39

CHEDULE 'A' PART-VII LIST OF WORKS &PRICES

(ROAD, PATH AND CULVERTS)

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

R

em

ark

s

1 2 3 4 5 6- 7 8

1

Surface excavation to required camber and gradient not exceeding 30cm deep and averaging 15cm deep and getting out in any type of soil, complete all as specified and as directed.

21.85 Sqm

7830

171085.50

2 Rolling and consolidating formation surfaces with hand roller 0.2 to 0.5 tonne, including filling in soft spots, depressions, etc. which occur during rolling (for portion coming in cutting/original ground only) to required camber and gradient, etc. including watering before or during rolling, complete all as specified.

18.20 XSqm

83 1510.60

3 Excavating over areas, exc 1.5m deep and not exc 3m, getting out in any type of soil, complete all as specified.

158.85 Cum

80 12708.00

4 Removing excavated (soil) to a distance not exceeding 50m and depositing where directed at a level not exceeding 1.5metre above the starting point, complete all as specified.

96.10 Cum

190 18259.00

5 Earth filling under floor including spreading, levelling, watering and well ramming in layers not exceeding 25cm thick in any type of soil, complete all as specified.

51.70 Cum

1 51.70

6 Rolling and consolidating formation surfaces with 8 to 12 tonne power roller, including filling in soft spots, depressions, etc. which occur during rolling (for portion coming in cutting/original ground only) to required camber and gradient, etc. including watering before or during rolling, complete all as specified.

8.00 X Sqm

700 5600.00

CA NO. CEPZ-31/17-18 Serial Page No. 40

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

R

em

ark

s

1 2 3 4 5 6- 7 8

7 150 mm thick (spread thickness) soling (or sub base) with broken boulders or quarried stones of size range 100 to 50mm, deposited, spread, levelled in one layer, interstics filled, surface formed and rolled and consolidated to required gradient and camber with 8 to 12 tonne power roller, complete all as specified.

1203.60 X Sqm

700 842520.00

8 Cement concrete work in pavement /hardstanding of flexural strength 40 Kg per Sqcm in field using 400 Kg of cement per Cum, thickness of concrete 25cm or less complete all as specified and directed by Engr-in-Charge..

3761.20

Cum

1400 5265680.00

9 150mm thick cement concrete type C-2 1:3:6 (using 40mm graded aggregate.) finishing surface even and fair (without using extra cement) all as specified and directed by Engr-in-Charge.

377.70 Sqm

7000 2643900.00

10 Forming 12mm thick expansion joint filled with pre-formed bituminous filler and top 30mm primed and sealed with sealing compound grade „B‟ for 200mm thick concrete slab complete all as specified and directed by Engr-in-Charge.

1226.60 XSqm

124 152098.40

11 Forming contraction (dummy) joints, 65mm deep x 10mm wide, filled with sealing compound grade „B‟ complete all as specified and directed by Engr-in-Charge

496.90 XSqm

191 94907.90

12 Forming construction joint 30mm deep x 10mm wide, filled with sealing compound grade „B‟ complete all as specified and directed by Engr-in-Charge

248.80 XSqm

5 1244.00

13 Keyed pointing to brick wall in cement mortar 1:4, complete all as specified and as directed..

454.90 X Sqm

7

3184.30

14 Hard core of broken stones or boulders of gauge not exc 63mm, deposited, spread and levelled in layer not exc 15 cm thick, watered and rammed to a true surface complete all as specified.

895.10 Cum

80 71608.00

CA NO. CEPZ-31/17-18 Serial Page No. 41

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

R

em

ark

s

1 2 3 4 5 6- 7 8

15 75mm thick PCC M-10 type C-2

(Nominal Mix) using 40mm graded

crushed stone aggregate, as in sub

base to floors, complete all as

specified and as directed

196.50

Sqm

500 98250.00

16 75mm thick PCC M-7.5 type C-2

(Nominal Mix) using 40mm graded

crushed stone aggregate, as in sub

base to floors, complete all as

specified and as directed

176.40

Sqm

330 58212.00

17 15mm thick screed bed in CM 1:6 on concrete surface for laying floor finish complete all as specified

83.50 Sqm

330 27555.00

18 Chequered cement concrete tiles

25cm x 25cm x 25mm thick, set,

jointed and pointed in neat sement

slurry with grey cement and no

pigments complete all as specified

and as directed.

513.00

Sqm

330 169290.00

19 50mm thick sand cushion under

interlocking paver block and joint

filled by sand complete all as

specified and as directed .

678.20

Cum

25 16955.00

20 PCC M-15 (nominal mix) as in flooring 75mm thick, using 40mm graded crushed stone aggregate, complete all as specified.

233.20 Sqm

15 3498.00

21 Reinforced concrete pipes 600mm

bore, class NP-3, laid and jointed

complete with collars, including

testing complete all as specified

and and as directed .

1974.80

RM

48 94790.40

22 Machine pressed precast concrete interlocking paver block any shape and size conforming to IS 15658-2006 of 80mm thickness, M-35 grade with grey cement and pigment, complete all as specified

553.90 Sqm

500 276950.00

23 Precast cement concrete type C-1, 1:3:6 (20mm graded aggregate) set in cement mortar 1:6 as in kerb stone of size 255 x 125mm complete all as specified and directed

4303.20 Cum

10 43032.00

CA NO. CEPZ-31/17-18 Serial Page No. 42

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

R

em

ark

s

1 2 3 4 5 6- 7 8

24 PCC M-10 (Nominal Mix) using 40mm graded crushed stone aggregate as in foundation, filling and mass concrete, complete all as specified.

2579.00 Cum

42 108318.00

25 Brick work with fly ash bricks (old

size) having crushing strength not

less than 75kg/sqm, straight or

curved on plan exceeding 6m mean

radius built in cement mortar 1:4,

complete all as specified and as

directed.

2351.90 Cum

35 82316.50

26 PCC M-15 (nominal mix) as in flooring 80mm thick, using 40mm graded crushed stone aggregate, complete all as specified.

247.72 Sqm

40 9908.80

27 PCC M-15 ( Nominal mix) using 20mm graded crushed stone aggregate as in bed plates, coping, wheel guard and the like including weathering slightly rounded or chamfered angles as directed. including necessary form work, complete all as specified.

4144.40 Cum

3 12433.20

28 Rendering 15mm thick on fair faces of brick masonry in cement mortar 1:4 finishing surfaces even and smooth without using extra cement, all as specified.

127.40 Sqm

17 2165.80

29 Use and waste of form work to soffits of suspended slab such as roof slab, floor slab, landing and similar work not exceeding 200mm thick surface flat for rough finished surface of concrete, all as specified

211.50 Sqm

17 3595.50

30 Use and waste of form work to edges of concrete flats etc exceeding 10cm and n.exc.20cm wide/thick including fair finished surface, complete all as specified.

40.80 RM

66 2692.80

CA NO. CEPZ-31/17-18 Serial Page No. 43

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

R

em

ark

s

1 2 3 4 5 6- 7 8

31 TMT steel bars 10mm dia (Fe-500) and over in reinforcement, cut to length, bent to shape required including cranking, bending spirally or hooping for columns, hooking ends and including binding with MS wire(annealed) not less than 0.9mm dia all as specified and directed.

48.60 Kg

390 18954.00

32 Reinforced cement concrete M-25 (Design Mix) using 20mm graded crushed stone aggregate as in slabs supported on walls, complete all as specified.

3770.00 Cum

6 22620.00

33 Applying two coats of cement based paint over concrete or newly plastered surface including preparing new plastered surfaces, all as specified

31.70 Sqm

17 538.90

Total of Sch `A‟ Part VII carried over to BOQ

Rs 10336433.30

____________________ (Signature of Contractor) Dated :

Dy Dir (Contracts) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 44

SCHEDULE 'A' PART-VIII

LIST OF WORKS & PRICES (SEWAGE DISPOSAL)

Srl No

Description of Items of Work Drg

No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

1 Excavating in trenches not exceeding 1.5 metre wide and not exceeding 1.5 metre in depth for pipe line or for manholes not exc. 10 Sqm on plan and not exc. 1.5m in depth in any type of soil and getting out, complete all as specified.

158.85 Cum

490 77836.50

2 Returning, filling in (soil) including spreading, levelling, watering and well ramming in layers not exceeding 25cm thick in any type of soil, complete all as specified.

41.70 Cum

290 12093.00

3 Removal of excavated material (soil) to a distance not exceeding 50 metre and depositing where directed at a level not exceeding 1.5m above the starting point, complete all as specified.

96.10 Cum

196 18835.60

4 PCC type D-2, 1:4:8 (40mm graded crushed stone aggregate) as in foundation, filling and mass concrete, all as specified

2303.30 Cum

13 29942.90

5 Brick work with fly ash bricks (old size) having crushing strength not less than 75kg/sqcm, straight or curved on plan exceeding 6m mean radius built in cement mortar 1:4, complete all as specified.

2351.90 Cum

60 141114.00

6 Rendering 15mm thick on fair faces of brick surfaces in cement mortar 1:4 finished even and smooth without using extra cement including mixing of liquid water proofing admixture in the proportion as mentioned in manufacturer's instructions, complete all as specified. (Water Proofing Admixture to be measured & paid for separately as supply only)

127.40 Sqm

125 15925.00

7 Rendering 15mm thick on other than fair faces of brick surfaces in cement mortar 1:4 finished even and smooth without using extra cement including mixing of liquid water proofing admixture in the proportion as mentioned in manufacturer's instructions, complete all as specified. (Water Proofing Admixture to be measured & paid for separately as supply only)

147.30 Sqm

35 5155.50

CA NO. CEPZ-31/17-18 Serial Page No. 45

Srl No

Description of Items of Work Drg

No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

8 Supply only water proofing compound, all as specified

35.30 Kg

14 494.20

9 Reinforced concrete pipes, Class NP-3, 150mm dia and jointed complete with collars laid on concrete bed as indicated and making joints and testing as specified and directed

324.50 RM

898 291401.00

10 All as per item No. 9 here-in before but 100mm bore complete all as specified and directed

271.30 RM

110 29843.00

11 Cement concrete M-15(Nominal mix) type B-1 using 20mm graded crushed stone aggregate as in coping, benching and the like including weathering, slightly rounded or chamfered angles as directed including necessary form work and finishing all exposed surfaces, complete, all as specified.

4144.40 Cum

3.5 14505.40

12 Extra for forming fair finished drain or channel 30 cm inner girth in cement concrete using extra cement, including forms, moulds, mitred/stopped ends etc, complete all as specified

14.90 RM

33 491.70

13 Precast cement concrete (RCC) 1:2:4 type B-1 (20mm graded crushed stone aggregate) set in CM 1:6 as in cover slabs (for manholes, drains etc) with plain fair faces all as specified

4820.00 Cum

3 14460.00

14 TMT bars (Fe-500) 6 to 8mm dia in reinforcement, cut to length, bent to shape required including cranking, bending spirally or hooping for columns, hooking ends and binding with and including MS wire (annealed not less than 0.9mm dia) all as specified and directed.

49.10 KG

450 22095.00

15 All as per the description of srl item No. 14 here-in-before but 5mm dia and over upto and including 10mm dia in stirrups, spacers and binders

49.70 KG

32 1590.40

16 MS framed work such as grills, gratings etc with ends of bars shouldered and/or riveted or forged into spikes framed guard bars, barred iron door ladders framed balusters, walk way, railings, frame work of water tanks and similar work conforming to Fe-290 Gde E-165, all as specified

87.10 Kg

1700 148070.00

CA NO. CEPZ-31/17-18 Serial Page No. 46

Srl No

Description of Items of Work Drg

No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

17 Concrete bed to 150mm bore drain pipes

including packing under and haunching

against the sides of pipes after they are

laid and tested, in cement concrete M-

7.5(Nominal mix) type D-2 using 40mm

graded crushed stone aggregate

complete all as specified as shown on

drgs and as directed.

177.20

RM

751 133077.20

18 Concrete bed to 100mm bore drain pipes

including packing under and haunching

against the sides of pipes after they are

laid and tested, in cement concrete M-

7.5(Nominal mix) type D-2 using 40mm

graded crushed stone aggregate

complete all as specified as shown on

drgs and as directed.

NOTE FOR ITEM NO 18 & 19 :-

(i) Thickness of bed below the barrel of

pipe shall be 100mm and width of bed

shall be 300mm plus of outer dia meter of

drain pipe (not of socket/collars).

(ii) Unit rate includes necessary

shuttering/form work as required.

149.20

RM

90 13428.00

19 Sand cushion under under floor complete

all as specified and as directed.

678.20

Cum

5 3391.00

20 Use and waste of form work to soffits of

suspended slabs such as roof slab, floor

slab, landing and similar work not

exceeding 200mm thick surface flat for

fair finished surface of concrete complete

all as specified and as directed.

211.50

SQM

10 2115.00

21 Use and waste of form work to edges of

concrete flats of roofs and similar work

exceeding 5cm and n.exc.10cm thick,

including fair finished surface complete all

as specified and as directed.

19.50RM 42 819.00

22 Reinforced cement concrete M-25

(Design Mix) using 20mm graded crushed

stone aggregate as in slabs supported on

walls, complete all as specified.

3770.00Cu

m

3 11310.00

CA NO. CEPZ-31/17-18 Serial Page No. 47

Srl No

Description of Items of Work Drg

No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

23 Construction of septic tank for 25 users

(Fly Ash Brick construction), complete all

as specified and shown on drawings.

80000.00 Each

3 240000.00

24 Construction of septic tank for 50 users

(Fly Ash Brick construction), complete all

as specified and shown on drawings.

85000.00 Each

1 85000.00

25 Construction of septic tank for 100 users

(Fly Ash Brick construction), complete all

as specified and shown on drawings.

175000.00 Each

1 175000.00

26 Construction of septic tank for 150 users

(Fly Ash Brick construction), complete all

as specified and shown on drawings.

190000.00 Each

1 190000.00

27 Construction of Soakage well 3.0 m dia and 4.5 m deep below(Fly Ash Brick construction) inlet pipe level (depth from ground level to below the inlet pipe 45 cm) complete all as specified and shown on drawings

91600.00 Each

7 641200.00

Total of Sch `A‟ Part - VIII carried over to BOQ

Rs 2319193.40

____________________ (Signature of Contractor) Dated :

Dy Dir (Contracts) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 48

SCHEDULE 'A' PART-IX

LIST OF WORKS & PRICES (AREA DRAINAGE)

Srl No

Description of Items of Work Drg

No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

1 Excavating in trenches not exc. 1.5 metre wide and not exc. 1.5 metre in depth and getting out in any type of soil complete all as specified.

158.85 Cum

1349 214288.65

2 Returning, filling in (soil) including spreading, levelling, watering and well ramming in layers not exceeding 25cm thick complete all as specified and directed by Engr-in-Charge.

41.70 Cum

89 3711.30

3 Removing of excavated material exc 50m and n.exc 100m & deposting where directed at a level n.exc. 1.50m above the starting point complete as all specified.

109.20

Cum

1125 122850.00

4 PCC M-10 (Nominal mix) using 40mm graded crushed stone aggregate, as in surface channel and drains complete all as specified.

2648.80 Cum

115 304612.00

5 Walling of random rubble stone masonry with harder stone such as granite, basalt or trap uncoursed well bonded, bedded and solidly hearted, built in cement mortar (1:4) complete all as specified. Note:- Contractor may provide PCC M-20 (Nominal Mix) bond stone in lieu of stone bond at his discretion without any extra cost to the Govt, but with prior approval of GE in writing.

2106.70

Cum

405 853213.50

6 Brick work with fly ash bricks (old size) having crushing strength not less than 75kg/sqm, straight or curved on plan exceeding 6m mean radius built in cement mortar 1:4, complete all as specified and as directed.

2351.90 Cum

145 341025.50

7 15mm thick rendering on stone

masonory surfaces, in cement

mortar (1:4), finished even and

smooth without using extra cement

complete all as specifiedand

directed by Engr-in-Charge.

147.30 Sqm

1925 283552.50

CA NO. CEPZ-31/17-18 Serial Page No. 49

Srl No

Description of Items of Work Drg

No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

8 Extra for forming fair finished drain or channel 30cm inner girth in cement concrete using extra cement including forms, moulds, mitred/stopped ends etc complete all as specified. (inner girth shall only be measured)

14.90 RM

1180 17582.00

9 TMT bars (Fe-500) 5mm dia and over upto and including 10mm dia as in reinforcement, stirrups, spacers and binders, cut to length, bent to shape required including cranking, bending spirally or hooping for columns, hooking ends and binding with and including MS wire (annealed not less than 0.9mm dia) all as specified and directed.

49.10 KG

650 31915.00

10 Precast reinforced cement concrete

M-25 (design mix) using 20mm

graded crushed stone aggregate as

in cover slab including necessary

form work and setting in cement

mortar 1:4 complete all as specified

and directed by Engr-in-Charge.

4817.60 Cum

10 48176.00

11 Cement concrete M-15(Nominal mix) type B-1 using 20mm graded crushed stone aggregate as in coping, benching and the like including weathering, slightly rounded or chamfered angles as directed including necessary form work and finishing all exposed surfaces, complete, all as specified.

4144.40 Cum

50 207220.00

12 PCC type D-2, 1:4:8 (40mm graded crushed stone aggregate) as in foundation, filling and mass concrete, all as specified.

2303.30 Cum

132 304035.60

13 PCC M-15 type B-1 (Nominal Mix)

using 20mm graded crushed stone

aggregate, as in surface channel,

complete all as specified and as

directed.

3087.20

Cum

23 71005.60

Total of Sch `A‟ Part IX carried over to BOQ

Rs 2803187.65

____________________ (Signature of Contractor) Dated :

Dy Dir (Contracts) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 50

SCHEDULE „A‟: PART-X

LIST OF WORKS AND PRICES

(COMPOUND WALL/FENCING AND GATE)

Srl

No

Description of Items of Work Drg

No

Unit Rate

Rs P

Approx No

of units reqd

Amount

Rs P.

Pe

riod

of

Co

mp

letion

Re

ma

rks

1 2 3 4 5 6- 7 8

1 Excavating in trenches not exc 1.5 m wide

and not exc 1.5m deep in any type of soil

and getting out complete all as specified

and directed.

158.85

Cum

212 33676.20

2 Excavating in post holes (or similar holes)

each n exc 0.5 cum in any type of soil,

getting out, returning, filling in and ramming

earth or broken rubble mixed with earth

around, in layers not exceeding 25 cm,

complete all as specified and directed.

96.20

Each

463 44540.60

3 Returning, filling in (soil) including

spreading levelling, watering and well

ramming in layers not exc 25cm thick in any

type of soil complete all as specified and

directed.

41.70

Cum

60 2502.00

4 Removal of excavated soil to a distance not

exc 50m and depositing where directed at a

level not exc 1.5 m above the starting point

complete all as specified and directed.

96.10

Cum

104 9994.40

5 Cement concrete M-10 (nominal mix) using

40mm graded crushed stone aggregates in

foundation, filling and mass concrete

complete all as specified and directed.

2579.00

Cum

48 123792.00

6 Brick work with fly ash bricks (old size)

having crushing strength not less than

75kg/sqm, straight or curved on plan

exceeding 6m mean radius built in cement

mortar 1:4, complete all as specified and as

directed.

2351.90

Cum

255 599734.50

7 15mm thick rendering on fair finished brick

surface or concrete surfaces in cement

mortar 1:4, finished even and smooth

without using extra cement complete all as

specified and directed.

127.40

Sqm

950 121030.00

CA NO. CEPZ-31/17-18 Serial Page No. 51

Srl

No

Description of Items of Work Drg

No

Unit Rate

Rs P

Approx No

of units reqd

Amount

Rs P.

Pe

riod

of

Co

mp

letion

Re

ma

rks

1 2 3 4 5 6- 7 8

8 10mm thick rendering on fair faces of brick

work or concrete surfaces in cement mortar

1:4, finished even and smooth without

using extra cement complete all as

specified and directed.

103.60

Sqm

58 6008.80

9 15mm thick rendering on other than fair

finished brick surface or concrete surfaces

in cement mortar 1:4, finished even and

smooth without using extra cement

complete all as specified and directed.

147.30

Sqm

740 109002.00

10 Galvanised 2 strand ,steel barbed wire

2.24mm dia, barbed wire 2mm dia barbs at

75mm spacings and straining and fixing to

any type of standard rails, straining bolts

including securing or typing at crossing with

and provision of GI mild steel wire staples

or steel pins etc complete all as specified

and directed. (each line wire to be

measured).

810.00

100RM

244 222040.00

11 Mild steel work as in posts and struts or Y-

horn in fencing including cutting tops to

shape as directed, drilling holes, notching

for wire etc including all necessary drilling,

bolting or riveting etc and similar work

conforming to Fe-290 Gde E-165 and

including applying red oxide primer after

preparation of surfaces at contractor's

workshop . Unit rate is also included for

locking holes after fixing of barbed wire and

welding to bend portion complete all as

specified and directed.

70.30

Kg

13900 977170.00

12 Two coats of synthetic enamel paint over a

coat of red oxide primer including

preparation of new steel surfaces complete

all as specified and directed.

58.20

Sqm

775 45105.00

13 Preparing new plastered surfaces of walls

and applying two coats of cement base

paint complete all as specified and

directed.

31.70

Sqm

1700 53890.00

CA NO. CEPZ-31/17-18 Serial Page No. 52

Srl

No

Description of Items of Work Drg

No

Unit Rate

Rs P

Approx No

of units reqd

Amount

Rs P.

Pe

riod

of

Co

mp

letion

Re

ma

rks

1 2 3 4 5 6- 7 8

14 Reinforced cement concrete M-25 (Design

mix) using 20mm graded crushed stone

aggregates as in foundations including

rafts, footings, foundation beams, plinth

beams for columns etc and mass concrete

complete all as specified and directed.

3482.20

Cum

7 24375.40

15 Cement concrete M-15(Nominal mix) type B-1 using 20mm graded crushed stone aggregate as in coping, benching and the like including weathering, slightly rounded or chamfered angles as directed including necessary form work and finishing all exposed surfaces, complete, all as specified.

4144.40 Cum

10 41444.00

16 Reinforced cement concrete M-25 (Design

mix) using 20mm graded crushed stone

aggregates as in columns, pillars, piers,

post and struts complete all as specified

and directed

4159.00

Cum

14 58226.00

17 20mm thick Granite (of any type) tiles

machine cut, in skirting/ dado laid over

cement screed and jointed with grey

cement slurry, and pointed with white

cement with admixture of pigment to match

the shade of granite stone including

grinding and polishing including 20mm thick

plaster in CM 1:3 on concrete surface

complete all as specified and directed.

2135.90

Sqm

76 162328.40

18 Formwork to sides of concrete foundations,

footings, bases of columns, raft and raft

beams, sides and soffits of foundation and

plinth beams; and similar works; vertical or

to batter for rough finished flat surfaces

complete all as specified and directed.

134.20

Sqm

21 2818.20

19 Form work to sides of pillars, posts, struts,

piers, columns and stanchions for rough

finished flat surfaces of concrete complete

all as specified and directed.

241.10

Sqm

110 26521.00

CA NO. CEPZ-31/17-18 Serial Page No. 53

Srl

No

Description of Items of Work Drg

No

Unit Rate

Rs P

Approx No

of units reqd

Amount

Rs P.

Pe

riod

of

Co

mp

letion

Re

ma

rks

1 2 3 4 5 6- 7 8

20 TMT bars (Fe 500), 10mm dia and over, in

reinforcement, cut to length, bent to shape

required including cranking, bending

spirally or hooping for columns, hooking

ends and binding with and including MS

wire (annealed not less than 0.9mm dia) all

as specified and directed.

48.60

Kg

968 47044.80

21 All as per Srl item No 20 here-in-before but

8mm dia and over upto and including

10mm dia as in stirrups, spacers, binders.

49.70

Kg

500 24850.00

22 Mild steel framed work for ornamental and

intricate design such as in grills, gratings

etc with ends of bars shouldered and or

riveted or forged into spikes, framed guard

bars, barred iron doors, ladders, framed

balusters, walk ways, railings, frame work

of water tanks and similar work conforming

to Fe-290 Gde E-165 complete all as

specified and directed

99.70

Kg

2850 284145.00

23 Mild steel, plain, black sheet 1.6mm thick 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

5 3487.50

24 Framed work as in doors or gates of angle

or other section 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 and hinges or

steel hanging door fittings (exclusive of

steel sheeting or other covering, running

rails and guides) and hanging; also

fastening and fixing complete conforming to

Fe-410 Gde E-250 quality „A‟ complete all

as specified and directed.

59.20

Kg

2900 171680.00

CA NO. CEPZ-31/17-18 Serial Page No. 54

Srl

No

Description of Items of Work Drg

No

Unit Rate

Rs P

Approx No

of units reqd

Amount

Rs P.

Pe

riod

of

Co

mp

letion

Re

ma

rks

1 2 3 4 5 6- 7 8

25 Mild steel screw bolts 5mm to 10mm dia of

neck (machine made) with hexagonal or

square heads at one end and screwed the

other, or screwed both ends, each screwed

end to be fitted with washers and one

hexagonal or square nut, exc 5cm but not

exc 10cm long complete all as specified

and directed

89.50

Kg

97 8681.50

26

Supply only 25 mm bore, Steel water tubing, medium grade, galvanized ,complete all as specified.

184.50 RM

1 184.50

27 Supply only 20 mm bore, Steel water tubing, medium grade, galvanized ,complete all as specified.

116.30 RM

31 3605.30

Total of Schedule 'A' Part- X Carried

Over to BOQ.

Rs. 3207877.10

(Signature of the Contractor) Dated : Dy Dir (Contracts)

for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 55

SCHEDULE 'A' PART-XI

LIST OF WORKS & PRICES (EXTERNAL WATER SUPPLY& HOT WATER SUPPLY)

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

1 Excavation in trenches in any type of soil not exceeding 1.5mtr wide and 1.5mtr in depth for laying of pipe line and getting out complete all as specified.

158.85 Cum

1001 159008.85

2 Returning, filling in (soil), including spreading, levelling, watering and well ramming in layers not exc. 25cm thick, complete all as specified.

41.70 Cum

883 36821.10

3 Removing excavated materials (soil) to a distance not exc. 50 metre and depositing where directed at a level n.exc 1.5m above the starting point, complete all as specified.

96.10 Cum

118 11339.80

4 Bib tap, cast copper alloy with crutch

or butterfly handle screwed down,

screwed for iron pipe or for brass

ferrule and fixed of size 15 mm bore

complete all as specified and as

directed .

162.70

Each

10 1627.00

5. Rotational moulded polyethylene

water storage tanks (Three layers)

(cylindrical vertical with closed top)

hoisted and fixed in position all as

specified in SSR Part-I, 1000 ltrs

capacity including ball valve brass

with float of 20/25mm dia complete

including inlet and outlet connections

complete all as specified and as

directed.

4401.90Each 5

22009.50

Total of Sch `A‟ Part XI carried over to BOQ

Rs 230806.25

__________________ (Signature of Contractor) Dated :

Dy Dir (Contracts) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 56

SCHEDULE 'A' PART-XII

LIST OF WORKS & PRICES (EXTERNAL ELECTRIC SUPPLY& SHIFTING/RE-ROUTING OF HT LINE)

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No

of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

R

em

ark

s

1 2 3 4 5 6- 7 8

1. Excavating in trenches in any type of soil not exc. 1.5 mtr wide and not exc. 1.5 mtr in depth for foundation poles, stays, laying of cables etc for shaft, wells, cesspits, manholes, pier holes, etc not exc. 10 Sqm on plan and getting out, complete all as specified.

158.85 Cum

1444 229379.40

2. All as per item No 1 here-in-before but depth exceeding 1.5m and not exc 3m, complete all as specified.

206.55 Cum

8 1652.40

3. Returning, filling in (soil), including spreading, levelling, watering and well ramming in layers not exc. 25cm thick, complete all as specified.

41.70 Cum

1076

44869.20

4. Removing excavated material (soil) to a distance not exceeding 50m and depositing where directed at a level not exc. 1.5m above the starting point, complete all as specified.

96.10 Cum

370 35557.00

5. Sand cushioning for underground cable 8cm before laying the cable and 15cm after laying and stretching the cable, complete all as specified.

646.30 Cum

307 198414.10

6. Fly ash bricks, old size brick, laid dry, flat, transversally along the length of cable on sand cushioning, width equal to the length of the brick, complete all as specified.

6.00 Each

30932 185592.00

7. PCC M-7.5 (Nominal mix) , type D-2, using 40mm graded crushed stone aggregates as in foundations, filling and mass concrete for foundation concrete in poles, complete all as specified.

2303.30 Cum

35 80615.50

8. PCC M-10 (Nominal mix) , type C-2, using 40mm graded crushed stone aggregates as in foundations, filling and mass concrete for foundation concrete in poles, complete all as specified.

2579.00 Cum

15 38685.00

9. PCC M-15 (Nominal mix) , type B-1, using 20mm graded crushed stone aggregates as in steps, bed plates and coping etc including necessary form work, complete all as specified.

4144.40 Cum

11 45588.40

CA NO. CEPZ-31/17-18 Serial Page No. 57

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No

of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

R

em

ark

s

1 2 3 4 5 6- 7 8

10. Air break gang operated switch with 15 Nos insulators outdoor type, triple pole, mechanically operated, suitable for vertical installation, single break, provided with locking arrangement, consisting of MS Channel, HT post type insulator copper alloy, high pressure, assembly drop out fuses, operating rod 25mm dia GI pipe, medium grade for operating from 1.2 m above GL complete including drop out fuses upto 60 amps conforming to IS-9921, rated voltage 11 KV and for current rating 400 Amp all as specified

9257.00 Each

6 55542.00

11. Lightning arrestor (set of three) HT metal oxide surge arrester polymeric type complete with all fittings suitable for 11KV OH line and rupturing cap 65KA complete all as specified conforming to IEC-600994-2001.

4613.00 Per Set

5 23065.00

12. Cross arms, bracings, supports, clamps and back plates fabricated from structural steel sections including nuts, bolts, washers, welding, bending cold or hot, drilling holes for bolts, in any shape or size as indicated and including applying two coats of aluminium paint over one coat of primer including preparation of surfaces, all as specified.

8584.00 Qtl

3.5 30044.00

13. Supply and erecting in true vertical or to be planed as strut, steel tubular swaged welded pole complete with MS base plate final taper plug, bolt, nuts & screw, 6mm thick of size 300mmx300mm welded at the centre of the pole, type 410 SP-31(09 Mtr long) including drilling of holes of required size and nuts for fixing of cross arms, painting with coat of red oxide zinc chrome primer and two coats of aluminium paint on exposed surfaces and two coats of black bituminous paint for portion embedded in concrete, painting three black and three white bands at lower portion of pole each of 300mm height at 300mm spacing complete all as specified.

7891.70 Each

50 394585.00

CA NO. CEPZ-31/17-18 Serial Page No. 58

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No

of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

R

em

ark

s

1 2 3 4 5 6- 7 8

14. Supply and erecting in true vertical or to be planned as strut, steel tubular swaged welded pole complete with MS base plate final taper plug, bolt, nuts & screw, 6mm thick of size 300mmx300mm welded at the centre of the pole, type 410 SP-55 (11 Mtr long) including drilling of holes of required size and nuts for fixing of cross arms, painting with coat of red oxide zinc chrome primer and two coats of aluminium paint on exposed surfaces and two coats of black bituminous paint for portion embedded in concrete, painting three black and three white bands at lower portion of pole each of 300mm height at 300mm spacing complete all as specified.

11352.40 Each

2 22704.80

15. Stay assemblies complete with accessories as shown in electrical plate No 1 using stay rod of 20 mm dia, galvanised stay strand wire 7/4mm dia (loop type insulator, excavation and earth work and concrete shall be measured and paid separately) complete all as specified.

834.00 Each

8 6672.00

16. Loop type insulator, vitreous porcelain, white, or brown or green large size with overall dimensions 90x140mm, clearance of hole 25.5mm complete all as specified and as directed.

45.00 Each

8 360.00

17. Pin type, porcelain, vitreous, white, brown and green insulator including one galvansied mild steel spindle, two galvanised iron washers and one galvanised iron nut 150mm hight, 150mm dia for 11000 volts grade complete all as specified and as directed .

190 Each

9 1710.00

18. Disc type insulator, porcelain, vitreous, 145mm high and 255mm dia ball and socket type white, brown or green, two- in- series assembly for tension with tension clamps for conductors working pressure 11000 volts complete all as specified and as directed .

877.00 Each

12 10524.00

19. Steel water tubing light grade of dia 50mm galvanized with all fittings and fixed complete to walls and ceiling or laid in floors, complete all as specified

390.00 RM

275 107250.00

20. Steel water tubing light grade of dia 80mm galvanized with all fittings and fixed complete to walls and ceiling or laid in floors, complete all as specified.

536.50 RM

130 69745.00

Total of Sch `A‟ Part XII carried over to BOQ Rs 1582554.80

____________________ (Signature of Contractor) Dated :

Dy Dir (Contracts) for Accepting Officer

3.00

CA NO. CEPZ-31/17-18 Serial Page No. 59

SCHEDULE 'A' PART-XIII

LIST OF WORKS & PRICES (SUMMER APPLIANCES, LIGHTNING PROTECTION & STAND BY POWER SUPPLY)

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

1 Excavating in trenches in any type of soil not exc. 1.5 mtr wide and not exc. 1.5 mtr in depth for foundation poles, stays, laying of cables etc for shaft, wells, cesspits, manholes, pier holes, etc not exc. 10 Sqm on plan and getting out, complete all as specified.

158.85 Cum

30 4765.50

2 Returning, filling in (soil), including spreading, levelling, watering and well ramming in layers not exc. 25cm thick, complete all as specified.

41.70 Cum

19 792.30

3 Removing excavated material (soil) to a distance not exceeding 50m and depositing where directed at a level not exc. 1.5m above the starting point, complete all as specified.

96.10 Cum

11 1057.10

4 Sand cushioning for underground cable 8cm before laying the cable and 15cm after laying and stretching the cable, complete all as specified.

646.30 Cum

9 5816.70

5 Fly ash bricks, old size brick, laid dry, flat, transversally along the length of cable on sand cushioning, width equal to the length of the brick, complete all as specified.

6.00 Each

864 5184.00

6 Single pointed, air termination, aluminium rod 12mm dia 300 mm long including nuts & bolts for fixing air termination rod to pole/ pipe duly insulated by providing appropriate insulator, complete all as specified.

136.80 Each

12 1641.60

7 Test point terminal block made out of gun metal or phosphourus bronze size 75 x 75 x 25mm drilled and screwed including 3 Nos, 8mm long hex. Head screws and washers, complete all as specified.

582.60 Each

2 1165.20

8 Aluminium strip 25x3mm as roof conductor or down conductor or along the pole/pipe complete with saddles/ insulators made out of porcelain or fibre and fixing screws, complete all as specified.

52.90 RM

92 4866.80

9 Steel water tubing light grade of dia 80mm galvanized with all fittings and fixed complete to walls and ceiling or laid in floors, complete all as specified.

536.50 RM

12 6438.00

Total of Sch `A‟ Part XIII carried over to BOQ

Rs 31727.20

____________________ (Signature of Contractor) Dated :

Dy Dir (Contracts) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 60

SCHEDULE 'A' PART-XIV LIST OF WORKS & PRICES

(DISMANTLING / DEMOLITION OF BLDGS)

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

1 Dismantling of Bldg No M-1 upto & including foundation including connected B/R & E/M services and making good the disturbed surfaces to the satisfaction of GE

42900.00 Each

1 42900.00

2 All as per srl item no 01 above but building no M-2.

42900.00 Each

1 42900.00

3 All as per srl item no 01 above but building no T-56

11187.00 Each

1 11187.00

4 All as per srl item no 01 above but building no M-3-4

42469.00 Each

1 42469.00

5 All as per srl item no 01 above but building no P-54/C.

7670.00 Each

1 7670.00

6 All as per srl item no 01 above but building no M-5-6.

30937.00 Each

1 30937.00

7 All as per srl item no 01 above but building no P-59/BC.

10890.00 Each

1 10890.00

8 All as per srl item no 01 above but building no M-7-8.

80306.00 Each

1 80306.00

9 All as per srl item no 01 above but building no M-9-10

80306.00 Each

1 80306.00

10 All as per srl item no 01 above but building no M-11-12..

80306.00 Each

1 80306.00

11 All as per srl item no 01 above but building no M-13-14

80306.00 Each

1 80306.00

12 All as per srl item no 01 above but building no M-27

6783.00 Each

1 6783.00

13 All as per srl item no 01 above but building no M-28

6783.00 Each

1 6783.00

14 All as per srl item no 01 above but building no JCOs toilet.

12974.00 Each

1 12974.00

15 All as per srl item no 01 above but building no JCOs bathroom

13173.00 Each

1 13173.00

16 All as per srl item no 01 above but building no 8-14A(CH)

25448.00 Each

1 25448.00

17 All as per srl item no 01 above but building no M-8-14A(DH)

40160.00 Each

1 40160.00

18 All as per srl item no 01 above but building no M-15.

20287.00 Each

1 20287.00

19 All as per srl item no 01 above but building no M-16.

25445.00 Each

1 25445.00

20 All as per srl item no 01 above but building no M-15A.

10510.00 Each

1 10510.00

21 All as per srl item no 01 above but building no T-57

9167.00 Each

1 9167.00

22 All as per srl item no 01 above but building no P-55/B

2716.00 Each

1 2716.00

23 All as per srl item no 01 here-in-before but building no M-15CD.

5570.00 Each

1 5570.00

CA NO. CEPZ-31/17-18 Serial Page No. 61

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

24 All as per srl item no 01 here-in-before but building no T-58

6892.00 Each

1 6892.00

25 All as per srl item no 01 here-in-before but building no 15.

22774.00 Each

1 22774.00

26 All as per srl item no 01 here-in-before but building no 15A.

13728.00 Each

1 13728.00

27 All as per srl item no 01 here-in-before but building no 15/BC

9000.00 Each

1 9000.00

28 All as per srl item no 01 here-in-before but building no M-1-2..

101411.00 Each

1 101411.00

29 All as per srl item no 01 here-in-before but building no M-3-4

101411.00 Each

1 101411.00

30 All as per srl item no 01 here-in-before but building no 16/BC

9000.00 Each

1 9000.00

31 All as per srl item no 01 here-in-before but building no P-33/B near M-3-4

7000.00 Each

1 7000.00

32 All as per srl item no 01 here-in-before but building no M-6-7

101652.00 Each

1 101652.00

33 All as per srl item no 01 here-in-before but building no 18/BC

6000.00 Each

1 6000.00

34 All as per srl item no 01 here-in-before but building no P-29/C near M-5-6)

16300.00 Each

1 16300.00

35 All as per srl item no 01 here-in-before but building no M-18

33950.00 Each

1 33950.00

36 All as per srl item no 01 here-in-before but building no M-7-8.

101416.00 Each

1 101416.00

37 All as per srl item no 01 here-in-before but building no P-27/C

11200.00 Each

1 11200.00

38 All as per srl item no 01 here-in-before but building no M-9-10.

42469.00 Each

1 42469.00

39 All as per srl item no 01 here-in-before but building no P/32/BC

9300.00 Each

1 9300.00

40 All as per srl item no 01 here-in-before but building no M-11-12

42469.00 Each

1 42469.00

41 All as per srl item no 01 here-in-before but building no P-26/B

7800.00 Each

1 7800.00

42 All as per srl item no 01 here-in-before but building no P-20/BC

6000.00 Each

1 6000.00

43 All as per srl item no 01 here-in-before but building no M-13-14

42469.00 Each

1 42469.00

44 All as per srl item no 01 here-in-before but building no M-16

33950.00 Each

1 33950.00

45 All as per srl item no 01 here-in-before but building no 17/BC

6500.00 Each

1 6500.00

46 All as per srl item no 01 here-in-before but building no P-21/BC

7000.00 Each

1 7000.00

47 All as per srl item no 01 here-in-before but building no P-30/B

7800.00 Each

1 7800.00

48 All as per srl item no 01 here-in-before but building no M-21

98161.00 Each

1 98161.00

CA NO. CEPZ-31/17-18 Serial Page No. 62

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

49 All as per srl item no 01 here-in-before but building no P-22/C

6611.00 Each

1 6611.00

50 All as per srl item no 01 here-in-before but building no M-21

98161.00 Each

1 98161.00

51 All as per srl item no 01 here-in-before but retaining wall near building no M-7-8 & M-9-10.

78836.00 Each

1 78836.00

52 All as per srl item no 01 here-in-before but angle iron post near building no M-13-14.

2137.00 Each

1 2137.00

53 Dismantling steel poles/ struts any

size including dismantling PCC,

coping and foundation complete.

209.00 Each

25 5225.00

54 Dismantling cross-arms of MS

channel or angle sections etc.

complete and setting aside for re-use

with in 50m complete all as directed.

31.00 Kg

250 7750.00

55 Dismantling insulators any type, any

size complete.

16.00 Each

30 480.00

56 Dismantling stay assembly complete. 65.00 Per set

12 780.00

57 Dismantling earth wire, cradle,

service feeder or distributor span

complete.

65.00 Qtl

2 130.00

58 Dismantling of aluminum conductor

steel reinforced on HT line on HT

poles including binding wire,

aluminum tapes etc jumpers and

connections complete.

82.00 Qtl

3.50 287.00

59 Demolition cement concrete of any

description and in any position not

otherwise specifically provided for or

stone or brick masonry built in cement

mortar complete .

417.80 Cum

2 835.60

60 Taking out old Unserviceable LT cable

XLPE insulated, screened PVC bedded

galvanised steel strip or wire armoured,

electric power cables (Heavy duty) with

aluminum conductor, 1100 volts grade,

any core, any type, complete laid in

trenchers, duct, passing through pipe

fixed to poles including taking out bricks

covering complete.

30.00 RM

230 6900.00

CA NO. CEPZ-31/17-18 Serial Page No. 63

Srl No

Description of Items of Work Drg No

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

61 Dismantling air break gang operated

switches vertical/horizontal mounted

including insulators and operating

mechanism without damaging the

components and insulators etc. and

carrying to MES store for re-use

complete.

182.00 Each

2 364.00

62 Taking down steel water tubing 50

mm bore including all fitting and

connections complete all as specified

and directed.

25.00 RM

180 4500.00

63 Taking down steel water tubing 40

mm bore including all fitting and

connections complete all as specified

and directed.

20.00 RM

150 3000.00

64 Taking down steel water tubing 25

mm bore including all fitting and

connections complete all as specified

and directed.

15.00 RM

350 5250.00

65 Dismantling unserviceable gate valve

50 mm dia complete all as directed.

40.00 Each

1 40.00

66 Dismantling unserviceable gate valve

40 mm dia complete all as directed.

30.00 Each

2 60.00

Total of Sch `A‟ Part XIV carried over to BOQ

Rs 1756191.60

_______________ (Signature of Contractor)

Dy Dir (Contracts) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 64

SCHEDULE 'A' PART-XV

LIST OF WORKS & PRICES (SCHEDULE OF CREDIT)

Srl No

Description of Items of Work

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

1 Credit for building of

building NoM-1

Each 81599.00 1 81599.00

2 Credit for Building No.M-2 Each 81599.00 1 81599.00

3 Credit for Building No. T-56 Each 24871.00 1 24871.00

4 Credit for Building No.M -3-

4

Each 128702.00 1 128702.00

5 Credit for Building No. P-

54/C

Each 17445.00 1 17445.00

6 Credit for Building No. M-

5-6

Each 138439.00 1 138439.00

7 Credit for Building No.P-

59/BC

Each 23446.00 1 23446.00

8 Credit for Building No. M-7-

8

Each 138733.00 1 138733.00

9 Credit for Building No. M-9-

10

Each 138733.00 1 138733.00

10 Credit for Building No. M-

11-12

Each 138733.00 1 138733.00

11 Credit for Building No. M-

13-14

Each 138733.00 1 138733.00

12 Credit for Building No. M-27 Each 15239.00 1 15239.00

13 Credit for Building No. M-28 Each 15239.00 1 15239.00

14 Credit for Building No.JCO's

toilet

Each 29395.00 1 29395.00

15 Credit for Building No.

JCO's bathroom

Each 16225.00 1 16225.00

16 Credit for Building No. 8-

14A (CH)

Each 38790.00 1 38790.00

17 Credit for Building No. 8-

14A (DH)

Each 87525.00 1 87525.00

18 Credit for Building No. M-15 Each 32549.00 1 32549.00

CA NO. CEPZ-31/17-18 Serial Page No. 65

Srl No

Description of Items of Work

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

19 Credit for Building No. M-16 Each 36401.00 1 36401.00

20 Credit for Building No. M-17 Each 18444.00 1 18444.00

21 Credit for Building No.M-

15A

Each 15624.00 1 15624.00

22 Credit for Building No. T-57 Each 8694.00 1 8694.00

23 Credit for Building No.P-

55/B

Each 6566.00 1 6566.00

24 Credit for Building No.M-

15CD

Each 12964.00 1 12964.00

25 Credit for Building No.T-58 Each 16468.00 1 16468.00

26 Credit for building of

building No. 15

Each 31088.00 1 31088.00

27 Credit for Building No. 15A Each 16121.00 1 16121.00

28 Credit For Building

No.15/BC

Each 10013.00 1 10013.00

29 Building No. M-1-2 Each 134837.00 1 134837.00

30 Credit For Building No.M-3-

4

Each 134837.00 1 134837.00

31 Credit For Building

No.16/BC

Each 10013.00 1 10013.00

32 Credit For Building No.P-

33/B near M-3-4

Each 8242.00 1 8242.00

33 Credit For Building No.M-5-

6

Each 137735.00 1 137735.00

34 Credit For Building No.

18/BC

Each 5636.00 1 5636.00

35 Credit For Building No. P-

29/C near M-5-6 -do-

Each 21576.00 1 21576.00

36 Credit For Building No. M-

18

Each 40680.00 1 40680.00

37 Credit For Building No. M-7-

8

Each 138613.00 1 138613.00

CA NO. CEPZ-31/17-18 Serial Page No. 66

Srl No

Description of Items of Work

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

38 Credit For Building No. P-

27/C

Each 13116.00 1 13116.00

39 Credit For Building No. M-9-

10

Each 128696.00 1 128696.00

40 Credit For Building No.P-

32/BC

Each 9589.00 1 9589.00

41 Credit For Building No. M-

11-12

Each 128696.00 1 128696.00

42 Credit For Building No. P-

26/B

Each 7644.00 1 7644.00

43 Credit For Building No. P-

20/BC

Each 5636.00 1 5636.00

44 Credit For Building No. M-

13-14

Each 128696.00 1 128696.00

45 Credit For Building No. M-

16

Each 40680.00 1 40680.00

46 Credit For Building

No.17/BC

Each 7659.00 1 7659.00

47 Credit For Building No.P-

21/BC

Each 8203.00 1 8203.00

48 Credit For Building No. P-

30/B

Each 9596.00 1 9596.00

49 Credit For Building No. M-

21

Each 113440.00 1 113440.00

50 Credit For Building No.P-

22/C

Each 6727.00 1 6727.00

51 Credit For Retaining wall

near M-7-8 & M-9.

Each

Job

39627.00 1 39627.00

52 Credit For Angle iron

postnear M-13 -14

Each

Job

13671.00 1 13671.00

53 Credit against tree trunks

girth exc 30cm & not exc

300cm (refer Site

clearance)

Each 200.00 209.00 41800.00

CA NO. CEPZ-31/17-18 Serial Page No. 67

Srl No

Description of Items of Work

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

54 Old HT poles 11m high any

type

Each 2000.00 17.00 34000.00

55 Old LT poles 9m high any

type

Each 1400.00 8.00 11200.00

56 Old cross arm of MS

channel or angle section

etc. complete

Kg 20.00 250.00 5000.00

57 Old ACSR conductor Qtl 8000.00 3.50 28000.00

58 Old insulator any type any

size

Each 1.50 30.00 45.00

59 Old unserviceable Cable RM 10.00 230 2300.00

60 Old unserviceable point

wiring including switches ,

sockets, MCBs

Each 20.00 361 7220.00

61 Old unserviceable tube light

fittings , bulk heads, MCB

DBs

Each 10.00 252.00 2520.00

62 Old unserviceable house

service brackets

Each 40.00 26 1040.00

63 Old unserviceable GODs Each 120.00 2 240.00

64 Old unserviceable GI wire,

cradles

Per Qtl 1200.00 2 2400.00

65 Old unserviceable Stay

Assembly

Per Set 150.00 12 1800.00

66 Old unserviceable Gate

valve 50 mm.

Nos 65.00 1 65.00

67 Old unserviceable Gate

valve 40 mm.

Nos 50.00 2 100.00

68 Old unserviceable Gate

valve 25mm.

Nos 22.00 4 88.00

69 Old unserviceable GI pipe

of 50mm dia.

RM 60.00 180 10800.00

CA NO. CEPZ-31/17-18 Serial Page No. 68

Srl No

Description of Items of Work

Unit Rate

Rs P

Approx No of units reqd

Amount

Rs P.

Pe

rio

d o

f

Co

mp

leti

on

Re

ma

rks

1 2 3 4 5 6- 7 8

70 Old unserviceable GI Pipe

of 40mm dia.

RM 60.00 150 9000.00

71 Old unserviceable GI Pipe

of 25 mm dia.

RM 30.00 350 10500.00

Total of Sch `A‟ Part XV carried over to BOQ Rs 2920341.00

____________________ (Signature of Contractor) Dated :

Dy Dir (Contracts) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 69

SCHEDULE „B‟

ISSUE OF MATERIALS TO CONTRACTOR

(SEE CONDITION-10 OF IAFW 2249)

SRL NO

DESCRIPTION OF MATERIALS RATE AT WHICH MATERIALS

ETC WILL BE ISSUED TO CONTRACTOR

PLACE OF ISSUE BY

REMARKS

UNIT RATE (Rs)

1 2 3 4 5 6

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

(Signature of the Contractor) Dated : __________________

Dy Dir (Contracts) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 70

SCHEDULE „C‟

LIST OF TOOLS AND PLANT (OTHER THAN TRANSPORT) WHICH WILL

BE HIRED TO THE CONTRACTOR

(SEE CONDITIONS 15,34 AND 35 OF IAFW 2249)

SRL NO

QUANTITY

PARTICULARS

DETAILS OF CREW

HIRE CHARGES PER UNIT PER WORKING DAYS (RS.)

STAND BY CHARGES PER UNIT PER OFF DAY (Rs.)

PLACE OF ISSUE

REMARKS

1 2 3 4 5 6 7 8

----------------------------------- NIL ---------------------------------- (Signature of Contractor) Dy Dir (Contracts) Dated: for Accepting Officer

SCHEDULE „D‟

TRANSPORT WHICH WILL BE HIRED TO THE CONTRACTOR (SEE CONDITIONS 16 & 35 OF IAFW 2249)

SRL NO

QUANTITY

PARTI- CULARS

DETAILS OF CREW

HIRE CHARGES PER UNIT PER WORKING DAYS (RS.)

STAND BY CHARGES PER UNIT PER OFF DAY (Rs.)

PLACE OF ISSUE

REMARKS

1 2 3 4 5 6 7 8

----------------------------------- NIL ---------------------------------- (Signature of Contractor) Dy Dir (Contracts)

for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 71

TENDER

THE PRESIDENT OF INDIA 1. Having examined and perused the following documents:- Specifications signed by Dy Dir (Contracts). Drawing detailed in the specifications. Schedule 'A', 'B', 'C' and 'D' attached hereto. 2. MES Standard Schedule of Rates 2009 (Part I) & 2010 (Part-II) including amendments 1 to 3

for Part-I, amendments 1 to 58 for Part II respectively, here-in-after and in IAFW-2249 referred to as the MES Schedule.

3. General Conditions of Contract IAFW-2249 (1989 print) together with amendment No 1 to 40

and errata 1 to 20. 4. Water :Condition 31 of IAFW-2249 (General Conditions of Contracts) : Water will be supplied by

the MES and shall be paid for by the contractor @ Rs 3.75 per every Rupees thousand worth of work done.

5. Should this tender be accepted:-

I/We agree

*(a) That the sum of Rs. /- (Rupees only) forwarded as earnest money shall either be retained as a part of security deposit or 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 this said documents upon the terms and conditions contained therein and as detailed in the General Summary on the subsequent pages and to carry out such deviations as may be ordered vide Condition-7 of IAFW-2249 up to a maximum of 10 (TEN) percent and further agree to refer all disputes as required by condition 70 of IAFW-2249 to the Sole Arbitration of a serving officer having a degree in Engineering or equivalent or having passed final/direct final examination of sub-division-II of Institution of Surveyors (India) recognized by Govt of India to be appointed by Engineer-in-Chief, Army HQ or in his absence the officer officiating as Engineer-in-Chief or Director General of works if specifically delegated in writing by the Engineer-in-Chief whose decision shall be final, conclusive and binding.

(c) That all disputes brought out in Condition 45 of Special condition shall be referred to the Sole conciliator viz. Serving Officer not below the rank of Superintending Engineer/Superintending Engineer (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 HQs, New Delhi or in his absence the officer officiating as Engineer-in-Chief or Director General of works specifically delegated by Engineer-in-Chief in writing. Whose decision shall be final, conclusive and binding.

*To be deleted where-ever not applicable.

CA NO. CEPZ-31/17-18 Serial Page No. 72

Total brought forward from page No. ____ for the lump sum of `_________________(Rupees ____________________________________ ____________________________________________________________) Signature __________________in the capacity of __________ duly authorised to sign the tender for and on behalf of____________________ ________________________ (IN BLOCK LETTERS) Dated _____________

Postal Address ______________________ Witness________________ _______________________________

Telegraphic address ________________ Address________________ ________________________________ ______________________ Tele No._________________________

ACCEPTANCE ________________________Alterations have been made in these documents and as evidence that

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

by the contractor and Shri _________________________________. The said officer is hereby

authorised to sign and initial on my behalf the documents forming part of this contract.

The above tender is accepted by me on behalf of the President of India for the lump sum of Rs

___________________ Rupees___________________

____________________________________________________________)

on the _____________ day of ______________________2018.

Appointment : CE Chief Engineer Pathankot Zone Pathankot-145001

(for and on behalf of the Presidentof India) ACCEPTING OFFICER

CA NO. CEPZ-31/17-18 Serial Page No. 73

SPECIAL CONDITIONS 1. GENERAL 1.1 The following special conditions shall be read in conjunction with General Conditions of Contracts (IAFW-2249) including amendments and errata thereto. If the provision in these conditions are at variance with the provision in these conditions are at variance with the provisions in the aforesaid documents, the provisions in these special documents shall be deemed to take precedence there-over. 1.2 General specifications mentioned anywhere in the contract including those in General Conditions of Contracts, viz IAFW-2249, shall mean the specifications given in the MES Standard Schedule of Rates Part I: 2009 print. Particular specifications given here-in-after are in brief and only to particularise/amend and emphasise the specification given in the MES standard Schedule of Rates. Specifications, General Rules. Preambles and special conditions contained in MES standard Schedule of Rates 2010 Part-II shall, unless specifically described otherwise, be applicable to this contract. 1.3 Any work shown on drawings(s) but not described in particular specifications shall, unless specifically described to be excluded from the contract, be deemed to be included in the lumpsum quoted by contractor for Schedule 'A' Part-I. In case of doubt with regard to the manner of detail for executing the work, the decision of the Accepting Officer shall be final, conclusive and binding. This shall not be applicable to the items of work pertaining to services for which separate parts of Schedule 'A' setting out the requirements have been given. Should there be item(s) or parts as shown on drawings but not included in the relevant sections of Sch 'A' these shall, unless otherwise described or stated in the contract, constitute an additional work. 1.4 All headings and marginal notes to these special conditions or to any other documents of this contract are solely for the purpose of giving a concise indication and not a summary of the contents thereof, and they shall never be deemed to supersede the contents of the clauses. 1.5 The tenderer is advised to point out in writing discrepancy(s), if any, of the tender documents, at least 10 days before the due date of receipt back of tender. In case discrepancy(s) in contract documents is/are noticed by the Contractor during execution of the works, it shall be brought out to the notice of the Accepting Officer of contract and others concerned in writing before commencement of the particular work where discrepancy (s) is/are noticed failing which the contractor shall forfeit his right to claim on account of such discrepancy (s) 1.6 Also where there are obvious mistakes in any of the contract provisions, the Accepting Officer shall be sole deciding authority with regard to the intention of the contract documents and his decision in this respect shall be final, binding and conclusive. 1.7 Where the drawings show finishes to wooden members, such finishes shall be applied to wooden members as well as wood based members. However, surfaces covered with laminates shall not be given any finish such as painting, polishing etc. 1.8 Where reinforcement details/thickness of RCC members such as slab, beams, lintels etc are not shown on the drawings, the same shall be supplied by the GE on the basis of provisions in IS-456-2000 and the same shall be provided and incorporated in the works by the contractor and no extra payment will be admissible on this account.

1.9 Where ever nomenclatures of structural slabs ( e.g S-I, S-2 etc) is given in the RCC Plans, the details of reinforcement for such slabs shall be as given for slabs of the same nomenclature else-where, if not given in the same drawing. 1.10 Dwarf wall in situations like verandah, passage etc even if not shown on drawings, shall be deemed to be included in the scope and shall be provided at no extra cost to the department.

CA NO. CEPZ-31/17-18 Serial Page No. 74

SPECIAL CONDITIONS 2. CONDITIONS OF CONTRACTS AND EXECUTION OF WORKS 2.1 The various sections/Sub-divisions of the tender documents shall be deemed to be supplementary/ complementary to each other. 3.INSPECTION OF SITE BY THE TENDERER 3.1 The tenderer is advised to contact the Garrison Engineer for the purpose of inspection of site (s) and relevant documents other than those sent herewith, who will give reasonable facilities for the purpose. The tenderer shall also make themselves familiar with the working conditions, accessibility of site (s), availability of materials and other cogent conditions which may effect the entire completion of work under this contract. 3.2 The tenderer shall be deemed to have inspected the site (s) and made themselves familiar with the working conditions, whether they have actually inspected the site (s) or not. 4.A. CONDITIONS OF WORKING IN UN-RESTRICTED AREA (Refer Note 36 of Schedule „A‟) 4.A.1 Work under this contract if lies in Un-restricted area. 4.A.2 However, the contractor, his agents, servants, work people and vehicle may pass through the unit lies in which case the Engineer-in-Charge shall at his discretion, has right to issue passes to control their admission to the site of works or any part thereof. The contractor shall on demand by the Engineer-in-Charge submit a list of personnel etc, concerned and shall satisfy the Engineer-in-Charge as to the bonafides of such people. Passes shall be returned at any time on demand by the Engineer-in-Charge and in any case on completion of work. 4.A.3 The Contractor and his work people shall observe all the rules promulgated from the authority controlling the area in which the work is to be carried out viz. prohibition of smoking, lighting and fire precaution, restricted hours of working etc. if any. 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 any man-hour lost on this account. 4.A.4 The contractor, his agents and representative are required individually to be in possession of an Identity Card or pass duly verified by the police department. The Identity Cards or pass will be examined by the security staff at the time of entry into or exit from the areas and also at any time or number of times inside the area.

4.B. CONDITIONS OF WORKING IN RESTRICTED AREA (Refer Note 36 of Schedule „A‟) 4.B.1 The work under this contract if lies in RESTRICTED AREA. 4.B.2 The restrictions for entry to work site and conditions of working in restricted area shall be as under :-

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

CA NO. CEPZ-31/17-18 Serial Page No. 75

SPECIAL CONDITIONS

(b) Identity of Workmen : (i) Every workman shall be in possession of an identity card. The identity card shall be issued after a thorough investigation of antecedents of the labourers by the contractor and attested by Officer-in-Charge of the unit concerned in accordance with the standing rules and regulations of the unit. Contractor shall be responsible for conduct of his workmen, agents or representatives. (ii) Identity Card or Passes: The contractor, his agent and representatives are required individually to be in possession of an identity card or pass which will be examined by the security staff at the time of entry into or exit from the restricted area at any time or number of times inside restricted area. (c) Search: Thorough search of all persons and transport shall be carried out at each gate and for as many times the gate is used for entry or exit and may also be carried out any number of times at the site within the restricted area. (d) Working Hours: The units controlling restricted area, usually work during six days in a week and remain closed on the 7th day. The working hours available to the contractor‟s labour and staff are however appreciably reduced because of the time of entry and exist during working hours. The exact working hours, working days and number of working days observed for these restricted area (s) where works are to be carried out shall be deemed to have been ascertained by contractor before submitting his tender. The tenderer‟s attention is invited to the fact that number of working hours for a unit is prescribed in regulations and that they cannot be increased by the Garrison Engineer or authorities controlling the restricted area. The definition of “working days” as given under condition 1 (t) of IAFW-2249 does not apply in case where the works are carried out in restricted area. (e) Working on Holidays: The contractor shall not carry out any work in gazetted holidays, weekly holidays and other non working days except when he is specially authorized in writing to do so by the Garrison Engineer. The GE may at his sole discretion declare any day as holidays or non working day without assigning any reasons for such declaration.

(f) Fire Precautions: (i) The contractor, his agents, representatives, workmen etc. shall strictly observe the order pertaining to fire precautions prevailing within the restricted area. (ii) Motor transport vehicle, if allowed by the authorities to enter the restricted area must be fitted with the serviceable fire extinguisher. (g) Female Searcher: If the contractor desires to employ female labour or works to be carried out inside the area of factory, depot, part etc. and a female searcher is not borne on the authorized strength of the factory, deport, part etc. at the time of submission of tender, he shall be deemed to have allowed in his tender for pay and allowances etc. for a female searcher (Class IV servant) calculated for the period female labourers during any month and female‟s searcher (s) has/have to be employed in addition to the authorized strength of the factory, depot, part etc. the salary and allowances paid to the additional female searches shall be distributed on equitable basis between the contractors employing female labour taking into consideration the value and period of completion of their contracts. The GE‟s decision in regard to the amount payable on this account by any contractor shall be final and binding.

CA NO. CEPZ-31/17-18 Serial Page No. 76

SPECIAL CONDITIONS

(h) The contractor and his work people shall observe all the rules promulgated from time to time by authority controlling the area in which the work is to be carried out e.g. prohibition of smoking, etc. Any person found violating the security rules laid down by the authority shall be immediately expelled from the area without assigning any reasons, whatsoever, and the contractor shall have no claim on this account. Nothing shall be admissible for any man hours lost on this account.

5. WORKING ON HOLIDAYS 5.1 The contractor shall not carry out any work in gazetted holidays, weekly holidays and other non-working days except when he is specially authorized in writing to do so by the Garrison Engineer. The GE may at his sole discretion declare any day as holidays or non-working day without assigning any reasons for such declaration. No claim, whatsoever for loss of any working hours shall be entertained on this account. 6. FIRE PRECAUTIONS

6.1 The contractor, his agents, representatives, workmen etc. shall strictly observe the order pertaining to fire precautions prevailing within the restricted area. 6.2 Motor transport vehicle, if allowed by the authorities to enter the restricted area must be fitted with the serviceable fire extinguisher. 7. FEMALE SEARCHER 7.1 If the contractor desires to employ female labour or works to be carried out inside the area of factory, depot, park etc. and a female searcher is not borne on the authorized strength of the factory, deport, part etc. at the time of submission of tender, he shall be deemed to have allowed in his tender for pay and allowances etc. for a female searcher (Class IV servant) calculated for the period female labour by him inside that area. If more than one contractor employs female labour during any month and female‟s searcher (s) has/have to be employed in addition to the authorized strength of the factory, depot, park etc. the salary and allowances paid to the additional female searches shall be distributed on an equitable basis between the contractors employing female labour taking into consideration the value and period of completion of their contracts. The GE‟s decision in regard to the amount recoverable on this account by any contractor shall from final and binding. 7.2 The contractor and his work people shall observe all the rules promulgated from time to time by authority controlling the area in which the work is to be carried out e.g. prohibition of smoking, etc. Any person found violating the security rules laid down by the authority shall be immediately expelled from the area without assigning any reasons, whatsoever, and the contractor shall have no claim on this account. Nothing shall be admissible for any man hours lost on this account. 8. SECURITY OF CLASSIFIED DOCUMENTS 8.1 Contractor's special attention is drawn to Condition 2-A & 3 of General Conditions of Contracts (IAFW-2249). The contractor shall not communicate any classified information regarding the works either to Sub-contractors or others without prior approval of the Engineer-in-Charge. The contractor shall also not make copies of the design/drawings and other documents furnished to him in respect of the work and he shall return all documents on completion of the work or earlier on termination of contract. The contractor shall alongwith final bill attach a receipt from the Engineer-in-Charge in respect of his having returned the classified documents as per Condition 3 of General Conditions of Contracts (IAFW-2249).

CA NO. CEPZ-31/17-18 Serial Page No. 77

SPECIAL CONDITIONS

9. OFFICIAL SECRET ACT 9.1 The contractor shall be bound by the India Official Secret Act, 1923, particularly Section 5 thereof, all as per condition 2A of IAFW-2249. 10. EMPLOYMENT OF PERSONNEL 10.1 Contractor shall employ only Indian Nationals as his representatives, servants and workmen after verifying their antecedents and loyalty. He shall ensure that no person of doubtful antecedents and nationality is in any way, associated with the work. If for the reasons of technical collaboration or other considerations the employment of foreign national (s) is unavoidable, the contractor shall furnish full particulars to this effect to the Accepting Officer at the time of submission of the tender. As a proof that the contractor has employed only India Nationals, he shall render a certificate to GE within one month from the date of acceptance of tender to this effect. In case the GE desires, contractor will have the police verification done of personnel employed by him. 10.2 The GE shall have full powers, and without giving any reason to order the contractor immediately to cease to employ, in connection with this contract, any agent, servant or employee whose continued employment is, in his opinion, undesirable. The contractor shall not be allowed any compensation on this account. 10.3 The contractor's attention is also drawn to Condition 25 of IAFW-2249 in this connection. 11 APPROVAL OF SAMPLE OF WORKMANSHIP IN BUILDING 11.1 To determine the acceptable standard of workmanship, one quarter ( to be decided by GE) shall be completed by the contractor well in advance as directed by GE under close supervision of the Engineer-in-Charge and shall be got approved from the GE. The workmanship of various trades and finishes of this quarter shall serve as guiding samples for work in the remaining quarter/buildings. 12. MATERIALS AND SAMPLES (REFER CONDITION 10 OF IAFW-2249) 12.1 The tenderer is advised to inspect samples of the local building materials maintained by the GE before submitting this tender. He will be deemed to have full knowledge of these materials whether he inspects them or not. The materials to be provided by the contractor shall conform to/shall be superior to the standard of samples displayed in the office of GE in the matter of quality unless otherwise specified. 12.2 Items conforming to India Standard Specification shall be accepted only when ISI marked material are not manufactured. However, before incorporating such materials/items, the contractor shall produce necessary test certificates as required by the GE. 12.3 The contractor shall produce samples of materials which he proposes to use in the work to GE through Engineer-in-Charge and get them approved in writing before commencement of work. All approvals of materials shall be in writing from GE to contractor. The materials, articles, etc. as approved shall be labelled as such and shall be signed by GE and Contractor and kept in the safe custody of Engineer-in-Charge.

CA NO. CEPZ-31/17-18 Serial Page No. 78

SPECIAL CONDITIONS

12.4 The materials to be incorporated in the work shall be of the make as specified in the Particular Specifications or as given in Appendix „F‟. Where make of the material has not been specified, materials to be incorporated in the work shall be ISI marked. Where specified firm manufacturers both ISI marked and non ISI marked product, the material incorporation in the work shall be ISI marked and no extra payment shall be admissible on this account. In case the material having ISI certification marked are not manufactured, material conforming to relevant ISI may be incorporated in the work after approved by GE. Where make of the same material has been specified in particular specification as well as in the Appendix „F‟ to Particular Specification the make given in Appendix „F‟ to Particular Specification shall be provided. However, in case the Make of materials specified in Sch „A‟, the same shall take precedence over the Make as specified in Particular Specification or in Appendix „F‟. 12.5 The materials/articles/fittings which are generally superior to IS/BIS certified products shall be incorporated in the work as approved by GE. 12.6 In case the fixture/fittings/materials which are not manufactured/available with ISI marks/BIS certified products as specified here-in-before the fixtures/fittings/material of superior to IS/BIS specifications or conforming to IS shall be got approved from the GE before incorporation in the work. Fixture/fittings/materials where these are superior to IS/BIS specifications conforming to relevant IS/BIS certifications marks, no price adjustment shall, however, be made on this account.

13. AVAILABILITY OF LAND FOR STORAGE OF MATERIALS, TEMPORARY WORKSHOP AND OFFICES ETC. 13.1 Refer Condition 24 of IAFW-2249. The contractor shall be permitted to store his materials , temporary workshops and the like during the currency of the contract, at area of land marked for the purpose on the site plan and he shall pay a licence fee @ Re. 1/- (Rupee one only) per year or part thereof in respect of each and every separate area of land allotted to him. The contractor shall dismantle all stores, temporary workshops & offices erected inside defence land within one month of actual completion of the work. An amount equal to 0.50% of the contract amount or Rs 2.00 lakhs whichever is less, shall be retained from the RARs which shall be released back to the contractor only after complete dismantling of labour camps and temporary workshops and clearing the debris from the site to the complete satisfaction of the Engr-in-Charge. 14. SECURITY 14.1 Contractor‟s attention is invited to Condition 25 of IAFW-2249. He shall employ only Indian Nationals after verifying their antecedents and loyalty. The contractor shall, on demand by the Engineer-in-Charge, submit list of his agents, employees and work people concerned and shall satisfy the Engineer-in-Charge as to the bonafides of such people. 14.2 The Contractor and his agents, employees and work people shall observe all the rules promulgated by the authority controlling the installation/area in which the work is to be carried out e.g. prohibition of smoking and lighting, fire precautions, search of persons on entry and exist, keeping to specific routes, observing specified timing etc. Nothing extra shall be admissible for man hours etc lost on this account. 15. DAMAGE TO EXISTING STRUCTURES 15.1 Any damage to the existing structures, any existing road, etc during the execution of work shall be made good by the contractor at his own expense. Rectification, replacement, making good and touching up etc shall be carried out to conform to the materials and workmanship originally provided and to the satisfaction of the Engineer-in-Charge. In case of any dispute on this account, the decision of the GE shall be final, conclusive and binding.

CA NO. CEPZ-31/17-18 Serial Page No. 79

SPECIAL CONDITIONS 16. QUARRIES AND ROYALTIES 16.1 Quarries are not available on land which is in the charge of MES authorities. Condition 14 of IAFW-2249 shall be treated as not applicable. 17. APPROACHES 17.1 The contractor shall make arrangements for and provide at his own cost all temporary approaches, if required to the site (s), after obtaining approval in writing of the GE to the layout of such approaches. 18. LOCATION OF BUILDINGS AND WORKS 18.1 There may be some changes in location/sitting of building shown in site (layout) plan (s) to suit local conditions and/or departmental requirements. The contractor shall have no claim what-so-ever consequent to such change in the location/sitting of works. 19. ACTION WHERE NO SPECIFICATIONS EXIST 19.1 In case of any class of work for which there are no specifications in the tender documents including SSR, such work shall be carried out in accordance with Indian Standard Specifications and where Indian Standard Specifications do not cover the same, the work shall be carried out as per standard engineering practice subject to the approval of the GE. 19.2 No claim what-so-ever will be tenable for any misunderstanding or for not having ascertained requisite information/knowledge to muster the resources required in satisfactory completion of the entire work to requirements as per contract agreement. 20. METHOD OF MEASUREMENTS 20.1 Measurement of all measurable work executed under this contract shall be taken in accordance with the rules of measurements as laid down in SSR Part –I, 2009 & SSR Part-II, 2010 pertaining to various items of work as applicable, unless otherwise indicated in the respective sections\ parts of Schedule 'A'. In case the method of measurements for a particular item of work is not given in SSR, a reference will be made to the relevant provisions contained in the latest edition of IS-1200. 21. CONTRACT LABOUR (REGULATION AND ABOLITION) ACT 1970 21.1 The contractor when required to employ more than twenty workmen on the works under this contract, shall be bound by the Contract Labour (Regulation and abolition) Act, 1970 and rules framed there under including (State and Central) all other rules related to Labour including deduction of EPF etc. No contractor can undertake or execute his work without a licence issued by a licensing officer. 22. CRITICAL PATH METHOD/NET WORK ANALYSIS AND THE TIME SCHEDULE 22.1 The time and progress chart, to be prepared as per Condition 11 of IAFW-2249 (General Conditions of Contracts), shall consist of detailed net work analysis and a time Schedule. The critical path net work will be drawn by the contractor and approved by GE and the contractor soon after acceptance of the tender. The time scheduling of the activities will be done by the contractor so as to finish the work within the stipulated time. The contractor is advised to use the facility of computerization available with any organization which affords such facility in doing the same. On completion of the time-schedule, a firm calendar date schedule will be prepared and submitted by the contractor to GE, who will approve it after scrutiny. No financial liability shall accrue to the Govt in connection with computerization.

CA NO. CEPZ-31/17-18 Serial Page No. 80

SPECIAL CONDITIONS

22.2 The schedule will be submitted in quadruplicate within two weeks from the date of handing over the site. In case the contractor fails to submit the CPM net work diagram, the net work prepared by the GE will be binding on him and he will be bound to employ resources of men and materials in the manner directed by the GE. 22.3 During currency of the work, the contractor is expected to adhere to the time schedule and this adherence will be part of the contractor's performance under the contract. During the execution of the work, the contractor is expected to participate in the reviews and updating of the net work undertaken by GE. These reviews may be undertaken at the discretion of the GE either as a periodic appraisal measure or when the quantum of work ordered on the contractor is substantially changed through deviation order (s)/or amendment. Any revision of the Schedule as a result of the review will be submitted by the contractor to the GE within a week, who will approve it after due scrutiny. The contractor will adhere to the revised schedule thereafter. 22.4 In case of Contractor not agreeing to the revised Schedule, the same will be referred to the Accepting Officer whose decision will be the final, conclusive and binding. GE's approval to the revised Schedule resulting in completion date beyond the stipulated date of completion shall not automatically amount to grant of extension of time. Extension of time shall be considered and decided by the appropriate authority in terms of Condition 11 of IAFW-2249 and separately regulated. 22.5 Contractor is expected to mobilise and employ sufficient resources to achieve the detailed schedule within the broad frame work of the accepted methods of working and safety. 22.6 No additional payment will be made to the Contractor for any multiple shift work or other incentive methods contemplated by him in his work schedule even though the time schedule is approved by the department. 23. CO-OPERATION WITH OTHER AGENCIES 23.1 The contractor shall permit free access and afford normal facilities and usual convenience to other agencies or departmental workmen to carryout connected works or services under separate arrangements. 23.2 The contactor‟s prices shall be deemed to cater for all the above contingencies and nothing extra shall be admissible on this account. 24. SECURITY AGAINST LOSS OR DAMAGE 24.1 The contractor shall furnish to the Engineer-in-charge every morning a distribution return of his plants/equipments on the site of the work, stating the following particulars:-

(i) Particulars of plants/equipments, its make, manufacture No., Model No., if any, Registration No., if any, capacity, year of manufacture and year of purchase etc.

(ii) Total No. (Quantity) on site of work.

(iii) Location and indication of No.(quantity) at each location of the site of work.

(iv) Purchase value on the date of purchase. For the purpose of this condition, plant/equipment shall include vehicles i.e. trucks and lorries but neither the workmen's tools nor any manually operated tools/equipment. The Engineer-in-charge shall record the particulars supplied by the contractor in the works diary and send monthly return to the GE for record in his office.

CA NO. CEPZ-31/17-18 Serial Page No. 81

SPECIAL CONDITIONS

24.2 Loss on account of Enemy Action:- If as a result of enemy action the contractor suffers any loss or damage, the Govt, shall reimburse to the contractor such loss or damage to the extent and in the manner provided here-in-after :-

(i) The loss suffered by him on account of any damage or destruction of his plants/equipment (as defined in special condition (a) above), materials or any part or parts thereof the amount of loss assessed by the Accepting Officer of the contract on this account shall be final, conclusive and binding.

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

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

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

25. FORCE MAJEURE 25.1 Should any force majeure circumstances arise, each of the contracting party shall be executed for the no fulfillment or for the delayed fulfillment of any of its contractual obligations, if the affected part within 15 days of its occurrence informs the other party in writing. Force majeure shall mean fires, floods, natural calamities or other acts such as war, turmoil‟s, strikes ( as no limited to be establishment of the spelled), sabotage, explosions, quarantine restrictions beyond the control of either party. 25.2 It is understood and agreed between the parties hereto that the rights and obligations of the parties shall be deemed to be in suspension during the continuance of the force majeure event as aforesaid and the said rights and obligations shall automatically revive upon the cessation of intervening force majeure event. The period within which the rights & obligations of the parties shall be in suspension due to the force majeure event shall not be considered as a delay with respect to the period of delivery and/or acceptance of delivery under the contract or otherwise the detriment of either party. 25.3 Not withstanding the provisions of the immediately foregoing clauses it is further understood and agreed between the parties hereto that in the event of any force majeure persisting for an uninterrupted period exceeding 6(six) months, either party hereto reserves the right to terminate this contract upon giving prior written notice of 30 (thirty)days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in this agreement of the goods received.

CA NO. CEPZ-31/17-18 Serial Page No. 82

SPECIAL CONDITIONS

26. WATER 26.1 Refer to Condition 31 of IAFW-2249. 26.2 Water will be supplied by the MES. The contractor shall make his own arrangements for water required for work and his workmen at his own cost. 26.3 The supply of water however, may not be continuous and adequate. Necessary arrangements for conveyance and storage of water will have to be made by the contractor at his own cost. In the event of breakdown of MES supply of water or its becoming intermittent or in the event the said supply of water is found inadequate for use in works and by his work people, the contractor shall allow in for making his own arrangements to supplement the MES supply by any other means or digging tube well(s) under his own arrangements at his own cost at the site(s) of work and the contractor shall have no claim, what-so-ever on this account. 26.4 The contractor shall have no claim on restriction imposed during the currency of the contract with regard to supply of water to meet other local requirements. 26.5 Irrespective of whether contractor uses water supplied by MES in part or in full or supplements the MES supply of water by wells or by any other means, the contractor shall pay for the water drawn from MES as specified. 24.6 The contractor shall at his own cost provide and fix pipes and install pumping set(s) etc, as required for drawing the water from tube well. On completion of work & make good tube well bore(s) and clear the site as directed by Engr-in-Charge 27. ELECTRIC SUPPLY 27.1 In case the contractor desires to buy electricity from the MES, he shall be charged for electric energy consumed in the following rates :-

(i) At Rs. 8.80 per unit for the light. (ii) At Rs. 8.80 per unit for power.

CA NO. CEPZ-31/17-18 Serial Page No. 83

SPECIAL CONDITIONS

27.2 Electric supply required for the work shall be made available by the MES at the point (s) marked on the layout plan and/or at the pints as shown by the Engineer-in-Charge at site. The main switches and energy meter to register the electric energy supplied shall be provided and installed by the MES. The contractor shall provide all necessary cable, fittings etc from the main switches in order to ensure a proper and suitable supply of electricity for the execution of work. The contractor shall also provide necessary earthing keeping in view the safety requirements. 27.3 The MES does not guarantee for the continuity of supply and no compensation what-so-ever shall be allowed for supply becoming intermittent or for breakdown in the system. The type of electric supply will be AC. 27.4 The actual position of supply point (s) for electric energy will be ascertained by the contractor from the GE before submitting his tender. Irrespective of whether he actually inspects or not, he shall be deemed to have inspected and seen the supply point (s) in consultation with GE before submitting his tender. No claim, what so ever, shall be entertained on this account. 27.5 GE or his representative shall be free to inspect all the power consuming devices or any electric lines provided by the contractor. Any device or electric lines provided by the contractor, which is not to the satisfaction of the GE shall be discontinued from the supply of so desired by him. 28. VALIDITY OF TENDER 28.1 Tender shall remain open for acceptance for a period of 60 days from the date on which the tender is due to be submitted. 29. RECORD OF PROPRIETORY MATERIALS/ACTICLES 29.1 The quantities of materials as directed by the Engineer-in-Charge (the quantity of which cannot be checked after incorporation in the works), shall be recorded in measurement books and signed by the contractor and the Engineer-in-Charge as a check to ensure that the required quantity has been brought to site for incorporation in the work. 29.2 The proprietary articles such as Antitermite Chemical, bitumen, fibre base felt, water proofing compound, paint, etc. when brought to site, shall be inspected and approved by the GE. 29.3 The proprietary materials shall be stored as directed. Those already recorded in the Measurement book shall be marked suitably for identification. 29.4 The contractor shall, on demand, produce to the GE, Original receipt vouchers in respect of the supplies, this is to ensure that the contractor has actually brought the articles of required quality and quantity from the authorised agent/manufacturer/supplier and also to find out the rates thereof. The contractor shall ensure that the materials are brought at site in original sealed containers/packing, bearing manufacturer‟s marking except in the case of the requirement of materials being less that smallest packing. 29.5 Bitumen for road, roof treatment and mastic filling to be used in the work shall be purchased directly from manufacturer's stockiest or their authorised dealers only.

CA NO. CEPZ-31/17-18 Serial Page No. 84

SPECIAL CONDITIONS

29.6 All vouchers/invoices shall be defaced by the GE/Engineer-in-charge, indicating reference to the contract number, under his dated signature, and CTC thereof shall be kept on record so as to avoid their being used again. Test certificate from the manufacturer shall also be produced by the contractor alongwith purchase voucher of materials. 29.7 The chemical required for antitermite treatment shall be purchased from manufacturers/authorised dealers only and contractor shall produce the cash voucher etc. to prove the genuineness of the same. GE will also ensure that proper quality/quantity of chemicals are brought and incorporated in the works. 29.8 The contractor shall be required to submit the purchase vouchers in respect of all items for which payment is claimed in RARs as material laying at site. However the purchase vouchers in respect of following items shall invariably be submitted by the contractor irrespective of whether claimed in RARs as material lying at site or not:-

(i) Cement (ii) Major E/M equipments like transformers, all electrical panels, Voltage stabilizers, \Solar water heating system.

(iii) Steel (iv) All types of factory made shutters.

(v) Water Proofing compound/ admixture. (vi) All types of factory made steel windows & ventilators.

(vii) Chemical for antitermite treatment (viii) Aluminium sections for all types of joineries.

(ix) All types of paints. (x) HT/LT cables

(xi) Plywood & particle boards, (xii) APP membrane including primer.

(xiii) CI, DI pipes including fittings and all types of valves.

(xiv) Electronic tamper proof energy meter.

(xv) All types of electrical poles. (xvi) All sanitary fittings including flushing cisterns.

(xvii) All types of MCCB‟s, MCB‟s, DB‟s, Air circulators

The Vouchers will clearly indicate the contract number and the IS No and specific alternative to which the material conforms in case of various alternatives given in IS. 30. ACCEPTANCE QUALITY OF WORK AND FINISHES 30.1 To determine the acceptable standard of materials and workmanship/final finishes and layout of fittings, etc contractor shall execute stages of work viz excavation, foundation concrete walling up to plinth/lintel/roof levels, roofing, flooring, joinery, built in items, finishes and the like and services i.e. internal electrification, water

CA NO. CEPZ-31/17-18 Serial Page No. 85

SPECIAL CONDITIONS

supply, plumbing, sanitary fittings in one portion of the building ie one room, WC and bath of a block (as decided by GE) and shall be completed at least three months ahead the progress stipulated completion time period given in Schedule „A‟ Notes from the date of commencement of Phase-I of work under the close supervision of Engineer-in-Charge and shall get it approved by the GE. The above portion of the block shall be labelled as sample block. The workmanship of various trades and finishes of the sample block shall serve as guiding samples for work in remaining portion of that block and other buildings. 30.2 Approval of the stages and workmanship of sample quarters shall be separately entered and approved in stage passing register giving reference to block and quarter number for easy identification even at a later date. 31. RECORD OF CONSUMPTION OF CEMENT 31.1 For the purpose of keeping record for cement issued and consumed in works one properly bound register serially numbered and all pages initialed against the numbering by the Engineer-in-charge and in the form approved by the Engineer-in-charge showing daily receipt, quantity used in the work, balance in hand, shall be maintained. 31.2 The register shall be kept at site in the safe custody of the contractor's representative during the progress of the work and shall be produced for verification of the Inspecting Officer on demand. 31.3 The entries in the aforesaid register will be signed daily by the contractor or his authorised representative and the concerned JE (Civil) and Engineer-in-charge in token of their verification of its correctness. This check will not however, absolve the contractor of his responsibility to justify the consumption of cement at the time of finalisation of his accounts. 31.4 On completion of the work, the contractor shall deposit the cement register with the Engineer-in-charge for record. 32. WATCH/LIGHTING 32.1 The contractor shall at his own cost take all possible precautions to ensure safety of life and property by providing necessary fencing, barrier, light, watchman etc. during the progress of work and as directed by Engineer-in-charge. 33. MAKING GOOD 33.1 The contractor shall not leave or form holes in concrete (Plain or RCC), Brick work, stone masonry and in any other situation as required for the work or as directed by the Engineer-in-charge and make good all the holes in the same mortar and mix as specified for that portion of work. 34. SITE CLEARANCE 34.1 Refer Condition 49 of IAFW-2249. 34.2 The contractor shall remove from the site all unused stores and huts and the like belonging to the contractor provided for the execution of work under this contract and the site of works shall be cleared off all rubbish and waste materials by the contractor and the site works delivered in clean and tidy manner to the satisfaction of the Engineer-in-Charge on or before the date of completion. Nothing extra whatsoever shall be paid to the contractor for such clearance of site. 34.3 The contractor shall clean all floors, remove cement, lime or paint drops, clean joinery, glass panes etc, touch up all painter's work and carry out all other necessary items of work in connection there with and leave the whole premises clean and tidy to the entire satisfaction of Engineer-n-charge before handing over the items/works. No extra payment shall be admissible to the contractor for this operation.

CA NO. CEPZ-31/17-18 Serial Page No. 86

SPECIAL CONDITIONS

35. OUT OF POCKET EXPENSES 35.1 Out of pocket expenses incurred by the tenderer in submitting this tender shall not be reimbursed whether tender is accepted or not. 36. ADJUSTMENT OF TAXES/LEVIES 36.1 Tendered rates are inclusive of all taxes and levies payable under respective statutes. The contractor shall include this tax in his tender 37. CONSTRUCTION LABOUR WELFARE CESS/TAX 37.1 Consequent upon promulgation of ordinance by the President of India, the Contractor is liable to pay element for construction labour welfare cess/Tax. The rates quoted by the contractor shall be deemed to be inclusive of this CESS/TAX at the rate prevailing on last due date for receipt of tenders. 38.2 BUILDING AND OTHER CONSTRUCTION WORKERS (RECS) ACT 1996 AND BUILDING AND OTHER CONSTRUCTION WORKERS WELFARE CESS ACT 1996 38.2.1 The contractor has to provide welfare measures to the worker engaged in the construction of buildings and other projects as per the Act Building and other construction workers (RECS) act 1996 and building and other construction workers welfare Cess Act 1996. The contractor shall be bound by the above act rules framed there under:- 38.3 MINIMUM WAGES: PAYMENT TO LABOUR (CONDITION 58 OF IAFW-2249) 38.3.1 Refer Condition 58 of IAFW-2249. The contractor shall not pay wages lower than the latest minimum wages for labour as fixed by the Govt. of India/State Govt/Union Territory, whichever is higher. 38.3.2 The fair wages referred to in Condition 58 of IAFW-2249 shall be deemed to be the same as the minimum wages payable as referred to above.

38.3.3 The contractor shall have not claim whatsoever if on account of local factors and/or regulations or otherwise he is required to pay the wages in excess of minimum wages as described above during the execution of work except reimbursement/refund of wages of labour as specified in the Contract. 39. ADVANCE ON ACCOUNT 39.1 Refer Condition 64 of IAFW-2249. 40 (APPLICABLE TO CONTRACT OF VALUE RS.50 LAKHS AND ABOVE ). 40.1 Add the following in continuation of para 8 :- "Provided further, the contractors may be paid advance on account to the full value of the under mentioned materials only brought to the site, on his furnishing Guarantee Bond (s) from a Schedule Bank for the amount of the retention money which should otherwise be recoverable from him under the contract :-

CA NO. CEPZ-31/17-18 Serial Page No. 87

SPECIAL CONDITIONS

(a) Factory made wooden/Aluminium/PVC door shutters including chowkhats. (b) Factory made steel windows/vents. (c) Sanitary appliances. (d) Electrical equipments/fixtures ie LT Panels, compact type substations, XLPE cable and termination, GOD, DBs, steel tubular poles, transformer, stabilizer, APFC Panel, VCB, street/flood/security/tube light fittings, solar water heating system, mechanical laundry equipments, Ari circulator, Exhaust Fans etc. (e) Water Supply equipments/fittings GI Pipes, Valves, DG Set, CI pipe etc. (f) Steel including reinforcement.

41. OUTPUT OF ROAD ROLLER 41.1 Refer Condition 15 of IAFW-2249 41.2 Where the contractor procures road roller (s) 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 Engineer-in-charge. 41.3 To ensure proper consolidation, Road Roller must work for atleast the number of days assessed on the basis of output (per day for 8 hours work) hereunder :- (i) Consolidation of formation surfaces/sub grade :1850 Sqm (ii) Consolidation of stone soling 15 Cm spread thickness : 800 Sqm (iii) Consolidation of WBM (stone metal) 7.5 cm compacted thickness : 372 Sqm (iv) Consolidation of 2.5 cm bituminous carpet including seal coat : 600 Sqm

(v) For Consolidation of 2.5 cm/4.0cm thick dense asphaltic concrete, out put of road rollers shall be assessed by GE as per Engineering practice for proper rolling and compaction of road surface and fix minimum rolling hours for entire work. Proper record in this regard duly signed by contractor, Engineer-in-Charge & GE shall be kept on record by GE.

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

(a) Where road roller is hired by the contractor only from sources other than the Department at Rs 1500/- working day of 8 hours.

41.5 The above provision shall not absolve the contractor of his responsibility for properly consolidating surfaces as required under the provisions of the contract. 42. SETTING OF SITE LABORATORY AND TESTING OF MATERIALS 42.1 Site laboratory for all contracts of Rs. 1 crore and above shall be set up by the contractor. The contractor may set up site lab for the works costing less than Rs. 1 crore at his option. The type of tests and frequency of tests to be carried out in such site lab (A-level tests), in MES (CE/CWE/GE) lab (B-level tests) and in Zonal/Command Test Lab (C-level tests) are attached as given in Appendix „A‟.

CA NO. CEPZ-31/17-18 Serial Page No. 88

SPECIAL CONDITIONS

42.2 TESTING OF MATERIALS 42.2.1 „A‟ LEVEL TESTS FOR WORKS COSTING Rs. 100 LAKHS AND ABOVE 42.2.1.1 The contractor shall arrange all equipments/machines for the tests specified in Appx 'A' as a level tests at his own cost with prior approval of GE. This cost shall be included in the lump sum costs/rates quoted by the contractor. The contractor shall employ a competent technical representative as approved by the GE for the purpose of testing and all such tests shall be carried out in the presence of Engr-in-Charge. The successful tests results thereof shall be recorded and signed jointly by the contractor and the Engr-in-Charge. The charges for these tests i.e. A level tests carried out in site laboratory of the contractor shall not be recovered. However, in case a test which was specified to be carried out in site laboratory and which could not be carried out in site laboratory due to some reason, such test will be carried out in Zonal lab and the recovery shall be made at the rates given in Appx 'A' for tests carried out in Zonal lab. 42.2.2 „A‟ LEVEL TESTS FOR WORKS COSTING UPTO 100 LAKHS 42.2.2.1 The contractor shall provide all facilities for testing of materials at Zonal Laboratory/Govt approved Laboratories or test house/Engg Colleges at his own cost. The lump sum/rates quoted by the contractor shall to be inclusive of these tests. The other stipulations will be same as specified in proceeding para 39.2.1 above. However, in case the contractor has not set up the site laboratory and tests are carried out in Zonal or any other laboratory approved/set up by GE, the recovery shall be made at rates given in Appx 'A' for tests carried out in Zonal lab or otherwise as per actual rates in case the tests are carried out in other labs. Testing charges will be deducted from the RARs irrespective of the test result for such tests. 42.2.3 B&C LEVEL TESTS 42.2.3.1 For tests of „B‟ and „C‟ level as indicated in Appendix „A‟, the contractor shall provide all facilities for testing of materials at Zonal Laboratory/Govt. approved laboratories or test house/Engg. Colleges at his own cost. The lump sum/rates quoted by the contractor shall deemed to be inclusive of these tests. The rates of various tests conducted in Laboratory of MES are indicated in Appendix „A‟. The contractor shall bear the actual charges of „C‟ level tests (to be done in labs other than MES labs) irrespective of rates indicated in Appendix „A‟. Wherever it is convenient to get „B‟ level test done at approved test house/Engg. College, the same can be done at the cost of the contractor and no separate recoveries will be made by the Department for the same. 42.2.3.2 The recoveries on account of testing charges wherever applicable shall be effected from the running account payments due to the contractor payable after completion of the respective test or whenever the test is due whichever is earlier. 42.2.3.3 The cost of materials and carriage, etc shall be borne by the contractor. The cost of material, carriage-testing charges etc. shall be deemed included in the quoted rates and nothing extra shall be admissible on this account. 43. SIGNING OF TENDER 43.1 The person signing the tender on behalf of another partner or on behalf of a firm shall attach with the tender, a proper Power of Attorney duly executed in his favour by such other person or by the partners, stating that he has authority to bind such other persons or the firm as the case may be in all matters pertaining to the contract including the Arbitration clause.

CA NO. CEPZ-31/17-18 Serial Page No. 89

SPECIAL CONDITIONS

44. QUALIFIED TRADESMEN 44.1 In compliance with the Condition 26 of IAFW-2249 (General Conditions of Contracts), the contractor shall employ skilled/semi-skilled tradesmen who are qualified and possessing certificate in particular trade from Industrial Training Institute (ITI)/National Institute of Construction Management and Research (NICMAR)/National Academy of Construction (NAC)/Similar reputed and recognized institutes by State/Central Government, to execute the works of their respective trade. The number of such qualified tradesmen shall not be less then 25% of total skilled/semi-skilled tradesmen required in each trade. The contractor shall submit the list of such tradesmen alongwith requisite certificates to Garrison Engineer for verification and approval. Notwithstanding the approval of such tradesmen by GE, if the tradesmen are found to have inadequate skill to execute the work of their trades, leading to 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 tradesmen 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. 45. CONCILIATION

45.1 SCOPE OF CONCILIATION

45.1.1 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 of the contract with reference to their

application to parties.

(d) Disputes relating to non return of Sch 'B' stores over-issued to contractor.

(e) Any other dispute having fair chances of being resolved by conciliation and considered fit to

be referred to conciliation by the parities.

For Condition 45.1.1 (b), (c), (d) & (e) each as stated above the financial limit shall be Rupees two

lakhs or one percent of the contract amount whichever is less.

45.2. COMMENCEMENT OF CONCILIATION PROCEEDINGS

45.2.1 The party initiating conciliation shall send to the other party a written invitation to conciliate,

briefly identifying the subject of the dispute.

45.2.2 Conciliation proceedings shall commence when the other party accepts in writing the invitation

to conciliate.

45.2.3 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. 45.3 NUMBER OF CONCILIATORS

45.3.1 There shall be a Sole conciliator.

CA NO. CEPZ-31/17-18 Serial Page No. 90

SPECIAL CONDITIONS

45.4 APPOINTMENT OF CONCILIATOR

45.4.1 All disputes brought out in Para 45.1.1(a) to (c) above shall be referred to the Sole conciliator

viz Serving Officer not below the rank of Superintending Engineer/Superintending Engineer (QS&C)

having degree in Engineering or equivalent or having passed final/direct examination of Sub Division-II

of Institution of Surveyors (India) to be appointed by the Engineer-in-Chief, Army HQ, New Delhi or in

his absence the officer officiating as Engineer-in-Chief or Director General of Works specifically

delegated by the Engineer-in-Chief, in writing.

45.5 STATUS OF EFFECT OF SETTLEMENT AGREEMENT

45.5.1 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.

46. PRICING OF DEVIATIONS 46.1 The principle enumerated in Condition 62 of IAFW-2249 shall apply to various sections of Schedule 'A' of this contract. The contractor's percentage applicable for pricing deviation as per Condition 62 of IAFW-2249 shall be the contractor's percentage for the respective sections of Schedule 'A' . 47. MINIMUM WAGES PAYABLE 47.1 Refer Condition 58 of IAFW-2249 have fixed minimum rates of wages as upto dated from time to time for various categories of employees under the Minimum Wages Act, 1948.The contractor shall not pay wages lower than minimum wages including allowances as fixed under said notification as updated till the date of receipt of tender. Where in any area the minimum rates of wages are also fixed by State Government for employees in employment in the construction/maintenance of buildings/roads/ runways, the labour wages as fixed vide above said updated Notification of Ministry of Labour or respective state Government whichever is higher in respect of these areas shall be deemed minimum rates of wages payable under this contract and the contractor shall not pay lower than this minimum rates of wages. 47.2 Contractor's attention is also drawn, amongst other things to the 'explanations' to the schedule of minimum wages referred to above. 47.3 The fair wages referred to in Condition 58 of IAFW-2249 will be deemed to be the same as the minimum wages, referred to above as upto dated from time to time. 47.4 The contractor shall have no claim, whatsoever, if on account of local factor and/or regulations or otherwise, he is required to pay the wages in excess of minimum wages as described above during the execution of work except reimbursement/refund of wages of labour as specified in contract. 48. Reimbursement/Refund on variation in Prices :-

48.1 Refer Condition 63 of IAFW-2249 , Increase or Decrease in prices of materials and fuel for this

contract shall be adjusted on the basis stipulated here-in-after irrespective of the actual variation in

prices ( to the contractor) :-

CA NO. CEPZ-31/17-18 Serial Page No. 91

SPECIAL CONDITIONS

48.2 Materials: - The materials cost component including the cost of materials issued under

Schedule 'B' in accordance with Condition 10(B) of IAFW-2249 for the contract as whole, shall be taken

as KM% of the value of work executed under the contract, value of KM is given here-in-below.

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

EM = ( VM2 - VM1) x (W1 - WO)

WO

VM = ( KM x Vg) + ( Vs - Vb )

100

Where :-

EM = Variation in prices of materials to be adjusted.

KM = Constant representing the percentage cost of materials including Schedule 'B" materials

as compared to the total value of work under this contract as a whole. The value of KM for this

work shall be 60 (Sixty) only.

Vg = Gross value of work done at contract rates upto the last date of the period of reckoning.

Vb = Value of all materials ( out of Vg and Vs) issued under Schedule 'B' plus value of all materials

brought and paid or payable to contractor under prime cost sum and/or star rates.

Vs = Value of all materials lying at site for incorporation in the work including material issued under

Sch 'B' and including material brought and paid or payable to contractor under prime cost sum and/or

star rates.

W1 = Whole sale price index for all commodities (base 2011-12=100) published by Economic Advisor

to the Govt of India as on the date of commencement of the period of reckoning. In case the original

period of completion is extended under Condition 11 of IAFW-2249, The Price Index W1 as applicable

on the date of commencement of last period of reckoning before the original completion date shall only

be applicable during the extended period.

WO = As for W1 but the index as on the last due date for receipt of the tender.

VM2 = Value of materials upto last date of the period of reckoning for which price variation is

adjustable as worked out as per formula for VM.

VM1 = Same as per VM2 above but as on the date of immediate preceding period of reckoning.

48.3 Fuel :- Fuel cost component for the contract as a whole shall be taken as KP% of the

value of work executed under the contract, value of KP given here-in-below :-

EP = ( KP x Vg1) x ( F1 - FO)

100 FO

CA NO. CEPZ-31/17-18 Serial Page No. 92

SPECIAL CONDITIONS

Where :-

EP = Variation in price of fuel to be adjusted.

KP = Constant representing the percentage cost of fuel as compared to the total value of work

under this contract as a whole. The value of KP for this work shall be 1.5 ( One Point five ).

Vg1 = Gross value of work done during the period of reckoning using value of Vg for calculating

VM1 & VM2 under 48.2 above.

F1 = Whole sale price index for sub group for fuel, power light and lubricants (base 2011-12=100)

published by Economic Advisor to Govt. of India as on the date of Commencement of the period of

reckoning.

FO = As for F1 but the index as on the last due date of receipt of tender

Notes :

1. No adjustment whatsoever due to variation in prices of material and fuel on account of coming into

force of any fresh law or statutory rule or order as provided in Condition 63 of IAFW-2249 or otherwise

than provided in this condition shall be made.

2. (a) Materials: No adjustment in prices shall be made for any work done with material brought at

site after the stipulated date of completion of the work under contract except as contemplated under

definition of W-1.

b) Fuel : No adjustment in prices shall be made for any work with material brought at site after the

stipulated date of completion or extension of time granted under Condition 11 of IAFW-2249

(whichever is later) for the work under the contract.

3. Periodicity of working out the variations will be at three months. Wholesale price index for all

commodities are published every month. Thus the index applicable for any day shall be the one

applicable for the preceding month. The variation is worked out based on Final Index No.

4. The last calculation shall however be done for the value of work at contract rates and materials

lying at the site for incorporation in the work as on date of completion or extension thereof mentioned in

Note 2 above. Valuation of RARs is to be timed in such manner that relevant date required for

quarterly calculation under this condition is available from RARs. Amount payable relevant to work

done and materials collected in any quarter is worked out the same shall be adjusted as and along with

advance on account payment under Condition 64 of IAFW-2249 in the subsequent RARs.

5. Any dispute arising out of interpretation of application of this special condition shall be referred to

the Accepting Officer whose decision shall be final and binding.

6. The fuel components in this condition 48.3 above shall be related to the use of plant and

machinery at work site and not for transportation of men and materials from site.

48.4 Labour : Increase or decrease in prices consequent on variation in wages of labour shall be

adjusted on the basis stipulated here-in-after irrespective of actual variation in wages of labour to the

contractor. The component for the work under the contract as a whole shall be taken as KL% of the

value of the work executed under the contract.

CA NO. CEPZ-31/17-18 Serial Page No. 93

SPECIAL CONDITIONS

Variation in labour wages shall be worked out by applying the following formula :-

EL = (KL x Vg1) x (L1 - LO)

100 LO

Where :

EL = Variation in wages of labour i.e reimbursement to be made to the contract or refund to be

made by the contractor.

KL = Constant representing the percentage cost of labour element as compared to the total value

of the work under contract as a whole. The value of KL for the work shall be 20 (Twenty).

Vg1 = Gross value of work done at contract rates during the period of reckoning less value of work

paid or payable to the contractor based on actual cost, e.g. star rate (s) work executed under prime

cost sum, etc. during the period of reckoning.

L1 = Minimum wage in rupees of an unskilled adult mazdoor as fixed under any law, statutory rule

or order as on the date of commencement of the period of reckoning.

LO = As for L1 but the minimum wage in rupees of an unskilled adult male mazdoor as on the last

due date of receipt of tender.

Notes :-

(i) The contractor shall within reasonable time of his becoming aware of any alteration to the payment

of wages of labour consequent of fixation of minimum wages under any law, statutory rule or order give

written notice there of to the GE stating that the same is given pursuant to this special condition

together with all information relating thereto which he may be in position to supply.

(ii) Irrespective of the variation in minimum wages for any category of labour for the purpose of

adjustment under this special condition, the variation in minimum wage fixed under any law, statutory

rule or order for an unskilled adult male mazdoor, if any, shall only form the basis.

(iii) Periodicity of working out the variation in wages of labour will be three months commencing from

the last due date for receipt of tender. The last adjustment for variation in wages of labour shall

however be done for the period upto the date of completion or extended date of completion. Valuation

of price adjustment due to increase/decrease in minimum wages under any law, statutory rule or order

for the purpose for making reimbursement/refund in RAR's will be timed in such a manner that relevant

data required for quarterly calculation under this special condition is available from the RAR's. The first

price adjustment in respect of variation in wages of labour will be worked out for the relevant quarter

during which alteration to the wages of labour took place excluding the period from the date of

fixation/revision of minimum wages to the date of next RARs. Amount payable under relevant work

done for any quarter will be worked out after the minimum wages of any unskilled adult male mazdoor

as fixed under any law statutory rule or order for the relevant quarter is available. Once the amount

adjustable for any quarter is worked out, the same shall be adjusted in subsequent RAR as advance

on account adjustment along with adjustments for 'material' and 'fuel'.

(iv) No adjustment in prices shall be made for any work done after the due date of completion or

extension of time granted under Condition 11 of IAFW-2249 (whichever is later) for the work under the

contract.

CA NO. CEPZ-31/17-18 Serial Page No. 94

SPECIAL CONDITIONS

(v) No adjustment, what-so-ever, due to variation in wages of labour on account of coming into force

of any fresh law or statutory rule or order as provided in condition 63 of IAFW-2249 or otherwise than

provided in this special Condition shall be made.

(vi) Any dispute arising out of interpretation or application of this special condition shall be referred to

the Accepting Officer whose decision shall be final and binding.

(vii) For purpose of calculation of retention money, liquidated damages, sales tax/service tax on

works contract, deduction of Income tax at source and recovery of water charges (in case of

unmetered supply) the value of contract as revised by the above price variation will be taken into

account.

49. RE-IMBURSEMENT/ REFUND ON VARIATION IN „TAXES DIRECTLY RELATED TO CONTRACT VALUE”.

49.1 The rates quoted by the Contractor shall be deemed to be inclusive of all taxes/cesses viz GST, Labour Welfare cess etc., duties, Royalties, octroi and other levies, and/or imposition/abolition of any new/existing taxes/cesses, duties royalties, Octroi & other levies shall be made except as provided in Sub Para (b) here-in-below.

49.2 The taxes/cesses which are levied by Govt. at certain percentage rates of contract Sum/Amount shall be termed as “taxes directly related to contract Value” such as GST, Labour Welfare Cess/tax and like but excluding Income Tax. The tendered rates shall be deemed to be inclusive of all “taxes directly related to contract value” with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rate 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 rate of “taxes directly related to Contract value” with reference to prevailing rates on last due date of 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.

49.2.1 The contractor shall, within a reasonable time of this becoming aware of variation in percentage rates and/or imposition of any further “taxes directly related to contract value”, give written notice thereof to the GE stating that the same is given pursuant to this Special Condition, together with all information relating thereto which he may be in a position to supply. The contractors shall submit the other documentary proof/ information‟s as the GE may require.

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

49.2.3 Reimbursement for increase in percentage rates/imposition of “taxes directly related to contract value” shall be made only if the contractor necessarily and 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.

50. INTERIM PAYMENT (RAR) /ADVANCES OF ACCOUNT :

50.1 Interim payment (RAR)/advances on account in respect of buildings listed in Schedule „A‟ Part-I

shall be made as per yard stickprepared by contractor ,checked by GE and got approved from CWE

and payment shall be made accordingly.

CA NO. CEPZ-31/17-18 Serial Page No. 95

SPECIAL CONDITIONS

51. TRAINING OF MES PERSONNEL 51.1 Department personnel as detailed by the GE shall be given training for operation and maintenance of E/M equipments/installation to the entire satisfaction of Engineer-in-Charge for a period of 15 working days. Cost of imparting training shall be deemed to be included in the rate/lump sum quoted by the contractor. 52. DISPUTE RESOLUTION BOARD (DRB) (CONDITION 71 OF IAFW 2249GENERAL

CONDITION OF CONTRACTS REFERS) (APPLICABLE FOR ALL CONTRACTS OF VALUE MORE THAN RS.10 CRORES)

(i). During execution of the works or after completion or after determination/ cancellation/ termination of the contract all disputes between the parties to contract arising out of the contract (except those for which decision of accepting officer or any other officer (CWE and /or GE) is expressed to be final and binding), including any disagreement by either party with any action, inaction, opinion, instruction, certificate or valuation by the accepting officer or his nominee, the matter in dispute shall, in the first place be referred to the dispute resolution board (DRB). In case of disagreement with the decision of such DRB, any party may invoke arbitration clause.

(ii). The Constitution of the DRB shall be a three member body as under:-

(i) Chairman : Joint DG (Contracts) of the concerned Command Chief Engineer. Where Jt DG (C) is not posted in the comd, any other Chief Engineer /Brig level offr posted in CE Comd shall be nominated by Comd CE at his sole discretion.

(ii) Member 1

Col /Director rank officers of Comd CE or of any other Zonal CE be nominated by Comd CE

(iii) Member 2

(iii). The name of chairman and members shall be notified by the Accepting Officer within

one month of the date of acceptance of contract.

(iv). Once the DRB is constituted the members and chairman shall disclose in writing their neutrality and impartiality about any personal interest in the work.

(v). The dispute shall be referred to the chairman of the DRB by the concerned party after giving notice to the other party for invoking of this clause.

(vi). The DRB shall decide the dispute in accordance with the terms of the contract, principal of natural justice, equity and fair play.

(vii). The DRB may fix oral hearing at a place, date and time as decided by the chairman.

(viii). The requisite administrative support to the DRB shall be provided by the Accepting Officer.

(ix). All the contract documents pertaining to the case shall be provided by the Accepting Officer for reference by the DRB.

CA NO. CEPZ-31/17-18 Serial Page No. 96

SPECIAL CONDITIONS

(x). DRB shall give its decision on the disputes within three months of notice from any party invoking the DRB clause. This period can be extended by one month with the consent of the parties.

(xi). All the decisions given by the DRB shall be by majority and such decisions shall be communicated in writing by chairman to the parties.

(xii). If the decision of the DRB is not to the satisfaction of either party or if the DRB fails to give decision within the laid down time either party shall indicate his reservations on the decision to Accepting Officer within 30 days of such decision and to refer that dispute for arbitration within the provision of condition 70 of IAFW 2249 General Condition of contract.

(xiii). It shall be mandatory for the party invoking arbitration on any particular dispute to have first exhausted the remedy provided under the DRB clause for that particular dispute.

(xiv). The mandate of the DRB shall terminate on completion of one year from the date of completion/determination/cancellation/ termination of the contract.

(xv). If any member or chairman of the DRB is unable to function due to any reason whatsoever, or he resigns his appointment, Chief Engineer command as the case may be, shall fill the vacancy so caused within 15 days of happening of such vacancy.

(xvi). Any dispute referred to the DRB and having been decided by the DRB and not objected to by either party within 30 days shall attain finality and shall not be preferable to arbitration.

(xvii). Accepting officer shall ensure implementation of the decisions of the DRB which attain finality, i.e. except those which are objected by him or by contractor within 30 days as per para (xii) above.

(xviii). Findings and decision of DRB shall be admissible as evidence, to the extent permissible as per law, in the subsequent Arbitration and /or litigation.

(xix). DRB Chairman/members shall not, in any case, be liable to be called as witness or to produce any evidence in any Arbitration or departmental proceedings of any kind.

(xx). During execution of work the disputes may be referred to the DRB as per the requirement of each party after having exhausted the decision making process provided in

the contracts. In case of completion of work or after determination/ cancellation/ termination of the contract all the disputes including payment/non-payment/delay in final bill shall be simultaneously referred to the DRB within six months of completion/ determination/ cancellation of the contract.

(xxi). The department case before the DRB shall be presented by Accepting Officer himself and/or Dir (Contract) of CE Zone assisted by CWE and his DCWE (Contract), GE and his AGE (Contract) and any other officer and legal counsel nominated by Accepting Officer. The contract or may present his case by himself and/ or by his nominated reps & authorized legal/technical counsel.

_____________________ Dy Dir (Contracts) (Signature of Contractor) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 97

SPECIAL CONDITIONS

MATERIALS AND THEIR TESTS

Sl No

Material

Tests Method of testing

Frequency of tests Level of

tests

Rate (Rs.)

Remarks

1 2 3 4 5 6 7 8

1. Bricks (i) Compressive strength

IS-3495 (Part-II)

As per IS 5454 as given under

A 200 Checks for visual and Dimensional Characteristics shall also be carried out as per IS : 5454 Legend „A‟-Site lab „B‟ - Zonal Lab of CE Pkt Zone, Pathankot „C‟- Zonal lab of HQ CE Pathankot Zone for tests of Aggregates , concrete & bricks etc./ command test lab (CTL) for tests of cement, steel and bitumen. ” and insert note as under:- Note :- Rep of CTL may visit site of work for collection of samples of any material for testing and collection to be facilitated by the Contractor as directed by GE .

(ii) Water absorption

-do- Lot size Sample size

Permissible No of defective bricks

A 165

(iii) Efflorescence -do- (Part-I)

1001 to 10000

5 0 A 200

10001 to 35000

10 0

35001 to 50000

15 1

2. Coarse Aggregate

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

One test of every 15 Cubic Metre of aggregates or part three of brought to site

A 130

(ii) Flakiness Index

-do- -do- A 100

(iii) Estimation of deleterious materials

IS-2386 (Part-I)

One test for every 100 Cubic Meter of aggregates or part there of

A 130

(iv) Organic impurities

-do- One test per source of supply C 130

(v) Moisture content

-do- (Part-II)

Regularly as required A 130

(vi) Specific gravity

-do- One test for each source of supply

B 130

3. Fine Aggregate

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

One test of every 15 Cubic Metre of FA or part when brought to site

A 200

(ii) Test for clay, silt and impurities

-do- (Part-II)

-do- A 100

(iii) Specific gravity

-do- (Part-II)

One for each source of supply

B 200

(iv) Moisture content

-do- (Part-II

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

A 200

(v) Test for organic impurities

-do- (Part-II)

One for each source of supply

C 200

CA NO. CEPZ-31/17-18 Serial Page No. 98

SPECIAL CONDITIONS Appendix „A‟

MATERIALS AND THEIR TESTS

1 2 3 4 5 6 7 8

4. Cement (i) Setting Time IS-4031-63 affirmed 1980

One for each consignment or as and when required

B 200

(ii) Soundness -do- -do- B 130 (iii) Compressive

strength -do- -do- B 400

(iv) Fineness -do- -do- B 130

5. Structural Concrete (M-15 Grade & above)

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

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

A 200 (i) Random sampling shall be carried to cover all mix units.

(ii) Compressive strength

IS-516 Qty of concrete in the work (Cubic Metre)

No. of samples A 130 (ii) Refer IS-456 2000 Clause 14 for frequency of sampling.

1 – 5 1

6 – 15 2

16 – 30 3

31 – 50 4

51 and above

4+1 for each addl 50 Cubic Metre or part thereof

6. (a) PCC block for walling (Hollow Block)

(i) Compressive strength

IS-2156-1984 (Appx „B‟)

08 Blocks out of 14 A 65 Sample : 14 blocks from consignment of every 5000 blocks or part thereof

(ii) Water absorption

-do- (Appx „E‟)

03 Blocks out of 14 B 130

(iii) Density -do- (Appx „A‟)

03 Blocks out of 14 B 100

(b) PCC solid block for walling

(i) Compressive strength

IS-2185 12 Blocks out of 18 A 65 Sample : 18 blocks from consignment of every 1000 blocks or part thereof

(ii) Water absorption

-do- 03 Blocks out of 18 B 130 These blocks to be checked for dimension and weight.

(iii) Density -do- 03 Blocks out of 18 B 130

CA NO. CEPZ-31/17-18 Serial Page No. 99

SPECIAL CONDITIONS Appendix „A‟

MATERIALS AND THEIR TESTS

1 2 3 4 5 6 7 8

7. Cement Flooring Tiles/ Terrazzo tiles

(i) Water absorption

IS-1237 (Appx „D‟)

06 tiles out of 18 B 200 Sample of 18 tiles from each source of supply selected at random.

(ii) Wet transverse strength

-do- (Appx „E‟)

-do- B 160

(iii) Resistance to wear

-do- (Appx „F‟)

-do- C 600

8. Burnt clay roofing tiles (hand made) as per IS-2690 Part-II)

(i) Water absorption

IS-3495 (Part-II)

06 tiles out of 12 B 235 Samples : 12 tiles from each source of supply selected at random.

Length 150mm to 250mm Width 100mm to 200mm Thickness 35mm to 50mm

(ii) Compressive strength

-do- (Part-I)

-do- A 200

9. Mangalore Pattern roofing tiles

(i) Water absorption

IS-654 (Appx „A‟)

06 tiles out of 32 B 200 Samples : 32 tiles from each consignment of 3000 tiles or part thereof. These tiles shall be checked for dimension

(ii) Breaking Load

-do- (Appx „C‟)

-do- B 130

10. Timber (i) Specific gravity and weight

IS-1708 Minimum „3‟ samples from a lot of 4 Cum or 250 pieces of seasoned timber

B 130

(ii) Moisture content

-do- -do- A 130

CA NO. CEPZ-31/17-18 Serial Page No. 100

SPECIAL CONDITIONS Appendix „A‟

MATERIALS AND THEIR TESTS

1 2 3 4 5 6 7 8

11. Water for Construction purpose

(i) Test of Acidity IS-456 & 3015

Once at the stage of approval of source of water

B 260 Also refer clause 4.3 of IS 456 and its subsequent sub clauses regarding suitability of water.

(ii) Test for Alkalinity

-do- -do- B 260

(iii) Test for solid content

-do- -do- C 330

12. Welding of steel work

Visual inspection test

IS-822 Clause 7.1

100% by visual inspection Work site

390 Specialized tests, their method and frequency to be decided on consideration of their importance by the Accepting Officer.

13. Timber panelled and glazed Door/ Window and shutters (Including factory made shutters)

(a) Dimensions, sizes, workmanship and finish

IS-1003 (Part-I)

Frequency of sampling from each lot shall be as under :-

A 200

Lot Size Sample size

26 to 50 05

51 to 100 08

101 to 150 13

151 to 300 20

301 to 500 32

501 to 1000 50

1001 and above 80

(b) Strength test

(i) Slamming IS-1303 From the each lot 5% of the factory made shutters shall be manufacturer tested for strength tests

(ii) Impact indentation

-do-

(iii) Shock resistance

-do-

(iv) Edge loading -do-

(c) Chemical Treatment test

- - - -

CA NO. CEPZ-31/17-18 Serial Page No. 101

SPECIAL CONDITIONS

Appendix „A‟ MATERIALS AND THEIR TESTS

1 2 3 4 5 6 7 8

14. Plywood (IS-303-1989)

(a) Moisture content

IS-1734-1983

(Part-I)

Six tests pieces cut from each of the boards selected

as per table shall be subjected to tests.

B 260 Sampling shall be as

per IS-7835-1975 Tables.

15. Wood particle board (medium density) IS-3097

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

Three tests specimens from each sample (Size 150mm x 75 mm)

A 65 Sampling shall be as per IS-3487-1983 with moisture meter

(b) Moisture content

-do- -do- A & B 65

(c) Water Absorption

-do- (Part-16)

-do- (Size 300 mm x 300 mm) A 65

(d) Swelling due to surface absorption

-do- (Part-17)

-do- (Size 125 mm x 100 mm) A 65

(e) Swelling in water

-do-

-do- (Size 200mm x 100 mm) A 65

(f) Modulus of rupture

-do- (Part-4)

Three test specimens as per IS-2380-77

B 100

(g) Screw withdrawal strength

-do- (Part-4)

-do- as per IS-2385 C 130

16. Reinforcement Steel Bars

a) Proof Bars IS –1786 As per Appx „D‟ of Tender B & C 220 Testing Charges as per set of test per diameter

b) Tensile strength

c) Elongation d) Bent test e) Rebent test

------------------------ Dy Dir (Contracts)(Signature of Contractor) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 102

PARTICULAR SPECIFICATIONS

1. GENERAL 1.1 Works under this contract shall be carried out in accordance with Schedule 'A', particular specifications, drawings, general specifications and other provisions contained in MES Schedule Part-I (2009) and Part-II (2010) read in conjunction with each other. 1.2 Term "General Specification" referred to hereinbefore as well as referred in IAFW-2249 (General Conditions of Contracts) shall mean the specifications contained in the MES Schedule 2009 (Part-I). 1.3 General Rules, specifications, special conditions and all preambles in the MES Schedule shall deemed to be applicable to the works 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 the tender documents and drawings, relates to relevant particular specifications and in its absence, general specifications. All references to MES Schedule/SSR in these specifications relate to Part-I of MES Schedule 2009 unless otherwise mentioned. Reference to only some paragraphs of MES Schedule have been made in these particular specifications but other paragraphs and provisions, as applicable, are also to be followed for all parts of Schedule 'A' provided in General Summary, if any, though not particularly mentioned hereinafter. 1.4 Where specifications for any item of work are not given in MES Schedule or in these particular specification, specifications as given in relevant BIS Code of Practice shall be followed. 1.5.1 Lump sum/Unit rates quoted by the tenderer shall be deemed to include for any minor details/items of work and/or constructions which are obviously and fairly intended and which may not have been included in these documents but which are essential for the execution and entire completion of work. Decision of the Accepting Officer as to whether any minor detail of work and/or construction is obviously and fairly intended to be included in the contract or not shall be final, conclusive and binding. 1.5.2 However, some of the minor details/items which shall be deemed to be essential for execution and entire completion of work are detailed, as under, for guidance :- (i) Reinforcement for any member not indicated in the drawings.

(ii) Dwarf wall in situations like verandah, opening, passage, etc not indicated in drawings. (iii) Lintels over doors, windows and openings not shown in drawings.

1.5.3 In all the above and in all similar cases, the details indicated elsewhere in the drawings which are similar or near to the missed out items of work shall be followed. In the absence of any other similar or near details, minimum essential requirement for completion of the work from structural and utility point of view shall be deemed to be included in the lump sum quoted. In the event of any dispute, decision of the Accepting Officer shall be final, binding and conclusive. 1.5.4 The Notes on the drawings (if any) to the effect that foundations are based on specified safe capacity of the soil are for the guidance of MES executive staff only. 1.5.5 Wherever reference has been given to the catalogue numbers of firms, the materials, articles and fittings etc, will be only of the make of the firm whose catalogue numbers have been indicated in the tender documents. 2.EXCAVATION 2.1 SITE CLEARANCE AND SURFACE DRESSING

CA NO. CEPZ-31/17-18 Serial Page No. 103

PARTICULAR SPECIFICATIONS

2.1.1 Before setting out the layout of building and commencing the construction, contractor shall carry out site clearance and surface dressing of the area as per clause 3.6, 3.8 and 3.10 of MES Schedule Part-I to the entire satisfaction of Engineer-in-Charge. The 'area' referred to implies the entire building plot extending upto three metres all around from the outer edge of plinth protection of the building. All rubbish obtained from the site clearance and all spoil obtained from surface dressing shall be removed (to a distance not exceeding 500m), spread and leveled. The ground level indicated is after site clearance/surface dressing. The cost of such work as may be necessary shall be deemed to be included in the contractor's quoted lump sum. However, in case buildings to be constructed under this contract are located on the area of site clearance, necessary change for not carrying out the site clearance and surface dressing shall be regularized through a deviation order. The surface dressing required for levelling purpose of site shall be deemed to be included in lump sum quoted by the contractor.

2.2 EXCAVATION AND EARTH WORK

2.2.1 Unit rates for buildings/structures in Schedule 'A' Part-I shall include for excavation and earth work in any type of soil (i.e. loose/soft/hard/dense). However, in the event of deviation involving excavation and earth work, the rate shall be the average of loose/soft soil and hard/dense soil.

2.2.2 The measurement of excavation shall be as explained in MES Schedule (Part-II) with the exception that separate quantities of soft/loose soil, hard/dense soil and mud shall not be worked out but these materials shall be grouped together as any type of soil as aforesaid.

2.2.3 Boulders and stones obtained from excavation shall be sorted out and neatly stacked at site by the contractor as directed by the Engineer-in-Charge, without any extra cost to the Govt. The aforesaid boulders and stones in stacks shall be issued to the Contractor @ Rs 500/cum. These boulders may be used in the work in soling/WBM/Hard Core/hand packing in retaining wall/Filling in wire crates etc, after breaking them into specified size as approved by GE. Balance boulders/stones, if required will be arranged by the Contractor and nothing extra shall be payable on this account. In case the quantity of Stone /boulders stones is more than what can be incorporated in the work, the balance quantity shall be the property of contractor and recovery shall be made @ Rs 500/cum. The necessary recovery shall be made from the respective RARs of the contractors.

2.2.4 If rock (soft/hard/disintegrated) is met at site, contractor shall immediately notify the fact to the GE in writing, who will after the verification, regularize the change through a proper deviation order.

2.2.5 The excavation shall be restricted to dimensions shown on the drawings. Excavation made, if any, in excess of required depth/width shall be made good by the contractor with cement concrete PCC M-10(Nominal mix) without extra cost to the Govt.

2.2.6 For dewatering/pumping, bailing out water, if met with during excavation due to water table, no extra payment shall be admissible to the contractor on any such account. No additional payment as stipulated in para 3.17 of SSR Part-II will be admissible. In the event of any deviation, no price adjustment shall be made for cost of bailing/pumping out etc. 2.2.7 The bed of the trenches, if in soft or made up earth, shall be watered and well rammed and any depressions thus formed shall be filled with approved earth as required to the level and slope as directed by Engineer-in-Charge. 2.3. FILLING IN TRENCHES/UNDER FLOORS 2.3.1 The approved earth obtained from excavation in foundations shall be used for filling in trenches, under floors and any other situation as specified after removing big stones, grass roots and vegetable moulds, or other organic matter. Earth mixed with small stones/pebbles (if approved by GE) is permitted for use in filling under floors and foundations. The filling around pipes, after the pipes are laid and tested shall however be with earth-free from pebbles/stones. Any additional earth required for the purpose of filling shall be arranged by the contractor at no extra cost to the department from outside of defence land.

CA NO. CEPZ-31/17-18 Serial Page No. 104

PARTICULAR SPECIFICATIONS

2.3.2 Filling under floors/sides of trenches shall be in layers not exceeding 250mm thick, and each layer shall be watered and well rammed. 2.3.3 REMOVAL OF SPOIL 2.3.3.1 Surplus spoil (obtained in Schedule 'A' Part-1) shall be disposed off/removed and spread at places as directed by the Engineer-in-Charge, to a distance exceeding 100 metres, but not exceeding 500 metres from the site of excavation, and levelled as directed by Engineer-in-Charge, without any extra cost to govt. 2.4 DRESSING AROUND BUILDINGS 2.4.1 After construction and before handing over any building, the area around, as defined here-in-before shall be dressed without extra cost to the Govt. Spoil obtained from surface dressing shall be removed to a distance not exceeding 100 metres, spread and levelled as directed by Engineer-in-Charge. 2.5 FOUNDATION AND PLINTH 2.5.1 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 through a proper deviation order. 2.5.2 For the purpose of reckoning the depth of the foundation, the average level of the ground after surface dressing shall be considered except at the places where cutting is involved.

2.6 PRECONSTRUCTION ANTITERMITE TREATMENT 2.6.1 Preconstruction anti-termite chemical treatment shall be carried out to surface which include bottom and sides of excavation in foundation of walls/columns, the back filled earth in immediate contact with the foundation structure, top surface of filled earth under floors, junction of walls and floors, soil under plinth protection, soil along external perimeter of the buildings and soil surroundings the conduits/pipes of buildings all as specified in clause 3.26.1 to 3.26.11 of MES SSR Part-I. 2.6.1.1 The work shall be got done as per IS-6313 Part-II 1981. 2.6.2 Antitermite treatment shall be got done through an approved specialised agency which is a member of Indian Pest Control Association holding valid licence 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 insecticides Rule 1971. The specialized agency shall be any of the following as approved by GE :-

a) M/S Pest Control Organisation of India, Jammu

b) M/S Murti Pest Control, 91, Sadar Bazzar, Meerut Cantt

c) M/S Pest Eradicators (India), 3/40 Hanuman Lane, New Delhi.

d) M/S JS Pest Control, Chandigarh

e) M/S Termite Control (India), 168 Abu Lane, Meerut Cantt.

CA NO. CEPZ-31/17-18 Serial Page No. 105

PARTICULAR SPECIFICATIONS

2.6.3 Antitermite treatment shall be carried out with any of the following chemicals/brands

(a) Chloropyriphos 20% EC :

i) Dursban - TC, manufactured by Dow Agro sciences India Pvt Ltd.

ii) Durmet, manufactured by Base India Limited .

iii) Termisafe, manufactured by Bayer (India ) Ltd.

iv) Rusban , manufactured by Jai Shree Rasayan Udyog Ltd.

(b) Lindane 20% EC :

i) Gammax 20, manufactured by M/S India Pesticides Ltd.

ii) Kanodane 20 EC, manufactured by M/S Kanoria Chemical & industries Ltd. 2.6.4 Chemicals brought to site in sealed containers in 5 ltr pack and above only, bearing ISI certificate marks shall only be permitted to be used. Chemicals shall be stored carefully at site. Seals of containers should be broken only in the presence of Engineer-in-Charge(EIC). Empty containers shall be removed off the site promptly. If on a particular day the contents of one full container could not be used in the work the container should be got sealed at the end of the day in the presence of the Engineer-in-Charge and opened when required in the presence of the Engineer-in-Charge. 2.6.5 The Engineer-in-Charge should work out on his own, the total requirement of chemicals required for the work as per specification and ensure that the full quantity is brought to site and used in the work. EIC should ensure that paid vouchers are produced by the Contractor for the full quantity of chemical required and brought to site and a record of such vouchers duly defaced by Engineer-in-Charge with his dated signature should also be kept on record. For this purpose entries should be made in the M.B. (not to be abstracted) indicating the brand name, quantity brought etc and signed by Engineer-in-Charge as well as the rep of the agency executing the work. 2.6.6 The defects liability period of antitermite treatment shall be 10 years and the contractor shall be responsible to keep the entire building free from termite infestation for a period of 10 years after the certified date of completion for the work by the GE. The contractor may obtain a similar guarantee from the specialist firm engaged by him for the purpose. 2.6.7 A sum equal to 0.25% of the quoted lump sum against buildings covered as per Schedule 'A' Part-I for which anti-termite treatment has been specified in Sch 'A' Note 6.1.1(d) will be held back 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 this period. Alternatively, the contractor may give a separate interest bearing security/fixed deposit or Bank Guarantee Bond from any Scheduled/Approved Bank to GE valid for 10 years for sum mentioned above. 2.6.8 Should the GE at any time during the construction or prior to the expiry of said Guarantee period of 10 years finds that the buildings have been infested with termites the contractor shall, on demand in writing from the GE specifying the bldgs complained of, notwithstanding that the same may have been inadvertently passed, certified and paid for, forthwith undertake to carry out such treatment which may be necessary to render the buildings free from termite infestation at his own expenses, till expiry of the Guarantee period of ten years from the certified data of completion. 2.6.9 In the event of contractor's failure to comply with GE's directions 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, however, extend beyond the period of the 10 years as elaborated in para 2.6.6 hereinbefore unless the notice was served on the contractor previously to rectify such defects.

CA NO. CEPZ-31/17-18 Serial Page No. 106

PARTICULAR SPECIFICATIONS

2.6.10 Security/fixed deposit/Bank guarantee shall be released to the contractor after the expiry of the period of ten years from the certified date of completion by the GE, provided always that the contractor shall first have been paid the final bill and have rendered a No Demand Certificate. 2.6.11 The contractor shall provide a 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 15mm thick in cement mortar (1:4) indicating the CA No, Name of the Contractor, the date of completion of work and the probable date of expiry of 10 years guarantee for antitermite treatment by engraving and painting (Black). The cost of antitermite treatment and plaster plates painting and engraved building No./date & year of construction as specified hereinbefore shall be deemed to be included in the quoted unit rate of the respective buildings.

2.6.12 Testing of chemical is mandatory from approved laboratory before incorporation in the work. The cost of testing shall be borne by the contractor. 2.7 HARD CORE 2.7.1 Hard core shall be of hard broken stone or boulders broken to gauge not exceeding 63mm. The material of hard core shall be well graded for providing dense and compact sub grade. Hard core shall be deposited, spread and levelled in layers not exceeding 15cm thick and watered and well rammed to a true surface and compacted with sufficient fine material. The thickness of hard core specified or indicated in the drawing, is the thickness after consolidation. Where thickness has not been mentioned it shall be 150mm consolidated.

2.8 CONCRETE FILLING 2.8.1 Where concrete filling/cinder filling is shown on drawings or specified elsewhere in the surrounding WC, sunken portion, etc. it shall be PCC M-10 with brick aggregate not exceeding 40mm gauge mixed with water proofing compound 3% weight of cement. Brick aggregate shall be well graded so that after consolidation, it provides dense and compact sub base. However, in case filling materials either not shown on drg or specified, the same is to be provided and its cost deemed to include in the quoted lump sum. 3.CONCRETE WORK 3. CEMENT 3.1.1 Contractor shall make his own arrangements to procure cement as specified here-in-after. The cost of cement, its transportation, storage, testing charges, its accounting and preservation etc till consumed in work shall be borne by the contractor. 3.1.2 Type of cement to be used in this contract shall be ordinary Portland cement, grade 43, conforming to IS-8112-1989/Portland Pozzolana Cement conforming to IS-1489-1991, unless otherwise specifically specified. Different type of cement, if so required, as per contract provisions, shall also be arranged by contractor at no extra cost to Govt. However, in water retaining structure such as overhead tank, static tank, floatation tank, etc. OPC shall only be used.

3.2 PROCUREMENT 3.2.1 Cement shall only be procured by the contractor directly from any of the main producers of cement as listed in Appendix „F‟. 3.2.2 Where total estimated requirement of cement in the work is less than 1200 bags , contractor can procure cement from the authorised distributor/dealers of the main approved producers as mentioned in Appendix 'F' here-in-after.

CA NO. CEPZ-31/17-18 Serial Page No. 107

PARTICULAR SPECIFICATIONS

3.2.3 Use of PPC : While using PPC, the following requirements shall be met with:-

a) PPC shall meet the strength criteria of 43 grade OPC as laid down in IS 8112-1989. b) The minimum period before striking formwork given in clause 11.3.1 of IS-456 shall be suitably modified at site by the GE. The contractor shall not claim any extra cost on this account. c) Mixing of OPC and PPC shall not be allowed in a work. d) While procuring PPC, the following requirements are to be ensured and certificate to that effect from the manufacturer shall be submitted by the contractor for each batch:-

(i) The quality of fly ash used is strictly as per IS-1489 (Part-I). (ii) The fly ash is inter ground with clinker and not mixed with clinker. (iii) The dry fly ash is transported in closed containers and stored in silos. Only pneumatic pumping has been used. (iv) The fly ash has been received from thermal power plants using high temperature combustion above 1000 Degree Centigrade. (v) The fly ash content in PPC is as per IS provision to achieve desired consistency.

3.2.4 Cement brought by the contractor at site(s) of work shall be in jute/polythene/paper bags containing 50Kg cement in each bag originally sealed by manufacturer. Cement for purpose of accounting shall be on the basis of the number of bags. Minor variation in contents of cement not more than 2% of weight of cement in a bag shall be permissible for purpose of accounting of cement bag. However, cement shall be incorporated in the work on actual weight basis without any additional cost. 3.2.5 Contractor shall produce purchase vouchers, test certificates and other valid documentary proof to the entire satisfaction of the GE for entire quantity of each consignment to prove that cement has been purchased from the main producers. The contractor shall also submit particulars of the manufacturer of cement for every lot for verification by the site staff and GE. 3.3 TESTING OF CEMENT 3.3.1 The manufacturer is to carry out inspections and testing of cement in accordance with relevant BIS provision. The contractor shall submit the manufacturer's test certificate in original along with the test sheets giving the result of each physical test as applicable and the chemical composition of the cement or authenticated copy thereof, duly signed by the manufacturer with each consignment. The Engineer-in-Charge shall record these particulars in the Cement Acceptance Register (Format given in Appx 'B' attached here-in-after).

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

CA NO. CEPZ-31/17-18 Serial Page No. 108

PARTICULAR SPECIFICATIONS

3.3.3 It shall be ensured that tested and untested cement is segregated and stored separately with distinct identification. Cement of different brands shall be stacked separately by the contractor. 3.3.4 If the test results on samples of a particular consignment are not within acceptable limits, the same shall be rejected and/or any bag of cement in godown showing indication of any setting shall be segregated and removed by contractor from the site within a week's time, with due permission of the GE for their removal. 3.3.5 Cement brought by the contractor shall be allowed to be incorporated in the work after satisfactory test results as per IS, of the sample sent for testing. GE shall inform the contractor, about the test result and permission to incorporate in the work, in writing. GE shall ensure that work „Pass‟ is embossed on both side of the cement bags of lot which has been found as per specification as per test result. 3.4 STORAGE/CONSUMPTION OF CEMENT 3.4.1 Cement in bags shall be stored in proper leak proof/damp proof storage godown, at least a 20cm high platform, away from walls, in such manner as to prevent deterioration due to moisture or intrusion of foreign matter, all as specified in clause 4.3.1 of SSR Part-I. The stacking of cement shall not be more than 10 bags. 3.4.2 For the purpose of keeping a record of cement procured and consumed in works, the contractor shall maintain a properly bound register in the form approved by the Engineer-in-Charge showing all procurements, quantity used in the work and balance in hand, at the end of each day and such other information as may be required to control the consumption of cement. Pages of the register shall be numbered and initialled by Engineer-in-Charge. This register shall be signed daily by the contractor or his representative as token of correctness of the entries made. In token to check, it shall be signed by MES representative also as follows :-

a) Daily by JE(Civil) in-charge of works. b) Twice in a week by the Engineer-in-Charge.

3.4.3 The said register shall remain at site of work, in the safe custody of the contractor and on demand same shall be produced for verification of Inspecting Officer. On completion of the work, the register shall be returned to MES. The cement godown shall be provided with two locks on each door. The key of one lock on each door shall remain with the Engineer-in-Charge or his authorised representative and that of the other lock with the contractor's authorised agent at site of work so that cement is removed from the godown according to daily requirements and with the knowledge of both the parties. 3.4.4 Foregoing provisions shall not, however absolve the contractor of his responsibility of incorporating required quantity of cement in various items of works as per contract provisions. 3.4.5. Cement shall be used in order of which it is received. It shall be ensured that only one type/make of cement is used in any structural member. 3.4.6 Cement shall not be more than 02 months old and shall be consumed within next 02 months of its packing.

CA NO. CEPZ-31/17-18 Serial Page No. 109

PARTICULAR SPECIFICATIONS

3.5 DOCUMENTATION 3.5.1 The contractor shall submit original purchase vouchers from the main producer 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 along with the relevant documents before acceptance. The original vouchers and the test certificates shall be defaced by the Engineer-in-Charge and kept on record in the office of the GE duly authenticated and with cross reference to the control number recorded in the Cement Acceptance Register. The cement Acceptance Register will be signed by the JE(Civil), Engineer-in-Charge, GE and the contractor. The Accepting Officer may order a Board of Officers for random check of cement and verification of connected documents. The entire quantity of cement shall be suitably recorded in the Measurement Book also for record purposes before incorporation in the work, as "Not to be abstracted" indicating the voucher number with dates, quantity, date of manufacture/expiry date etc. It shall form the basis to allow advance on account through RARs. 3.6 SCHEDULE OF SUPPLY 3.6.1 It shall be the responsibility of the contractor to arrange cement well in advance, to facilitate its testing, before use in the work. The contractor shall submit the programme of procurement of cement to the GE before the date of commencement of the works indicating date of procurement and quantity. 3.6.2 The Contractor shall ensure that procurement action is taken immediately after acceptance of the contract so as to adhere to schedule of activities as per CPM Net Work. 3.7 AGGREGATE 3.7.1 FINE AGGREGATE (SAND) 3.7.1.1 Grading for fine aggregate shall be within the limits of grading zone I to III as given in clause 4.4.7.2 of MES Schedule Part-I. Crushed stone sand of grading I to IV shall be used for concrete, brick/stone masonry & plaster work. 3.7.2 COARSE AGGREGATE 3.7.2.1 Unless specified otherwise in these particular specifications, coarse aggregate for all concrete work in all situations shall be graded crushed stone aggregate of approved quality. In case of any deviation, the rate for graded crushed stone aggregate shall be treated at par with the rate of graded stone aggregate as available in the SSR. 3.7.3 GRADING OF COARSE AGGREGATE 3.7.3.1 Graded aggregate of nominal sizes given hereunder, shall be used, unless specified otherwise in the specifications hereinafter:- (i) For all reinforced cement concrete of - 20mm graded thickness 80mm and above

(ii) For all reinforced concrete of - 12.5mm graded thickness less than 80mm (iii) For plain cement concrete 80mm - 40mm graded thick and over (iv) For plain cement concrete - 20mm graded 30mm to 80mm thick (v) For plain cement concrete - 12.5mm thick

less than 30mm thick

CA NO. CEPZ-31/17-18 Serial Page No. 110

PARTICULAR SPECIFICATIONS

3.7.3.2 Where due to less thickness of concrete, the use of 20mm graded crushed stone aggregate is not possible, the aggregate shall be of 12.5mm grading as specified in SSR Part-I without any price adjustment. However, in no case the nominal size of aggregate shall be greater than one fourth the minimum thickness of the member and further it should conform to the requirement given in Clause No 5.3 of IS 456-2000. 3.8 WATER : Water shall conform to the requirements stipulated in Clause 5.4 of IS 456-2000. 3.8.1 ADMIXTURE : Admixture, if used shall conform to the requirements stipulated in clause 5.5 of IS 456-2000.

3.9 MIX OF CONCRETE FOR WORKS 3.9.1 Unless otherwise specified elsewhere in these particular specifications, mix of cement concrete in various situations shall be as under :-

SITUATIONS TYPE OF CONCRETE

a) Lean concrete under foundation of walls/plinths/beams/toe beam/steps & in gaps between plinth beam/column footings.

: M-10 (Nominal mix)

b) Foundation concrete under column footings

: M-10 (Nominal mix)

c) PCC cills, PCC block for holder bats, holdfasts/lugs for doors, windows and ventilators , and plinth protection.

: M-15 (Nominal mix)

d) PCC in bed blocks/plates, kerbs padding, benching, splash stones, coping and PCC in any other situation (except sub floor/sub base of floor and flooring) not covered above.

: M-15 (Nominal mix)

d) PCC in bed blocks/plates, kerbs padding, benching, splash stones, coping and PCC in any other situation (except sub floor/sub base of floor and flooring) not covered above.

: M-15 (Nominal mix)

e) All RCC works except OH tank, static water tank, floatation tank &/or any water retaining structure.

: M-25 (Design mix)

f) OH tank, static tank, floatation tank &/or any water retaining structure and all RCC works below top of plinth beams including plinth beams.

: M-30 (Design mix)

Note : (i) Unless otherwise indicated PCC/RCC for the work covered under other than Schedule 'A' Part-1 shall be as specified in relevant Schedule or as specified in respective Schedule for Particular Specifications hereinafter or as shown on drawing, shall be followed.

CA NO. CEPZ-31/17-18 Serial Page No. 111

PARTICULAR SPECIFICATIONS

3.10 PREPARATION OF CONTROLLED QUALITY CONCRETE (DESIGN MIX CONCRETE) 3.10.1 The design mix shall be got done by contractor from National Test House, SEMT, CME, Regional Research Laboratories. IITs labs at his own expense & shall be got approved from the GE. The accurate mix proportions will be arrived at by means of number of trial mixes by changing water cement ratio, properties of fine and coarse aggregate fineness of modules of aggregates by changing their grading proportion etc. Attempt shall be made to make mix design as economical as possible. The mix of reinforced required for the work in various situations shall be all as described here in above. Controlled concrete shall be conforming in all respects to the specifications given in Indian Standard-456. 3.10.2 Tests shall be carried out as laid down in IS-516. Frequent test will have to be conducted in the laboratory of MES. Where authorised or any other laboratory as directed in the presence of Engineer-in-Charge and the authorised representative of the contractor to arrive at the strength of the cast the controlled (quality) concrete. The contractor must at his own expense cast the concrete test cubes of standard size of 15cm x 15cm x 15 cm as per IS-456 & cure them and hand over to authorised testing laboratory properly lacked in wooden packing cases. The contactor shall bear the cost of transportation and testing of concrete cubes or any other material required to be tested from site of work to approved Laboratory. 3.10.3 Design Mix shall be got carried out by the contractor from National Test House, SEMT/Regional Research Laboratories/Govt Engineering College/Govt approved lab and charges thereof shall be borne by contractor. Minimum cement contents in trial mix, meeting the strength requirement as per IS-456-2000 shall be approved by the GE and work shall be carried out accordingly. The Engineer-in-Charge shall maintain record of actual consumption of cement in proper register (other than cement register) and the record so maintained shall be signed by the contractor and Engineer-in-Charge. 3.10.4 In case of any change in source/quality of materials, fresh design mix shall have to be carried out and approved by the GE. 3.10.5 The exposure condition for design mix concrete shall be moderate. 3.11.1 SPECIFICATIONS FOR M-25 DESIGN MIX CONCRETE :

Specifications Reinforced Concrete (Below & above FFL) Type of mix : Design mix Grade : M-25 Type of cement : OPC 43 Grade/PPC Max Nominal size of agg : 20mm Min cement content : 360 Kg/Cum Max water cement ratio : 0.50 workability : 25-75mm slump Exposure Conditions : Moderate Max temp of the concrete at the time : Prevailing ambient temp of placing Method of placing : As specified. Type of Aggregate : Crushed stone aggregate as specified

Quality control : Good

CA NO. CEPZ-31/17-18 Serial Page No. 112

PARTICULAR SPECIFICATIONS

3.11.2 SPECIFICATIONS FOR M-30 DESIGN MIX CONCRETE :

Specifications Reinforced Concrete (Below & above FFL) Type of mix : Design mix Grade : M-30 Type of cement : OPC 43 Grade Max Nominal size of agg : 20mm Min cement content : 420 Kg/Cum Max water cement ratio : 0.45 workability : 25-75mm slump Exposure Conditions : Moderate Max temp of the concrete at the time : Prevailing ambient temp of placing Method of placing : As specified. Type of Aggregate : Crushed stone aggregate as specified Quality control : Good

3.12 IMPORTANT REQUIREMENTS OF REINFORCED CEMENT CONCRETE/ PLAIN CEMENT CONCRETE 3.12.1 (i) All the materials, workmanship, inspection and testing for the cement concrete of grade M-10 & M-15 (Nominal mix) to be used for PCC work shall be as per the requirements given in section 2 of IS-456-2000. ii) Testing of cement concrete cubes shall be carried out all as provided in Clause No 3.12.2 hereinbefore. The confirmatory tests when required by the GE shall, however, be carried out in MES laboratory situated in HQ CE Pathankot Zone, for which necessary facilities for casting of samples, curing and conveyance of samples etc shall be provided by the contractor at his cost. Testing in Zonal laboratory shall be carried out 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 cubes, the testing shall nevertheless be done by the Officer-in-charge of MES laboratory. The test reports shall be signed by the Engineer-in-Charge and the contractor and the same shall be maintained as a record. 3.12.2 All plain Cement concrete shall be mixed in a mechanical mixer with hopper of approved type. The coarse and fine aggregates for mixing of cement concrete shall be put in the hopper through measuring boxes. Under no circumstances measuring with other than electronic weigh batcher shall be allowed. However, in case of small quantity (i.e the quantity of concrete required being less than one batch of mix), the contractor may, after obtaining written permission of the Engineer-in-Charge be allowed hand mixing. Where hand mixing is permitted, it shall be carried out on a water tight platform and care shall be taken to ensure that mixing is continued until the concrete is uniform in colour and consistency. 3.13 IMPORTANT REQUIREMENTS FOR M-25 (DESIGN MIX) & M-30 (DESIGN MIX) 3.13.1 Compressive strength of cubes after 28 days shall be 25 N/Sqmm for M-25 (Design Mix) & 30 N/Sqmm for M-30 (Design Mix). Design mix shall be made as per clause 16 and Table 11 of IS 456-2000. 3.13.2 The minimum cement content for M-25 (Design Mix) and M-30 (Design Mix) shall not be less than 360 Kg and 420 Kg per cum respectively. No adjustment in rates/prices shall be made in case of variation in the quantity of cement based on Design Mix. Contractor‟s quoted rates shall be deemed to include for such variation, if any. 3.14 PRELIMINARY TESTS FOR TRIAL MIXES :

3.14.1 As soon as possible after receiving the order to commence work, the contractor shall make the trial mixes for concrete in presence of the Engineer-in-Charge, meeting the strength requirement as per IS-456-2000 and shall be approved by GE.

CA NO. CEPZ-31/17-18 Serial Page No. 113

PARTICULAR SPECIFICATIONS

3.14.2 From each trial mix, nine number preliminary test cubes of size 15x15x15cm shall be made and tested in accordance with IS-516. Three of these cubes shall be tested at seven days (i.e on 8th day from the date of casting) and another three at 28th days (i.e 29th day from the date of casting) and the remaining three cubes of the finally approved mix shall be preserved by the GE for one year after completion of work for test in case of subsequent check. 3.14.3 The test after seven days is intended only to give early indication of possible relations from the required strength. The average strength of these preliminary test cubes after 28 days shall not be less than that specified in Table 2 of IS-456-2000. If the difference between highest and lowest values of 28 days from any one trial mix is more than 15 percent of the average strength of the three cubes, testing is to be discarded and a further trial mix made. Any cube of mix not found satisfactory will be destroyed.

3.14.4 On the results of the above tests, the mixes actually to be used is to be agreed to and approved by the GE. However, the approval of the GE will not absolve the contractor of his responsibility for obtaining the required minimum strength. All tests results in support of mix design shall to maintained as a record of contract. 3.15 BATCHING & MIXING

3.15.1 All concreting shall be done with using Ready mixed concrete (RMC) fully computerized automatic concrete batching plant. The output capacity of RMC plant shall not be not less than 15 Cum/hrs. It shall have the facilities of data print-outs, presetting the quantity to be weighed with automatic cut-off when the same is achieved. 3.15.2 Ready mix concrete (RMC) shall be use without any extra cost to the Govt. The concrete to site shall be transported by transit mixtures. All the precautions shall be taken during the transportation and handling of concrete to achieve the desired strength, durability, etc. as envisaged in the mix design. Contractor has to get the approval from Engineer-in-Charge regarding source of ready mix concrete by giving the details of such plants indicating name of owner/company, its location, technical establishment, past experience and text of Memorandum of understanding (proposed to be entered between purchaser and supplier) who, after satisfying himself about quality/capability of the company, shall give approval in writing (subject to drawl of MOU). The MOU shall be drawn with RMC plant owner/company and submitted to Engineer-in-Charge within a week of such approval. The contactor will not be allowed to purchase ready-mixed concrete without completion of above formalities for use in this project. Notwithstanding the approval granted by Engineer-in-Charge in aforesaid manner, the contractor shall be fully responsible for quality of concrete including input control, production, transportation and placement etc. The Engineer-in-Charge will reserve the right to deploy his supervisor at plant site to inspect at any such stage and reject the material/concrete etc. if he is not satisfied about quality of material/product. 3.15.3 The design mix concrete will be designed based on principle given in IS-456, 10262 and SP 23 for each class of concrete indicating that the concrete ingredients and proportions will result in concrete mix meeting requirement specified.

3.15.4 In case of use of admixture and /or white cement, the mix shall be designed with these ingredients as well.

3.15.5 Nothing extra shall be paid for using admixture and/or white cement.

3.15.6 All measuring equipment shall be maintained in a clean and serviceable condition and their accuracy shall be checked at least once a month. 3.15.7 Only single sized stone aggregate shall be brought to site of work from the approved source. The grading of the stone aggregate shall be controlled by blending the aggregate of different sizes in the required proportions at site of work. The aggregate of different sizes shall be stock-piled separately, preferably a day before use. The grading of coarse and fine aggregates shall be checked as frequently as possible and as directed by the Engineer-in-Charge to ensure that the specified grading and quality of aggregate is maintained.

CA NO. CEPZ-31/17-18 Serial Page No. 114

PARTICULAR SPECIFICATIONS

3.15.8 It is important to maintain the water cement ratio constant at its specified or approved value by making adjustment of the moisture contents of both fine and coarse aggregates. The moisture contents in the aggregate shall be determined as frequently as possible in keeping with the weather conditions and as per the provisions of IS : 2386 (Part-III). 3.15.9 In case of any deviation, the pricing for RMC shall be done at par the rate available in the SSR for that very purpose.

3.16 TESTS 3.16.1 The following tests shall be carried out during the execution of work. Tests shall be carried out in accordance with IS-516 and IS-1959. The contractor shall provide all facilities and equipment for casting and curing of test cubes and conveyance of test cubes and other material for testing purpose to MES laboratory, the cost for which shall be borne by contractor. However, testing charges be levied from contractor for tests carried out in MES laboratory as specified here-in-before. a) WORKABILITY TEST : Workability test shall be as per clause 7 of IS-456-2000. b) SAMPLING & STRENGTH OF CONCRETE :

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

3.17 ACCEPTANCE CRITERIA 3.17.1 The concrete shall be deemed to comply with the strength requirement when the conditions given in clause 16 of IS-456 are met.

3.18 PLACING AND COMPACTION OF CONCRETE

i) Concrete shall be transported without delay and incorporated in works at the position of laying within 20 minutes from the time of discharge from the mixer. ii) Mixed concrete shall be deposited in final position and solidly packed around reinforcement, carefully poured and consolidated by means of portable vibrators or mechanically operated and of the kind as suitable or a particular situation as directed by the GE. Care shall be exercised that no voids or honey comb pockets are formed. The concrete shall not be laid in position for more than 1 mtr in height in one concrete operation.

CA NO. CEPZ-31/17-18 Serial Page No. 115

PARTICULAR SPECIFICATIONS

3.19 WATER CEMENT RATIO 3.19.1 The water cement ratio for the concrete shall be as per IS-456-2000. To achieve this water cement ratio, the moisture contents in respect of coarse aggregate and fine aggregate shall be tested and kept on record. The frequency of testing of moisture contents in respect of coarse and fine aggregate shall be as specified in Appx 'A' to Special Condition here-in-before. The amount of water required shall be adjusted depending upon the result of tests for the moisture contents carried out. For determination of moisture contents in aggregate IS-2386(Part-III) may be referred to. 3.20 CURING 3.20.1 The concrete shall be protected from premature drying for at least 8 days after pouring and shall be cured as directed by the Engineer-in-Charge for a period of not less than 14 days. 3.21 FORM WORK 3.21.1 Form work shall comply with requirements of para 4.11.6.1 to 4.11.6.5 and 7.15.1 to 7.15.10 of MES Sch (Part-I). 3.21.2 Formwork shall only be of steel of adequate strength with adjustable steel vertical props and other steel accessories and shall conform to IS 14687 : 1999 (Guide lines for false work for concrete structure). 3.21.3 Scaffolding shall be mild steel stand type only. It shall be double scaffolding having two sets of vertical supports. Steel scaffolding shall be erected in accordance with provisions contained in IS-2750 specification for steel scaffolding and relevant provisions of IS-3696 (Part-I) and Part-II. Please note that neither any hole shall be made in the brickwork nor any support of any element of the building shall be used for scaffolding. 3.22 EXPOSED SURFACE OF CONCRETE 3.22.1 Exposed (RCC/PCC)/Cement concrete surfaces, which are ultimately required to be finished by application of white/colour wash, distemper, cement base paint or oil paint etc shall be plastered with cement and sand mortar(1:3), minimum 5mm thick finished even and smooth after removal of form work. 3.22.2 Exposed surface of lintels, beams, columns etc, which are continuous with plastered surfaces of walls shall be plastered in the same manner as specified for the walls.

3.23 PRECAST CONCRETE ARTICLES 3.23.1 Cement concrete lintels with or without integrally cast chajjas upto 1.5 metre clear span, shelves, bed blocks/plates, cover slabs, fins and the like may either be precast or cast in situ at the contractor's option, unless otherwise specified elsewhere. If precast, these shall be set in cement mortar(1:3). In case of deviation involving these items, pricing shall be done on the basis of cast-in-situ work. 3.24 RCC CHAJJAS 3.24.1 RCC Chajjas (whether casted integral with the lintel or precast and embedded in the wall) shall be provided with a coved fillet of radius 75mm in PCC M-15(Nominal mix) preferably casted while the concrete is still green. 3.24.2 The top of chajjas/facia shall be treated with 15mm thick cement plaster (1:4) with water proofing compound and PCC M-15 (Nominal Mix) coving shall be provided and rounding at the junction of walls and chajjas/facia. 3.25 DRIP COURSE 3.25.1 Drip course shall be provided all as shown in drawings No CEPZ/C-TD/018/13 Sh 1/3 to 3/3

CA NO. CEPZ-31/17-18 Serial Page No. 116

PARTICULAR SPECIFICATIONS

3.26 PCC CILLS 3.26.1 PCC cills shall be provided under all windows/vents. PCC cill of windows shall be extended 100mm on either side of opening to the full bearing of wall and thickness shall be 50mm and shall be projected 50mm beyond the external face of the wall and shall have 12mm x 5mm groove as directed. 3.27 PCC CILLS COVERED WITH GREEN MARBLE 3.27.1 Wherever shown on drawing, 16 to 18 mm thick polished Udaipur green/Baroda green marble stone slab in one piece (machine cut) of approved quality shall be provided over 10 mm thick CM (1:3) bedding layer over PCC cills . The outer edges of the slab shall be bull nosed. 3.28.1 BEARING OF RCC STRUCTURAL MEMBERS 3.28.1 Irrespective of what is shown on structural drawings, bearing plaster shall be provided as specified/shown on TD drawing. Bearing plaster shall comprise of 20mm thick plaster in cement mortar (1:4) finished even and smooth treated with one coat of white wash and two layers of bitumen laminated water proofing building paper type-I weighing not less than 60gms/sqm each layer laid over it. However, in case of any deviation, bitumen laminated water proofing building paper shall be priced @ Rs. 20.00/Sqm for two layers. 3.28.2 All beams/ bressumers resting on masonry shall be provided with PCC bed blocks of PCC M-15(Nominal mix). The size of bed block shall be as indicated on drawing. In case size is not indicated it shall be 200mm deep, length equal to the width of beam plus twice the depth of block and width equal to the thickness of wall. 3.28.3 The bearing of lintels shall comprise of a full brick with vertical joints in brick work staggered.

3.29 JUNCTION OF RCC ROOF SLABS AND PARAPET WALLS, MOULDS/ FACIA/PIPE ETC(AS APPLICABLE) 3.29.1 PCC padding in the form of coved fillet of radius 75mm shall be provided in PCC M-15(Nominal mix) all along the junction of RCC roof slab and vertical projections as specified above.

3.30 PLINTH PROTECTION 3.30.1 Plinth protection in all situations as shown on drawings shall be provided with 75mm thick PCC M-15 (Nominal mix) over 75mm thick Hard core laid to slope of 1 in 12 over well consolidated earthen slope. The width of the plinth protection if not shown on drawing shall be 75cm. PCC shall be laid in alternate bays n. exc. 2 Sqm each and finished fair on top without using extra cement. 6mm wide joints shall be provided throughout the thickness of plinth protection in concrete bays. All joints in bays of concrete, shall be filled with mastic filling comprising of one part of heated bitumen Vg-30 grade and 3 parts of sand (all by weight). 3.31 PCC BENCHING 3.31.1 PCC Benching/stopper shall be provided as shown on drawings and the radius of the round portion shall be 75mm. 3.32 CONCRETE PADDING 3.32.1 Where the required height of walls, openings is not obtained with adequate size of PCC blocks/stone/brick, the same shall be obtained by providing concrete padding of PCC M-15(Nominal mix). 3.33SEISMIC STRENGTHENING PROVISION

CA NO. CEPZ-31/17-18 Serial Page No. 117

PARTICULAR SPECIFICATIONS 3.33.1 Seismic strengthening provision shall be provided to all the buildings all as per relevant IS &/or shown on structural drawings

3.34 RCC SHELVES 3.34.1 RCC shelves shall be provided as per details shown on drawings. Where the thickness of shelf is not indicated, it shall be 50mm finished thickness RCC shelves shall be finished in CM 1:3, 5mm thick where there is no other topping is specified / provided shown on drawing over it. The edges of RCC shelves shall be rounded off to a minimum radius of 5mm. 3.35 RCC JALI 3.35.1 RCC Jali (with mix 1:2 using aggregates of size 6 mm and below) shall be precast with wire reinforcement as per drawings (but not less than 4mm dia) and jointed in cement mortar (1:3). Thickness where not shown on drawings shall be 50mm. Faces of RCC jali shall have fair and even surfaces. Exposed surfaces of RCC jali shall be finished in CM 1:3, 5mm thick. In the event of deviation, RCC Jali shall be priced on cast in situ PCC type B0 subject to uniform percentage as derived out in BOQ ins Sch `A‟ Part –I. The type of RCC jali shall be as shown on drawings.” 4.BRICK WORK: 4.1 MATERIALS : 4.1.1 Fly Ash Bricks:- The fly ash bricks shall confirming to BIS : 12894 manufactured with cement

as additive(Refer clause 6.1 of IS:12894) only should be used in the work . The bricks shall be sound,

compact and uniform in shape and colour and having crushing strength not less than 75

Kg/Sqcm(Refer clause 6.5 of IS). Bricks shall have smooth rectangular faces with free lime and organic

matter. The bricks shall be hand or machine moulded. The bricks shall have frog of 100 mm in length,

40 mm in width and 10 to 20 mm deep on one of its sides. If made by extrusion process, the bricks

may not be provided with frogs. Fly ash shall conform to grade 1 or grade 2 of IS : 3812 : 1981 :

Specification for fly ash for use as pozzolana and admixture (First Revision

4.1.2 CEMENT : Refer clause 3 herein before. 4.1.3 SAND : Sand for mortar shall be as specified in clause 3.9.1 here-in-before. 4.2 WORKMANSHIP : 4.2.1 Unless otherwise specified here-in-after and/or shown on drgs, brick work in various situations shall be built in cement mortar, as under :- (i) Fly ash brick work in half brick thick - Cement Mortar 1:4 and under, the independent pillars and reinforced brick work including foundation and brick work in buildings having load bearing structure.

(ii) Fly ash brick work in all other situations - Cement Mortar 1:6

CA NO. CEPZ-31/17-18 Serial Page No. 118

PARTICULAR SPECIFICATIONS

4.2.2 Half brick thick wall of height more than 90cms shall be reinforced with two Nos 8mm TMT steel bars, placed horizontally at every fourth course, starting from top of first course from floor and anchored in wall/column at junctions. The anchorage length provided shall not be less than 100mm. Over laps, if any, required in the reinforcement shall not be less than 30cms. 4.2.3 In the event of deviations, brick work as specified above shall be priced at the applicable rates in MES Schedule (Part-II) for material and labour with sub class 'B' Bricks. 4.3 FI TIES : Brick masonry coming in contact with RCC columns shall be anchored to columns with MS flat iron ties, starting from 15cms above plinth beam/band/DPC. The MS iron ties shall be of 40mm x 3mm flat iron, 30cm long provided at every fourth course. At least 15cm shall be embedded inside the column. 4.4 DAMP PROOF COURSE 4.4.1 Irrespective of what is shown on drawings the DPC shall be provided for all masonry walls at plinth level except where plinth beams occurs. Damp proof course shall consist of a layer of 40mm thick PCC M-20(Nominal mix) using 12.5mm stone aggregates with water proofing compound confirming to IS-2645 liquid grade as per manufacturer instructions. A layer of hot blown bitumen of grade VG-30 shall be applied @ 1.2 Kg/Sqm over DPC after 14 days of curing. DPC shall be provided on half brick walls of height more than 2100mm. However in case of any deviation, the rate for hot blown bitumen of grade VG-30 shall be applied as available in SSR for paving bitumen . 4.4.2 Integral liquid water proofing admixture shall be of Make as specified in Appendix „F‟ and shall be conforming to IS-2645-1975, IS-9103-1999. It shall be mixed with cement concrete in the proportion and manner as given in manufacturer's instructions. Deviation, if any, shall be priced at the rate of 0.4% by weight of cement. 4.5 LAYING AND BONDING 4.5.1 Bricks shall be laid and bonded, all as specified in clauses 5.23 and 5.24 of MES Schedule Part-I as applicable to old size bricks (FPS conventional bricks). 4.5.2 Half brick walls upto 2100mm height shall rest directly on sub base of floor. Half brick walls above 2100mm height and dwarf walls shall be provided with foundations.

5.STONE MASONRY 5.1 Stone masonry works where indicated on drawing or specified in Schedule 'A' shall be provided with following specifications and shown on the drawings. 5.2 MATERIALS 5.2.1 Stone shall be of best quality, locally available obtained from approved quarries or from boulders after chiselling and hammer dressing. Stone shall be hard, sound, durable and free from defects like cavities, sand holes or any other defect that may adversely effect its strength and appearance. It shall be of uniform colour and texture. Stone boulders (in their original rounded shape) shall not be used in the stone masonry work. Boulders/stones obtained from excavation and issued under Schedule 'B' can also be used in the work without any price adjustment. 5.2.2 CEMENT : Refer clause 3 hereinbefore. 5.2.3 SAND : Refer clause 3.9.1 here-in-before.

CA NO. CEPZ-31/17-18 Serial Page No. 119

PARTICULAR SPECIFICATIONS

5.3. WORKMANSHIP 5.3.1 The stone masonry work shall conform to the general requirements specified in clauses 6.2.1 to 6.2.4, 6.7.1(a), 6.8, 6.9 & 6.10.1 of the MES Schedule Part-I. 5.4 TYPE OF STONE MASONRY 5.4.1 Random rubble masonry uncoursed where indicated shall be provided as specified in clause 6.10.1 of the MES Schedule and in accordance with Figs 7 & 8 on page 125 of the MES Schedule (Part-1). The stone masonry work shall be built in cement mortar 1:4 unless otherwise specified elsewhere in these specifications or in Schedule 'A'. In case contractor does the superior quality masonry, as per local practice than the masonry specified, nothing extra shall be admissible on this account to the contractor. Random rouble masonry shall be built in CM 1:6 unless otherwise specified. 5.4.2 Dry random rubble masonry uncoursed where indicated shall be provided as specified in clause 6.17 of the MES Sch (Part-1). 5.4.3 Bond stones of stone shall be provided as per details shown on the drawings at the rate of 2 Nos per sqm of the face area of wall and shall be staggered. If bond stones of stone are not available, precast PCC bond stone (M-15) may be provided by the contractor without any extra cost to the govt. 6.WOOD WORK 6.1 TIMBER 6.1.1 Timber for all joinery and wood work shall conform to specifications given in clause 7.3 of the MES Schedule Part-1 and shall be within the permissible limits of defects in clauses 7.4 and 7.5 of the MES Sch Part-1. 6.1.2 Timber shall be well seasoned whether air or kiln dried at the discretion of the contractor (except factory made door shutters which shall be kiln seasoned only) but without any price adjustments. The moisture contents of timber shall not exceed the limits laid down in clause 7.7 of MES Schedule Part-1. 6.1.3 Maximum permissible moisture content in timber used for various purpose is 12%. The contractor shall get the timber kiln seasoned tested to ensure that permissible moisture contents is not exceeded. 6.2 PRESERVATION OF TIMBER 6.2.1 Preservating antitermite treatment shall be carried out to all wood work and joinery fabricated by the contractor at site. Factory made wood based boards are not to be treated at site with any chemical. 6.2.2 Chemical used for antitermite treatment to woodwork and joinery shall be copper nepthanate or any other chemical specified in IS-401 applied in any one of the manners specified in the ibid IS. 6.3 SPECIES OF TIMBER 6.3.1 The species of timber and prefabricated wood products (ie plywood, wood particles board etc) shall be as specified below:-

CA NO. CEPZ-31/17-18 Serial Page No. 120

PARTICULAR SPECIFICATIONS

i) Paneled/glazed/wire gauzed shutter for doors (Styles, rails, glazing bars only, beading/ moulding fillets)

- Factory made shutter using IInd class hard wood

ii) Any wood work not covered above and hereinbefore

- First class hard wood (teak)

iii) Wooden plugs, cleats, choke stops etc. - Second class HW (SAL) 6.3.2 In the event of deviation the pricing shall be done at the rates given in SSR Part II. However, price adjustment will be made either to the unit for the building in Schedule „A‟ Part-I or while pricing any deviation on account of kiln seasonal as specified here-in-before, as the element is deemed to be included in the rates. 6.3.3 Paneled shutters shall be provided with beading all-round the panel inserts on one side of door. The size of beading shall be 20mm in width and tapered thickness from 10mm to 5mm. 6.4 PARTICLE BOARD 6.4.1 Particle board shall be of (medium density) general purpose, flat pressed, three layers, Gde-I (Exterior Grade ) type II using BWP type synthetic resin adhesive conforming to IS-3087 and shall be ISI Marked, all as specified in Para 12.13 of MES Schedule Part-I. Particle board shall be of uniform thickness and density throughout. Both the faces of particle board shall have sanded smooth finish. Where thickness of particle board has been shown as 20mm, it shall be read as 18/19mm. Exposed edges of particle board shall be with 6mm thick teak wood lipping and finish as specified. Sealant SR 998 shall be applied as per manufacturer‟s instructions on the edges of particle board before insertion or for fixing lipping to all particle board. 6.5 PLYWOOD 6.5.1 Plywood where indicated shall be BWR grade bonded with phenol formaldehyde synthetic resin adhesive and marked with IS -303 for general purpose plywood and IS-1328 for decorative face plywood. Facing shall be of teak veneer or commercial veneer as shown on drawing/specified. 6.6 PRE-LAMINATED PARTICLE BOARD 6.6.1 The prelaminated particle board in all situations shall be three layered exterior grade ISI marked (IS :12823 Gde I) with prelamination of approved shade on one side and balancing white on other side, irrespective of what is shown on drawings. 6.6.2 Pre-laminated particle Board 12/18/25mm thick as specified or of thickness shown on drgs, shall be melamine faced, 3 layered, flat pressed, grade wood as per IS 12823 (1990) and its core conforming to IS 3087 (1985) exterior grade, type II „grade I‟ ISI marked single sided (one side laminated/decorative) as indicated on drawings all as approved by GE. Wherever 18mm thick Pre-laminated particle board is indicated it shall be equivalent 18mm to 19mm thick unless otherwise shown on drawings, pre-laminated particle board for shutters shall be one side laminated/decorated the other side balancing white. Sealant SR-998 WP shall applied as per manufacturer‟s instructions on the edges of particle board before insertion or before fixing lipping. 6.7 SURFACE FINISH 6.7.1 Exposed surface of carpenters work shall wrought except surfaces buried of in contact with concrete/brick work etc which shall be left clear sawn.

CA NO. CEPZ-31/17-18 Serial Page No. 121

PARTICULAR SPECIFICATIONS

7. JOINERY 7.1 WORKMANSHIP 7.1.2 Joinery shall be wrought all over. Timber exposed to view shall be wrought and timber not exposed to view shall be clean sawn. The workmanship and fixing of joinery shall be as per clause 8.11 to 8.22 of MES Sch Part I. 7.1.3 The dimensions of the various components of joinery (other than block board shutters) shown on drawings, wherever at variance, shall supersede the standard dimensions mentioned in clause 8.20 of the MES Schedule Part I. However, for pricing deviations involving any joinery work, the rates in MES Sch (Part-II) for the corresponding joinery items shall be applicable. 7.1.4 Unless otherwise specified, all work both carpenter's and joiner's shall hold full dimensions as shown on drgs except that an allowance of 1.00mm shall be allowed for each wrought face. Wooden beads and fillets shall however, hold the full dimensions as shown on drgs. The contractor shall also maintain the overall sizes of the doors and windows etc. as shown on drgs. 7.1.5 Timber members upto 3.00 metre in length shall be in one piece. 7.1.6 Plugging to walls shall be done with wooden plugs as per clause 7.29 of the MES Schedule Part-I. 7.2 FACTORY MADE PANELLED/GAUGED/GLAZED SHUTTERS 7.2.1 All paneled/glazed/wire gauged shutters of doors shall be factory made, manufactured in accordance with IS-1003, made of well selected kiln seasoned, chemically pressure treated, 2nd class hardwood shall be all as specified in clause 6.3.1 (i) hereinbefore. Panel inserts shall be 12mm thick BWP grade ply commercial, conforming to IS specifications. Thickness of shutter shall be 35mm thick. Factory made shutters shall be procured from the manufacturers as listed in Appendix „F‟ here-in-after. 7.2.2 A Tolerance of (plus/minus) 3mm on width and height only shall be allowed, provided the shutter snugly fits into the frame. The thickness of shutters given in drawing shall be the finished thickness and no tolerance on this shall be permissible. 7.2.3 The GE should visit the factory when a lot of factory made paneled shutters are ready for despatch to site. The GE should ascertain whether the testing facilities are available for seasoning, preservative treatment of timber and shutters are manufactured as per IS-1003 specifications. 7.2.4 Testing of shutters is mandatory from Govt approved lab as per IS-1003 Part-I before incorporation in the work. Shutters shall be allowed to be incorporated in the work only after the GE is satisfied with the quality of the shutters brought by the contractor. The cost of testing shall be borne by the contractor. 7.3 FACTORY MADE FLUSH DOOR SHUTTER 7.3.1 Factory made flush door shutter wherever shown in drawing shall be 35mm thick factory made solid core construction with block board core and shall be ISI marked. Plywood face panel shall be of non decorative commercial on both sides bonded with phenol formaldehyde synthetic resin. Shutter shall be internally lipped. Flush door shutter shall be procured form the manufacturers as listed in Appendix „F‟ here-in-after.

CA NO. CEPZ-31/17-18 Serial Page No. 122

PARTICULAR SPECIFICATIONS

7.4 HDF DOOR SHUTTER High density fibre panel board (HDF) door as per location shown in drawing shall be provided as per details shown in drawings No. CEPZ/C-TD/039/13 sheet 1/2 & 2/2 respectively. Irrespective of whatever shown on drgs, the HDF door shutter (rails, stiles and core filling) shall be of timber having minimum bulk density of 450 Kg/m3 at 12 percent moisture content. The raised fibre board skin used in door shutter shall be of minimum thickness 3mm of phenolic bonded high density fibre board conforming to the requirements give in table-2 of IS-15380-2003 . HDF door shall conform to IS: 15380-2003 and shall be factory made (manufacturers as listed in Appendix „F‟ here-in-after) as approved by GE. Thickness of door shutter if not shown in drawing shall be 30mm thick. 7.5 PVC DOOR SHUTTER :- 7.5.1 Irrespective of what is shown on drawings and specified, doors for all WC/Toilets only shall be of PVC solid panel door shutters alongwith PVC door frame (chowkat) with 5mm thick PVC sheet panel and beading complete all as shown on drg No. ADG/2015/AR/001 Sheet 23/23 Thickness of door shutters if not shown in drg shall be 30mm thick. 8.BUILDERS HARDWARE 8.1. GENERAL 8.1.1 Items and quantities:-Hardware fittings shall be provided according to the scales indicated in the schedule of iron mongry on the relevant drgs and in conformity with any note that may be appearing on particular drawings. 8.1.2 In case the size of particular fitting is not given in the drawings, it shall be of size as decided by the GE. 8.1.3 All articles of builders hardware shall bear ISI marking. In case ISI marked articles are not manufactured, those shall conform to the relevant IS specifications given in the MES schedule for the relevant item. 8.1.4 Finish of articles shall be as specified in clause 9.2.4 of the MES Schedule Part-I. 8.1.5 Screws used for fixing the articles of builders hardware shall be as specified in clause 9.2.6 of the MES Schedule(Part-I). 8.1.6 Irrespective of what is shown on drgs, door handles, tower bolts and sliding door bolts & other such fixtures/fitting shall be aluminium powder coated anodised duly ISI marked for all buildings covered under Sch „A‟ Part-I 8.2 ARTICLES 8.2.1 BUTT HINGES 8.2.1.1 Butt hinges shall be cold rolled, mild steel, medium weight all as specified in clause 9.7.2 of MES Schedule Part-I.

CA NO. CEPZ-31/17-18 Serial Page No. 123

PARTICULAR SPECIFICATIONS

8.2.2 WIRE CLOTH 8.2.2.1 Wire cloth to be used for wire gauged shutters shall be galvanised mild steel with average width of aperture 1.18mm and nominal dia of wire 0.457mm all as specified in clause 9.25 and 9.32 of MES Schedule Part-I. 8.2.3 DRAPERY RODS 8.2.3.1 Drapery rods shall be of 25mm dia plastic coated and shall be in one length per window/door and provided with one number Funnel and bracket on each end. Rings shall be of appropriate size and shall be provided at 15cm C/C. Make of drapery roads as listed in Appendix „F‟ here-in-before shall be provided. Design & Colour shall be as approved by GE.

8.2.4 CURTAIN RODS 8.2.4.1 Curtain rod as per details shown in drawing, shall be provided to doors & windows in the locations as indicated on the drawings. Curtain rods shall be of 19 mm bore aluminium pipe fixed in bracket all as shown on drawing. 9.STEEL AND IRON WORK 9.1 GENERAL 9.1.1 All items of steel and iron work including steel for reinforcement required for incorporation in this contract shall not be issued under Schedule 'B'. Contractor shall make his own arrangements to procure steel and iron all as specified here-in-after. 9.1.2 Items of steel and iron brought to site by the contractor for incorporation in the work shall be free from defects all as specified in clause 10.4.5 and 10.17.6 of SSR Part-I and shall be conforming to IS specifications as given below :- (i) Structural steel standard quality - Conforming to IS-2062. (ii) Structural steel ordinary - Conforming to IS : 1977 quality

(iii) Reinforcement steel - (a) High strength deformed steel bars produced (TMT bars) by Thermo Mechanical Treatment Process

(TMT steel bars of grades Fe 500/Fe 500D and Fe 550/Fe 550D) meeting all other requirements of IS:1786 (b) For all water retaining structure and STP epoxy coated TMT (HYSD) Fe-500 confirming to IS-1786-2007

(iv) Galvanised steel sheet - Conforming to IS-277 (plain & corrugated) (v) Fabric Reinforcement for - Conforming to IS-1566 concrete

CA NO. CEPZ-31/17-18 Serial Page No. 124

PARTICULAR SPECIFICATIONS

9.2 MATERIALS 9.2.1 REINFORCEMENT STEEL 9.2.1.1 TMT steel bars manufactured by SAIL/RINL/TISCO and other makes as given in Appx `F‟ shall be procured directly from the manufacturers for the works. 9.2.1.2 Independent testing of steel by the GE shall be optional at the discretion of the GE in case of procurement of steel from main producers and testing charges shall be borne in accordance with Condition 10A of IAFW-2249 i.e. testing charges shall be borne by the Deptt if the test results are found in order otherwise these shall be borne by the contractor. However, the contractor at his cost shall provide all facilities required for the testing and cost of materials consumed in tests shall also be borne by the contractor. 9.2.2 STRUCTURAL STEEL 9.2.2.1 Structural steel shall also be procured form primary producers i.e. SAIL/RINL/TISCO. In case of non availability with primary producers, the structural steel can be procured form approved secondary producers (as mentioned in Appendix „F‟) who manufacturers structural steel out of ISI marked billet and are having BIS Certification of ISI marking on their protects 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 primary producers, there shall not be no price adjustment in use of structural steel procured from secondary producers. 9.2.2.2 Independent testing of structural steel by the GE shall be at the discretion of the GE in case of procurement from main producers and testing charges shall be borne in accordance with Condition 10A of IAFW-2249 i.e. testing charges shall be borne by the Deptt if the test results are found in order. 9.2.2.3 Independent testing of structural steel by the GE shall be mandatory in case of procurement from secondary producers and testing charges shall be borne by the contractor irrespective of outcome of test results. 9.2.2.4 In both the cases at sub Para 9.2.2.2 & 9.2.2.3 above, the contractor at his cost shall provide all facilities required for the testing and cost of materials consumed in tests shall also be borne by the contractor. 9.2.3 GALVANISED STEEL SHEETS & FABRIC RE-INFORCEMENT FOR CONCRETE 9.2.3.1 The galvanised iron sheets and fabric reinforcement for concrete shall be ISI marked and shall be procured from main manufacturers. Testing provision shall, however, be same as stated above at Para 9.2.2.2 to 9.2.2.4 above. 9.2.4 Structural steel and galvanised steel sheets and fabric reinforcement for concrete may be permitted from authorised dealers of main producers in case of total requirement of structural steel/galvanised steel sheet/fabric reinforcement of particular steel section for concrete is less than 2 tonnes. 9.2.5 Steel sections for railing, gates, fencing, guard bars, grills, steel chowkhats, 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.

CA NO. CEPZ-31/17-18 Serial Page No. 125

PARTICULAR SPECIFICATIONS

9.3 PROCUREMENT 9.3.1 The GE for every lot of steel shall obtain the particulars of the manufacturers/suppliers of steel from the contractor separately. The form given at Appendix „C‟ will be used for this purpose. 9.3.2 The Engineer-in-Charge and GE shall verify the original documents in support of the purchase of steel and will retain certified true copy of the results in GE‟s office. 9.3.3 The GE will ensure that contractor place their demand/requisition of steel with adequate lead time. The steel will be procured from the storage depots of the main producers/approved secondary producers and not from their authorised agents/dealers. 9.4 DOCUMENTATION 9.4.1 The contractor shall submit original purchase vouchers from the manufacturer for the total quantity of steel supplied under each consignment to be incorporated in the work. The GE alongwith the relevant documents before acceptance shall inspect all consignment received at the work site. The original vouchers and the Test Certificate shall be defaced by the Engineer-in-Charge and kept on record in the office of the GE duly authenticated and with cross reference to the control number recorded in the Steel Acceptance Register. The Steel Acceptance Register will be signed by JE, Engineer-in-Charge, GE and contractor. The entire quantity of all steel items shall be suitably recorded in the Measurement Book as not to be abstracted, before incorporation in the work and shall be signed by the Engineer-in-Charge and the Contractor. 9.5 TOLERANCE 9.5.1 Rolling and cutting tolerance of structural steel products shall be as specified in IS-1852. Tolerance on size and weight of reinforcement bars shall be as specified in clause 10.17.4 and 10.17.5 of SSR part-I. Steel with less weight than permissible shall not be used. 9.6 SCHEDULE OF SUPPLY 9.6.1 The contractor shall ensure that procurement action is taken immediately after acceptance of contract so as to adhere to schedule of activity as per CPM network. 9.7 STORAGE, ACCOUNTING, PRESERVATION AND MAINTENANCE 9.7.1 Structural steel/bars of different classification, sections, sizes and lengths shall be stacked separately. Steel shall be marked with distinct painting marks for easy identification. Steel shall be recorded in MB for record purpose only. 9.7.2 All steel shall be stored on dunnage atleast 15cm above ground level. Steel reinforcement shall be stored properly to prevent deterioration and corrosion. In case of long time storage, suitable protective measures like cement coating, provision of temporary shelter etc to save it from rusting/deterioration etc shall be taken. Any item of steel that has deteriorated or corroded or considered defective by Engineer-in-Charge shall not be used in the work and shall be removed from the site of work.

CA NO. CEPZ-31/17-18 Serial Page No. 126

PARTICULAR SPECIFICATIONS

9.8 TESTING OF STEEL

9.8.1 The manufacturer is to carry out inspections and testing of steel in accordance with the relevant BIS provisions. The contractor shall submit the manufacturer's test Certificate in original along with the Test Sheet giving the results of each mechanical test as applicable and the chemical composition of the steel or authenticated copy thereof, duly signed by the manufacturer with each consignment. The Engineer-in-Charge shall record these details in Steel Acceptance Register, as given at Appendix 'C' after due verification and send a certified true copy of test sheet to GE for his records. The GE/CWE shall also organise independent testing of random samples of steel drawn from various lots from National Test House, SEMT Wing CME, Regional Research Labs and NABL approved Lab, as per the recommended minimum frequency shown in Table at Appendix 'D'. Samples from each lot should be tested for quality and elongation. The elongation shall not be less than 18%. Cost of testing shall be governed as per Conditions of contract. The cost of samples, transportation & shall, however, be borne by the contractor. The records of such checks would be maintained in the steel test register.

9.8.2 Quality of steel shall be ascertained by following tests :- (i) THERMO MECHANICALLY TREATED BARS :

Tensile test, bend test and rebend test shall be carried out as per Clause 8 of IS-1786. Test specimen shall be taken as per clause 10 of IS-1786-1985. Minimum tensile strength, yield stress and minimum elongation for TMT steel bars of grades Fe 500/Fe 500D and Fe 550/ Fe 550D shall be as per clause 7 of IS-1786.

(ii) STRUCTURAL STEEL : Tensile test and bend test shall be carried out as per clause 7 & 8 of 'IS-2062'. Minimum yield stress shall be 240 N/Sqmm.

(iii) CHEMICAL TEST : Chemical test shall be carried out to ascertain chemical composition which shall conform to the norms laid down in relevant ISI codes. For TMT bars, Chemical Composition shall be as given in Appendix 'E' attached.

9.8.3.1 If the test fails and steel has been incorporated in the work, the further execution of work with that steel will be stopped and matter shall be referred to the Accepting Officer. The decision of the Accepting Officer regarding acceptance of work with the steel which has failed in test with price adjustment as decided by him or redoing the work with steel of proper specifications or any other decision shall be final and binding on the contractor. In case Accepting Officer decides to remove the sub standard steel, the work executed using sub standard steel shall also be demolished and site cleared by the contractor without any extra cost to the Government. 9.8.3.2 The TMT steel received from secondary producers shall be tested by GE/CWE in person, before incorporation in the works by simple field tests and records shall be maintained . However , CWE will carry out random checks where he has not tested the steel by himself and record his remarks in the steel test register. Simple field test involves sand papering the X-section of the TMT bars and dipping the same in chemical solution to give a clearly defined annular ring of tempered steel. The contractor at his cost shall arrange facilities for such tests.

CA NO. CEPZ-31/17-18 Serial Page No. 127

PARTICULAR SPECIFICATIONS

9.8.4 METHOD OF MEASUREMENT 9.8.4.1 All items of steel brought at site shall be entered in MB for record purpose "Not to be abstracted" before incorporation in the work and shall be signed by Engineer-in-Charge and the contractor indicating the diameters and length of bars, quantities, voucher number with date. It shall form the basis to allow advances on account through RAR's. While allowing advance on such materials, quantities so entered in MB shall be reduced by 2% to account for waste and off cuts and every care shall be taken to ensure that all such quantities will be utilised in the work. 9.8.5 RECORD OF MEASUREMENTS 9.8.5.1 Before casting of concrete, reinforcement incorporated shall be measured by rep of GE and contractor jointly. These measurements shall be entered in a register for the purpose of record and shall be signed by contractor's rep and Engineer-in-Charge. Proper reference of Drg. No., location, date etc. shall also be given therein. 9.8.6 WEIGHT CONVERSION : 9.8.6.1 Conversion factor for various sections/sizes of steel shall be as per conversion tables given in SSR. Where conversion table is not available in SSR, IS conversion. NOTES :-Mixing of different types and grades of bars shall not be done in the same structural members as main reinforcement to satisfy clause 26.1 of IS-456 of 2000 shall be avoided. 9.9 STEEL REINFORCEMENT : 9.9.1 TMT bars shall be provided irrespective of whatsoever shown on drawings. 9.9.2 Reinforcement shall be fabricated and placed in position all as shown on drawings and specified in clause 10.17 to 10.22 of MES Schedule (Part-I) without application of heat. 9.10 WELDING : 9.10.1 Welding wherever shown on drawings shall be by metal arc process in accordance with IS-816 and IS-823. 9.11 GUARD BARS 9.11.1 Irrespective of what is shown on drawings, mild steel guard bars shall be provided to all steel windows and ventilators all as specified and shown on drawings as per detail shown on drawings 9.12 HOLD FASTS/LUGS 9.12.1 Flat iron hold fasts/lugs shall be provided by welding as and where shown on drgs, (however minimum thickness shall not be less than 5mm) except those 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. The hold fasts/lugs shall be embedded in PCC 1:2:4 blocks (Type B) for one brick thick and over shall be of size 230x230x150mm and that for half brick wall shall be 230 x 115 x 150mm for doors and 100x100x100mm for windows/ventilators respectively. However, GE may allow to use adequate number of approved DASH THRIUGH fasting bots in case of steel windows/doors to be feed with RCC columns where not shown on drawing without any price adjustment.

CA NO. CEPZ-31/17-18 Serial Page No. 128

PARTICULAR SPECIFICATIONS

9.13 EXPANDED METAL SHEET (XPM) 9.13.1 Irrespective of what is shown on drawing the expanded metal sheet (XPM) shall be of following size:-

a) SIZE OF MESH (NOMINAL)

i) Short way of mesh (SWM) = 12.5mm ii) Long way of mesh (LWM) = 50mm

b) DIMENSIONS OF STRANDS i) Width = 2.50mm ii) Thickness = 1.25mm

9.14 STEEL WINDOWS/VENTS 9.14.1 GENERAL 9.14.2 Standard steel windows of over all sizes shown on drawing shall be provided alongwith all standard fittings in the situation shown therein. Minor variation in overall sizes to suit the standard practice of the manufacturers will however be accepted without any price adjustment”. 9.14.2.1 Standard steel windows of overall sizes shown on drawing shall be provided in the situation shown therein minor variation in overall sizes to suit the standard practice of the manufacturers will however be accepted without any price adjustment. 9.14.2.2 Pressed steel window frame and shutter shall be provided/ manufactured all as per relevant drawings. These shall be got manufactured from any of the manufacturers given in Appendix 'F'. Pressed steel frame shall be filled with PCC M-10 (nominal mix) using 12.5mm graded crushed stone aggregate before fixing in position. 9.14.2.3 Fixed and openable shutter frames shall be fabricated of sections specified hereinbefore, corners welded to form a solid fused welded joint. The process of welding adopted shall be flash butt welding which gives a continuous and solid joint all along the place of meeting of the members. Welds shall be properly ground and left with no protrusion of welding material at the joint. Steel frame in contact with masonry/concrete shall be tarred and other exposed surfaces shall be painted as specified here-in-after. 9.14.2.4 In case of any deviation pricing of steel window/ventilator with frames shall be done at the net rate of Rs. 75.00/Kg. No deviation percentage will be added on rates mentioned hereinbefore. Rate is net and inclusive of all overhead charges. 9.15 STEEL WINDOWS/VENTS (BOX TYPE) 9.15.1 GENERAL 9.15.2 Standard steel windows of over all sizes shown on drawing shall be provided alongwith all standard fittings in the situation shown therein. Minor variation in overall sizes to suit the standard practice of the manufacturers will however be accepted without any price adjustment”.

CA NO. CEPZ-31/17-18 Serial Page No. 129

PARTICULAR SPECIFICATIONS

9.15.2.1 Standard steel windows of overall sizes shown on drawing shall be provided in the situation shown therein minor variation in overall sizes to suit the standard practice of the manufacturers will however be accepted without any price adjustment. 9.15.2.2 Steel windows box type for frame and shutter shall be provided/ manufactured all as per relevant drawings. These shall be got manufactured from any of the manufacturers given in Appendix 'F'. All steel windows shall be ISI marked (engraved). 9.15.2.3 Fixed and openable shutter frames shall be fabricated of sections specified hereinbefore, corners welded to form a solid fused welded joint. The process of welding adopted shall be flash butt welding which gives a continuous and solid joint all along the place of meeting of the members. Welds shall be properly ground and left with no protrusion of welding material at the joint. Steel frame in contact with masonry/concrete shall be tarred and other exposed surfaces shall be painted as specified here-in-after. 9.15.2.4 In case of any deviation pricing of steel window/ventilator with box type frames shall be done at the net rate of Rs. 75.00/Kg. No deviation percentage will be added on rates mentioned hereinbefore. Rate is net and inclusive of all overhead charges. . 9.16 PRESSED STEEL FRAMES FOR DOORS 9.16.1 Machine Pressed steel frames for doors including chock stop shall be fabricated from 1.25mm thick mild steel plain (Black) sheet (comply with the requirement of IS-4351) and shall be provided all as per details shown on drawings and as specified in clause 10.27 of MES Schedule (Part-1). Pressed steel frames shall be filled with PCC M-10 (Nominal mix) using 12.5mm size crushed stone aggregate before fixing of door frame in position including providing shock absorbers. Steel surfaces in contact with PCC/masonry shall be tarred and other exposed surfaces shall be painted as specified here-in-after. The pressed steel door/cup board frames shall be factory made of manufacturers given in Appendix 'F'. 9.16.2 Fixing of hinges to the frame : Mild steel flat iron measuring 120x30x6mm thick shall be welded inside to the pressed steel frame for fixing of the butt hinges with screw from outer side of the frame. Mortar guard sheet 1.25mm thick around MS flat iron to be provided behind the hinges. The plate shall be threaded to the required size of the machine screw. 9.17 RAILING/PARAPET FOR STAIR CASE/VERANDAH/BALCONY 9.17.1 Parapet/railing shall be provided all as shown on drawings. All iron and steel work (other than stainless steel items) shall be given two coats of synthetic enamel paint over a coat of primer. Hand rail, if indicated of wood, it shall be made of Ist class hard wood „Teak‟ and shall be french polished. Galvanised iron pipe shall be of medium grade and all stainless steel items shall be of SS-304 grade. Teak wood handrail shall be in one price for each flight. 9.17.2 Unless otherwise shown on drawings baluster of stair case and vertical members of railing shall be embedded 100mm deep in concrete of RCC slab/stair steps. In case of stainless steel railing, baluster shall be embedded/ fixed all as per manufacturer‟s instructions.

CA NO. CEPZ-31/17-18 Serial Page No. 130

PARTICULAR SPECIFICATIONS

9.18 STEEL ROLLING SHUTTERS 9.18.1 Steel rolling shutters, wherever indicated on drawings, shall be provided as per clause 10.23 of MES Schedule Part-I. The thickness of curtain lath shall be 1.25mm. The rolling shutters shall conform to IS-6248. Type of rolling shutter shall be as per clear area of the opening as specified in clause 10.23.1 of SSR. Rolling shutter shall be complete with all accessories as specified in MES Schedule including safety lever locks. 9.18.2 Make/Manufacturer‟s name : (a) M/S Rama Rolling Ltd. (b) M/S Prakash Brother Ltd. or any other make as approved by GE 9.19 COLLAPSIBLE STEEL GATES 9.19.1 Collapsible steel gates shall be provided all as per clause 10.24 of MES Schedule Part-I. It shall be top hung with double leaves. 9.20 ANGLE IRON NOSING 9.20.1 Irrespective of what is shown on drawings, the Nosing to all brick/RCC steps (except where kota stone or marble stone topping is indicated/provided) shall be provided with MS angle iron nosing of size 40x40x5 mm fixed with hold fast of 3 number of 200mm long all as specified and shown on drawings/directed by Engineer-in-charge.” 9.21 ALUMINIUM WINDOWS/ALUMINIUM FIXED GLAZING 9.21.1 Where shown on drawing, Aluminium windows/fixed glazing shall be powder coated anodized of approved design complete all as per details shown on drawings. The thickness of aluminium section, if not shown/indicated on drawings shall be 3.18mm. 9.22 ALUMINIUM DOORS 9.22.1 Aluminium door shall be powder coated anodized of approved design complete all as shown on drawings with all fixing arrangement including providing and fixing door handles, tower bolts and provision for fixing floor springs/door closer and cylindrical lock including neospreme lining. The member shall be make out of extruded aluminium sections comprising of the following:- (a) Shutter Verticals members 47.20x44.45x3.18mm weighing 1.50Kg/RM (b) Shutter top members 47.62x44.45x3.18 weighing 1.50Kg/RM (c) Shutter Bottom member 114.30x44.45x3.18mm weighing 2.646 Kg/RM (d) Shutter lock rail 63.50x44.45x2.40mm weighing 1.679Kg/RM (e) Frame work for aluminium doors shall be done using member 114.30x44.45x3.18mm

weighing not less than 2.646 Kg per Running metre. Note for clause No 9.21.1: The above sections shall be from as per Appendix „F‟. The contractor is at liberty to choose section from approved makes with minor variation in sizes and weights on higher side as approved by GE. However, nothing extra shall be paid for over size and over weight sections. The plain/tinned glass sheets shall be provided as indicated on drawings. However in case the thickness is not shown on drg, the same shall be of thickness 5.5mm for doors and 5mm for windows shall be provided. Make of Glass and fabrication of aluminium door shall be as mentioned in Appendix „F‟.

CA NO. CEPZ-31/17-18 Serial Page No. 131

PARTICULAR SPECIFICATIONS

9.23 ALUMINIUM GRILLS 9.23.1 Unless otherwise shown on drawing or specified in particular specification, the aluminium powder coated anodised gills shall be 4mm wide aperture with (or)3.15mm thick. 10. RCC ROOF 10.1 RCC roof slabs shall be laid to the slope as shown in drawings. Slab surfaces shall be roughened and 15 mm thick plaster in CM 1:4 mixed with water proofing admixture shall be applied on roof slab when the concrete is still green to bring it to level and grade as specified. 10.1.1 After RCC slab is laid, plastered as above and fully cured and set, ponding shall be done over RCC slab by filling water which shall be kept there for 48 hours. In case a slightest indication of seepage/ leakage is noticed, the same shall be rectified by grouting the affected portion at no extra cost. Thereafter ponding test shall be repeated till these is no indication of seepage/leakage. A proper record for ponding Test of RCC slabs shall be maintained by GE. 10.2. WATER PROOFING TREATMENT TO RCC ROOF SLAB.

10.2.1 Water proofing treatment shall be provided with Moisture Cured High Tensile Elastomeric Modified Poly Urethane Based Liquid Membrane on prepared surface as per manufacturer‟s instructions and under strict supervision of manufacturer technical representative.

10.2.2 The water Proofing treatment to RCC roof shall be consisted & provided as mentioned below:-

(a) The surface to be cleaned of all foreign material such as fungus, moss, dust etc. by wire brushing and dusting.

(b) Sprinkle water on the surface and ensure water does not stand any where. If it is so, the roof surface shall be levelled with cement mortar (1:3).

10.2.2.1 Moisture Cured High Tensile Elastomeric Modified Poly Urethane Based Liquid Membrane (As per ASTM C-836 AND C-898) :- Prime the surface with tar extended anti-root primer-cum-sealer, @ 400 grm /Sqm and allow it to touch dry. Apply 1st coat of elastomeric modified poly urethane based liquid by airless spray gun while the primed surface is tacky. Spread non-woven geo-textile mesh of 50 grm with overlaps of 50 mm in both directions when the surface is still tacky. Allow 1st coat to dry for 10–12 hr. Apply 2nd coat of elastomeric modified poly urethane based liquid by airless spray. Thickness of both the coating of elastomeric modified poly urethane based liquid membrane in dry condition shall not be less than 1.5mm. Sprinkle sand @ 200 grm / Sqm over the final vertical coating when the surface is still tacky to facilitate plastering. Ensure final curing time of 36 hrs before allowing / carrying out any further work. Extend waterproofing treatment up to 200 mm and terminate into groove on the parapet wall. Fill the groove with polymer modified concrete mortar. Apply 15 mm thick plaster in CM(1:4) admixed with integral water proofing corrosion inhibitor and workability enhancer compound like Shaliplast LW++ @ 200 ml / bag of cement for vertical protection. Conduct ponding test after 7 days of curing at ambient temperature. Spread separation layer of 200 grm geo-textile with overlap of 50 mm in both directions on fully cured waterproofed surface before laying protection screed. Protect the surface with 50mm thick, PCC (1:2:4) admixed with integral waterproofing compound @ 200 ml / bag of cement with galvanised chicken wire mesh ensuring a gradient of 1 : 100 towards drain.

CA NO. CEPZ-31/17-18 Serial Page No. 132

PARTICULAR SPECIFICATIONS

Characteristics - Physical

Application Airless Spray Colour Black

Tack free time, hr 8 -10 Final cure time, hr 36 – 48

Solid content, % 92 ± 2 Loss of weight, % 8 ± 2

Swelling in water Nil VOC Content, gm /

kg

80 ± 10

Service temp, range, degree

Centigrade

- 40 to + 70 Chemical stability Resistant to most

mild acids /

alkalis Theoretical Coverage *, 1 mm DFT

* Depending upon surface condition

1.2 Kg/Sqm

Characteristics - Technical

Elongation, % ASTM D-412 700 ± 50

Hardness Shore A ASTM D-2240 50 ± 5

Crack bridging at low temperature at minus 9 Degree

Centigrade , mm

ASTM C 836 ≤ 1.5

Adhesion to primed concrete, Pull-off strength, MPa ASTM D 4541 2.50 ± 0.50

Tensile strength, MPa # ASTM D-412 2.0 ± 0.20

Extension after heat aging, mm ASTM C 836 6.4 with no

cracking

10.2.3 Manufacturer/approved agencies for membrane shall be as under :-

(i) M/s Texsa India Ltd (ii) M/s Hydro Tech Ltd A-4/8, Ist Floor, DLF City Phase-I 17 Shiv Bagh, Arncer Pet Gurgaon – 122002 Hyderabad – 16 (iii) STP Ltd (iv) M/s MK Petro Products (India) FAX No 011-3632167 180-C Jeevan Nagar New Delhi-110044

(v) M/s Pidilite Industries Ltd Ram Krishna Mandir Road (vi) M/s Torch Tar Membranes &

PB No 17411, Andheri (E) Bitumen Products Pvt Ltd Mumbai – 400059 Delhi

(vii) M/s Sika India Pvt Ltd, 505/506, 5th floor Elegance Tower, Jasola New Delhi-110025

10.2.4 At least one test consists of three sample specimen at random from each lot shall be tested from the govt approved lab before incorporating in the work. The testing charges shall be borne by the contractor.

CA NO. CEPZ-31/17-18 Serial Page No. 133

PARTICULAR SPECIFICATIONS

10.2.5 In case the roof is accessible, PCC tiles of size 300x300x25mm thick shall be laid over a separate layer of geotextile over treatment. The tiles shall be laid over 10mm thick in CM 1:4 and jointed and provided in CM 1:3 10.3. FLOODING TEST TO RCC SLABS : 10.3.1. The contractor shall carry out flooding test of each RCC slab after 28 days of curing of RCC slabs. In case of roof slab in addition to above flooding test for second time shall be carried out on completion of the water proofing treatment. Flooding test shall be carried out by forming earthern bunds over part of the roof slab and at selected locations as directed by the GE. Water will be pounded for a minimum depth of 50mm and shall allowed to remain over the terrace/roof for a period of 72 hours. During this period if any defects such as leakage, seepage, wet patches etc. are noticed, it shall be rectified by the contractor to the satisfaction of the GE. In case of leakage more tests shall be carried out at the discretion and to the entire satisfaction of GE. 10.4 WATER PROOFING TREATMENT OF RCC CHAJJA/FACIA 10.4.1 Top of RCC Chajja/Facia shall be treated with 15mm thick cement plaster (1:4) with water proofing compound and PCC M-15 (Nominal mix) coving shall be provided and rounding at the junction of walls and chajjas/facia. 10.5 GUARANTEE: 10.5.1. The defects liability period of water proofing treatment shall be 10 years and the contractor shall be responsible to keep the entire buildings free from leakage/seepage for a period of 10 years after the certified date of completion for the work by the GE. The contractor may obtain a similar guarantee from the specialist firm engaged by him for the purpose. 10.5.2 A sum equal to 0.25% of the quoted lumpsum against buildings covered as per Schedule „A‟ Part-I for which water proofing treatment has been specified, will be held back 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 this period. Alternatively, the contractor may give a separate interest bearing security deposit or bank guarantee bond to GE valid for ten years for sum mentioned above. 10.5.3 Should the GE at any time during the construction or prior to the expiry of said Guarantee period of 10 years finds that there is seepage/leakage in the buildings wherein water proofing treatment has been given under the contract, the contractor shall on demand in writing from the GE specifying the bldgs complained of, notwithstanding that the same may have been inadvertently passed, certified and paid for, forthwith undertake to carry out such treatment which may be necessary to render the buildings free from leakage/seepage at his own expenses, till expiry of the Guarantee period of ten years. 10.5.4. In the event of contractor's failure to comply with GE's directions 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, however, extend beyond the period of the 10 years as elaborated in Para 10.5.1 hereinbefore unless the notice was served on the contractor previously to rectify such defects. 10.5.5. Security deposit/Bank guarantee shall be released to the contractor after the expiry of the period of ten years from the certified date of completion by the GE, provided always that the contractor shall first have been paid the final bill and have rendered a No Demand Certificate. 10.5.6 The contractor shall privde a plaster board of adequate size but not less than 45cmx30cmx2cm thick in CM (1:4) on all buildings as directed by the Engineer-in-Charge and indicating thereon the CA No, Name of Contractor and date of expiry of the guarantee period. The cost of plaster plate is deemed to be included in cost of the building.

CA NO. CEPZ-31/17-18 Serial Page No. 134

PARTICULAR SPECIFICATIONS

10.6 WATER PROOFING TREATMENT TO SUNKEN SLAB/PORTION

10.6.1 The water proofing treatment to sunken slab /portion shall be provided as mentioned below:- (a) The sunken slab shall laid to a slope of 1:40 outwards with GI pipe (MG) spout as shown on drawing, projecting atleast 150mm beyond outer face of wall. A coving of 75mm size shall be provided using PCC M-15 type B0 at the junction of vertical and horizontal surface of the sunken floors. (b) 15mm thick plaster in cement sand mortar (1:4) mixed with water proofing compound (conform to IS 2645-Specifictions for integral cement water proofing compound) as approved as per manufacturer‟s instructions shall be applied both on floor and wall. The surfaces then shall be cured and allowed to dry. All the joints of pipe shall be sealed properly as per the instruction of agency who is carrying out water proofing treatment. (c) Apply a coat of Moisture Cured High Tensile Elastomeric Modified Poly Urethane Based Liquid Membrane on floor as well as on wall as per manufacturer‟s instructions of make/manufacturers as specified in clause 10.2 here-in-before. After the treatment is over, sunken portion shall be kept full of water for atleast one week to check that no seepage is seen from the external surface. (d) Sunken floor then shall be filled with PCC M-10 (Nominal mix) using 20mm graded crushed stone aggregate complete all as specified to receive floor toping as specified after carrying out the required tests of water proofing.

10.7 RAIN WATER PIPES AND ACCESSORIES

10.7.1 Where ever Rain water pipes shown on drawings, the same shall be of PVC (S.W.R) pipes Type „A‟ conforming to IS:13592 and fittings conforming to IS:14735 of makes as specified in Appendix

„F‟. The diameter of rain water pipe shown/indicated on drawings as 100mm and 150mm, the same shall be amended to read as 110mm and 160mm respectively. The pipes and fittings shall be secured

to walls below all joints with mild steel holder bat clamps as specified in clause 11.34.5 of the MES Schedule Part-I. The colour of pipes shall be as decided by GE. The pipes and fittings shall be jointed with rubber rings and fixed to walls as indicated. 10.7.2 Wherever pipe as indicated „PVC‟, the same shall be read as „UPVC (SWR)‟. In case of any deviation in „UPVC‟ pipe, rate of MES schedule for PVC (SWR) shall be applicable subject to deviation percentage. 10.7.3 Where the pipes have been encased in masonry/brick work/concrete works, bracket/holder bat clamps etc need not be provided for fixing the pipes. Bends will be acceptable in lieu of shoe or nose, without any price adjustment. Irrespective of what is shown on drawing, the gap between shoe/bend & plinth protection/splash stone shall be packed with PCC M-10 (Nominal mix). Sealing compound “M” seal or equivalent shall be provided around rain water pipes passing through RCC chajjas/roof projections as shown on drawings. 10.7.4 The grating shall be of CI round type weighing not less than 0.5 Kg each, provided and fixed of the inlet of rain water pipe. 10.7.5 Splash stones as specified here-in-before shall be provided below the rain water pipe. 10.7.6 Spouts and pipe outlet where shown on drawing shall be of GI tubing medium grade as per IS-1239. Size and length shall be as shown on drawing, wherever, the same is not shown on drawing it shall be 50mm bore, projecting 250mm beyond outer face of walls. Spout/GI Pipe/Conduit wherever passed through beam/RCC, it shall be put in position at the time of casting of beam/RCC.

CA NO. CEPZ-31/17-18 Serial Page No. 135

PARTICULAR SPECIFICATIONS

10.7A.2 Earthern clay tiles as approved by GE shall be fixed over 10mm thick screed in CM 1:4 as per locations shown in the drawings. 10.7B CRUMPLE JOINTS 10.7B.1 Irrespective of what is mentioned on main building, the crumple joints shall be provided as per drawing No CEPZ/STD-149/12 sh 1/2 & 2/2 in situations all as shown on drawings and/ or as stipulated in any note of any drawings. Crumple joint shall be provided at all floors (Viz Ground floor, first & second floor). Plastic sheet 3mm thick of approved shade shall be provided as shown on drawings. The plastic sheet 3mm thick shall cover the joint vertically on columns/ walls and horizontally on ceiling/ RCC surface. Width of sheet to be fixed should be equal to width of crumple joint plus 15cm overlap on each side. The sheet shall be fixed with steel screws and rawl plugs in staggered manner at 30cm centre to centre including necessary drilling for fixing of rawl plugs. Rest all as shown on drawings. All crumple joints on roof top shall be covered completely by APP membrane as per PS clause 10.2.2 (c) specified here-in-before. The thickness of crumple joint shall be 40mm ,if not shown in drawing 10.7C PRE COATED COLOUR PROFILE SHEET ROOFING SYSTEM : 10.7C.1. Pre coated colour profile sheets shall be provided in the roof of buildings all as per locations and details shown in drawings. Pre coated colour profile sheets shall be 26 gauge (0.50mm nominal) thick profiled galvalume coated steel sheeting of green colour and of make ISPAT INDUSTRIES LTD / INTERARCH / BHP ZINCOLITE / TATA BLUE SCOPE/EVEREST. Each panel shall provide one metre coverage and length upto 10m. The material shall conform to ASTM A792 and the galvalume coating to ASTM A792-AZ-150. The yield strength of material shall be 550N/Sqmm(Minimum). 10.7C.2 Pre coated galvalume colour profile sheets (Refer clause 11.3 of SSR Part-I) shall be fixed on purlins or other steel members as per manufacturer‟s instructions. Trusses, purlins and other steel members shall be provided all as per details shown in drawings. 10.7C.3. Irrespective of what is mentioned in Schedule of Finishes/drawing, all steel members of trusses shall be applied two coats of red oxide primer ( one coat before erection and one coat after erection). 10.8 CGI SHEET ROOFING 10.8.1 CGI Sheet roofing shall be provided where shown on drawing. 10.8.2 Sheets for CGI sheet roofing shall be galvanised steel sheets of thickness 0.63mm with nominal grade of zinc coating of 120gms/Sqm laid with two corrugation side lap and end lap of 150mm. Ridges/Hips/Vallies shall be of plain, galvanised steel sheets 0.80mm thick with nominal grade of zinc coating of 120gms/Sqm with a minimum 150mm lap on either side over the roofing sheets and shall be properly bent to shape and fixed. The end laps of the ridges/hips and between ridges and hips shall also be not less than 150mm. The sheeting shall be fixed to purlins or other steel members with galvanised iron J hooks/J bolts all as specified in Clause 11.22.3.3 of MES Schedule Part-I.

10.8.3 Trusses and purlins or other steel members shall be provided at spacing as specified/shown in rawings. Laying/fixing of sheets fixing accessories, numbers of bolts, bitumen/galvanised iron washers and length of bolts shall be all as specified in relevant Clauses of roofing section of MES Schedule Part-1. 10.9 False ceiling:-

Irrespective of what is shown in drawing, Hi steel clip-in false ceiling system made of galvanized steel swing down tiles (600mm x 600mm) are manufactured out of 0.50 mm thick polyester coil coated steel 120 grm zinc coating or powder coated with 50 micros polyster paint. These tiles can have beveled or

straight edge. Coil coated galvanized steel tile have 20 micros polyester coated finish on front side and 5 micros alky primer coating on back side. Thickness ofswing down tiles is 2.5mm. Two side of each tile raised and piped stopped to ensure positive engagement into the spring clip-in profile, yet allow for

CA NO. CEPZ-31/17-18 Serial Page No. 136

PARTICULAR SPECIFICATIONS

swing down of individual tile. The rigid suspension system consists of rows of 0.50mm galvanized

steel clip-in profile of size 38mm x 20mm, which are suspended and jointed from galvanized steel C Channel of size 10mm x 38mm x 10mm with hold on claps. Clip-in profiles are installed at 600 c/c

spacing support the swing down tiles. C Channels are 3600mm long and spaced at 1200mm centres

and securely fixed with suspension angle. Suspension angle or Edge profile are of size 24mm x 24mm

and made of 0.4 mm thick coil coated white colour sheet matching the colour of tiles

10.9FLOORING : 10.9.1 GENERAL :

10.9.1.1 Floors of various types shall be provided as specified here-in-after and as shown in drawings. 10.9.1.2 Floors shall be laid to levels or to falls as shown on drawings/directed by Engr-in-Charge. Floor shall be sunk below the general floor level to the required depth where shown in drawings, by suitably sinking the slabs at the time of casting them.

10.9.1.3 Floor finish shall be carried over throughout all openings and dwarf walls.

10.9.1.4 Surface of concrete floors unless otherwise specified shall be finished even and smooth using extra cement with steel trowels.

10.9.1.5 The dividing line between the floors of different type where ever they so met between adjoining rooms shall be determined on the basis of finish visible when the doors are closed and the applicable finish shall accordingly be provided. Exposed edges of floors shall be finished to match with top surface finish.

10.9.1.6 Sub base shall not be laid in panels.Sub base shall be PCC type E-2(Nominal mix) 100mm thick laid over rammed earth

10.9.1.7 Cement concrete sub base or sub base floor 30mm thick M-15 type B-1 (Nominal mix) and wearing coat shall be laid separately and not monolithically.

10.9.1.8 PCC floor topping shall be laid in square or rectangular panels with each side not exceeding 1.2 m.

10.9.1.9 If any extra thickness of concrete is required to provide slope in the floor as directed by the Engineer-in-Charge, the same shall be provided by the Contractor at no extra cost to the department.

10.9.1.10 Where floor finish is to be laid over RCC slab, the top surface of RCC slab shall be cleaned with hard brushes and given a coat of neat cement slurry using 3 Kg of cement per square metre just before laying the floor finish.

10.9.1.11 The lump sum quoted by the tenderer shall also include for cement concrete floors at location which are obviously and fairly intended and which may not have been specifically referred to in the tender documents but which are essential for the execution and completion of the work in a workmen line manner and sound construction.

10.9.1.12 Marble aggregate (Chips) shall be of size 7mm to 10mm for terrazzo floors. The colour of marble chips be as shown on drawings or as approved by GE, when not indicated in drawings but in no case black marble aggregates (black chips) shall be used.

10.10 MATERIALS 10.10.1 NON SKID VITREOUS TILES 10.10.1.1 Non skid vitreous ceramic tiles (Light coloured) shall be vitreous ceramic tiles of Ist quality and of shade as decided by GE. The make of tile shall be as per Appendix 'F'.

CA NO. CEPZ-31/17-18 Serial Page No. 137

PARTICULAR SPECIFICATIONS

10.10.2 VITRIFIED TILES 10.10.2.1 Vitrified tiles shall be of first quality (classic series) and shade (Dark coloured) as directed by GE. These shall be of Make as mentioned in Appendix „F‟. The size of tiles shall be 60cmx60cmx thickness not less than 9.5mm. 10.10.3 TERRAZO TILES 10.10.3.1 Terrazo tiles shall be Ist quality, (ISI marked) factory made and shade as decided by GE. Makes of tiles shall be as mentioned in Appendix „F‟. The size of tiles shall be 25cm x 25 cm of thickness not less than 20mm. 10.10.4 INTERLOCKING TILES 10.10.4.1 These shall be vibro hydraulically pressed factory made ISI marked of thickness 80mm. 10.10.5 CHEQUERED CEMENT CONRETE TILES 10.10.5.1 Chequered cement concrete tiles shall conform to IS-13801. Tiles shall be manufactured by pressure process. Thickness of wearing layer measured from top of the chequers shall not be less than 6mm. The size of chequered tiles shall be 20cmx20cmx25mm. 10.10.6 CERAMIC GLAZED TILES 10.10.6.1 Ceramic glazed floor/wall tiles shall be of 1st quality and shall conform to IS: 13753. The size of tiles, if not indicated, shall be 450x350x7mm/350x250x7mm thick (in case of walls) and 300x300x7mm/ 600x600x10mm thick nonskid tiles (in case of floor). 10.10.7 ACID RESISTANCE TILES: Acid resistance tiles shall be ceramic unglazed vitreous conforming to IS-4457 and of thickness 20mm of colour and size as approved by GE. Make: Endura/Porcelano or as approved by GE. 10.10.8 WOODEN TILESWooden tiles shall be 8 to 10mm thick tongue and groove joint and confirming to IS specification. Size shall be as approved by GE. 10.10.9 PVC TILES : PVC tiles shall be of first quality, homogeneous and shade as directed by GE. The size of tiles shall be 30cmx30cmxthickness not less than 2mm. Make of tiles : as mentioned in Appendix `F‟ 10.11 TYPE AND COMPOSITION OF FLOORS 10.11.1 The flooring for all buildings shall be provided in situation as shown on drawings for Schedule of finishes and specified hereinafter. 10.11.2 Base/Sub base/Sub floors/floors :- Base/sub base/sub floors/floors shall be provided as per drawing for Schedule of finishes and as specified below :-

CA NO. CEPZ-31/17-18 Serial Page No. 138

PARTICULAR SPECIFICATIONS

10.11.3 PCC FLOORING (EXCEPT GARRAGES): 10.11.4 40mm thick PCC M-20(Nominal mix) type A1, finished fair using extra cement over 75mm thick PCC M-5 (Nominal mix) sub base over 75mm thick sand filling over rammed earth in ground floor. Top layer shall be laid in panels not exceeding 1.2 sqm panelsusing 4mm thick and 38mm wide glass dividing strips. In first floor 40mm thick PCC M-20 (Nominal mix) type A1 finished fair using extra cement and Glass dividing strips shall be provided after applying neat cement slurry @ 3Kg of cement per Sqm on RCC slab. 10.12 PCC FLOOR FOR GARRAGES BUS 100mm thick Tremix flooring PCC M-20 (Nominal mix) type A1, laid in alternate bays, finished even and smooth without using extra cement over 100mm thick PCC (1:5:10) type E2 over rammed earth. Surface of apron/ramp shall chequered finish. 10.12.1 PCC FLOOR FOR RAMPS/APRON OF CAR/BUS GARAGES AND CHILDREN SCHOOL 100mm thick for apron and 50mm for ramp PCC M-20 (Nominal mix over 100mm thick PCC (1:5:10) Type E-2 over over rammed earth . Sides of ramp shall be plastered 15mm thick in CM 1:4. 10.12.2 PCC FLOOR FOR GARAGE FOR SCOOTER AND CYCLE AND COURT YARD OF FACILITIES 50mm thick tremix PCC M-20 (Nominal mix), 100mm thick PCC (1:5:10) Type E-2 over rammed earth . Sides of ramp shall be plastered 15mm thick in CM 1:4. Earth filling upto GL shall be carried out with approved quality soil approved by GE spread and leveled in layers nexc 25cm thick well ramming incl watering and consolidation as laid down in SSR. 10.12.3 TERRAZO TILES FLOORING:- Wherever shown on drawing/Sch of finishes, Terrazo tiles (grey coloured) shall be of size 25cm x 25cm x 20mm factory made (ISI marked), laid on 20mm thick screed in cement mortar 1:4 (jointed and pointed in grey/white cement and colour pigment to match the colour of the tiles) over 30mm thick PCC M-15 (Nominal mix) over 75mm thick M-10 (Nominal mix) sub base over rammed earth in ground floors. In first floors terrazzo tiles flooring shall be laid over 20mm thick screed in CM 1:4 after applying neat cement slurry @ 3 Kg per Sqm of RCC slab. Laying of tiles shall be as specified in clause No. 13.39 of SSR Part-I. 10.12.4 PCC CHEQUERED TILES FLOORING Chequered tiles (factory made) shall be laid on 20mm thick screed in cement mortar 1:4 over 30mm thick PCC M-15 (Nominal mix) over 75mm thick M-10 (Nominal mix) sub base over rammed earth in floors where indicated in schedule of finishes. Chequered tile shall be jointed and pointed in CM (1:3).

CA NO. CEPZ-31/17-18 Serial Page No. 139

PARTICULAR SPECIFICATIONS

10.13.1 NON SKID TILE FLOORING

(a) Refer Clause 13.40 on Srl page Nos 306 of SSR Part-I

(b) GROUND FLOOR

Non skid ceramic vitreous tile flooring shall be laid after applying neat cement slurry @ 3Kg of cement per Square meter over bedding 15mm thick screed in CM (1:4) over 30mm thick PCC M-15 (Nominal mix) using 20 graded stone aggregate over 100mm thick PCC M-5 (Nominal mix). The tiles shall be pointed with white cement with pigment to match the colour of tiles. Colour & design shall be approved by GE.

(c) OTHER THAN GROUND FLOOR

Non skid ceramic vitreous tiles shall be laid after applying neat cement slurry @ 3Kg of cement per Square meter over bedding 15mm thick screed in CM (1:4) over 30mm thick PCC M-20 (Nominal mix) using 20 graded stone aggregate over neat cement slurry as specified over RCC slab. Tiles shall be fixed with adhesive as per manufacturer‟s instruction. The tiles shall be pointed with white cement with pigment to match the colour of tiles. Colour & design shall be approved by GE.

10.13.2 KOTA STONE FLOORING Wherever shown on drawing/ Sch of finishes , kota stone 18 to 20mm thickness shall be laid on 20mm thick screed in Cement Mortar 1:4 over 30mm thick PCC M-15 (Nominal mix) over 100mm thick M-10 (Nominal mix) over rammed earth in floors where indicated in sch of finishes. The size of kota stone shall not be less than 55cm in length and 55cm in width. The situation where the minimum size of kota stone does not adjust in that case size of kota stone will be decided by GE whose decision in this regard shall be final and binding. The type and laying of kota stone shall be as specified in clause No 13.47, 13.47.1 to 13.47.4 of SSR Part-I. In other than ground floor kota stone shall be laid on 20mm thick screed in Cement Mortar 1:4 after applying neat cement slurry @ 3 Kg per sqm of RCC slab. Kota stone flooring shall be mirror polished to the satisfaction of GE/Engr-in-Charge. Note : (i) In case of any deviation, pricing of mirror polish shall be done at the net rate of Rs 80/Sqm. No deviation percentage will be added in rate as mentioned here-in-before. The rate is net and inclusive of all overhead charges. 10.13.3 VITRIFIED TILE (a) Refer Clause 13.41 on Srl page Nos 306 & 307 of SSR Part-I

(a) GROUND FLOOR

(i) Vitrified tile shall be laid after applying neat cement slurry @ 3Kg of cement per Square meter over bedding 15mm thick screed in CM (1:4) over 30mm thick PCC M-15 (Nominal mix) using 20 graded stone aggregate over 100mm thick PCC M-5 (Nominal mix) over 75mm thick sand cushion over rammed earth. The tiles shall be pointed with white cement with pigment to match the colour of tiles

CA NO. CEPZ-31/17-18 Serial Page No. 140

PARTICULAR SPECIFICATIONS

(b) OTHER THAN GROUND FLOOR

(i) Vitrified tiles shall be laid after applying neat cement slurry @ 3Kg of cement per Square meter over bedding 15mm thick screed in CM (1:6) over 30mm thick PCC M-15 (nominal (Mix) over neat cement as specified over RCC slab. The tiles shall be pointed with white cement with pigment to match the colour of tiles.

10.13.4 PVC FLOORING : PVC flooring where shown on drgs, shall be with PVC tiles of size 30x30x thickness not less than 2mm with rubber based adhesive laid over topping layer of 40mm thick PCC M-15 (nominal mix) over sub base of 75mm thick PCC M-5 (nominal mix) over rammed earth. In first floors above, PVC tiles flooring shall be laid over 40mm thick PCC M-15 (nominal mix) after applying neat cement slurry @ 3Kg of cement per sqm of RCC slab. 10.13.5 ACID REISTANCE TILES AS IN GROUND FLOOR 20mm thick acid resistance tiles shall be laid after applying two coats of acid primer over 15mm thick screed 1:4 over 40mm thick PCC M-15 (Nominal mix) type B-1 over 75mm thick PCC M-5 (Nominal mix) over rammed earth. Tiles shall be provided keeping in view the type/concentration of acid and quality of discharge as per manufactures instructions. 10.13.6 ACID REISTANCE TILES OTHER THAN GROUND FLOOR 20mm thick acid resistance tiles shall be laid after applying two coats of acid primer over 15mm thick screed 1:4 . Tiles shall be provided keeping in view the type/concentration of acid and quality of discharge as per manufactures instructions. 10.13.7 WOODEN TILE FLOORING Wooden tiles where shown in the drg shall be 8 to 10mm thick with tongue and groove joints laid as per manufacturers instructions over 30mm PCC M-15 (Nominal mix) over 100 mm thick PCC 1;5:10 laid over rammed earth. 10.13.8 WOODEN TILE FLOORING OTHER THAN GROUND FLOOR Wooden tiles where shown in the drg shall be 8 to 10mm thick with tongue and groove joints laid as per manufacturers instructions over 30mm PCC M-15 (Nominal mix) 10.13.9 COURT YARD CHILDERN SCHOOL 100mm thick PCC M-20 (Nominal Mix) using 20 mm graded stone aggregate floor in the court yard shall be provided in alternate bays over sub base of 100mm thick PCC M-5 over 150mm thick hard core over rammed earth. Top surfaces of PCC floor shall be finished even & smooth with chequred finish without using extra cement with chequered finish 10.14 SKIRTING/DADO : 10.14.1 CEMENT SKIRTING/DADOCement skirting/dado shall be provided in locations as indicated in the drgs. Skirting/dado shall be finished even and smooth with steel trowel using extra cement. Height of cement dado/skirting, where not shown on drawings, shall be 1.15 metre for dado and 10 cm for skirting. The thickness of skirting/ dado shall be 5mm in cement mortar 1:3 over 10mm thick in CM (1:4).

CA NO. CEPZ-31/17-18 Serial Page No. 141

PARTICULAR SPECIFICATIONS

10.15 TERRAZO TILES SKIRTING Terrazzo tiles for skirting shall be of size 25cm x 10cm x 15 mm thick and shall be laid over 10mm thick screed in cement mortar (1:3), jointed & pointed in grey cement/white cement with colour pigment (suitable to match with the colour of tiles). Irrespective of whatever is shown on drawings, the height of skirting shall be 100mm. Terrazzo tiles shall be laid in such a manner that it is flush with cement plaster. For this purpose, the brick work upto skirting height to the required depth shall be cut and washed thoroughly with water before applying cement screed. 10.16 INTER LOCKING TILES/ PAVERS Inter locking precast concrete Tiles/pavers flooring shall be provided at locations as shown in drawing / Schedule of finishes. Interlocking precast tiles shall be laid over 20mm thick screed bed in cm (1:4) over 75mm thick PCC (1:5:10) type E-2 over rammed earth. Precast concrete Interlocking paving blocks 80mm thick shall be of pattern (haxagon, rectangular or other pattern) and of colour and design as approved by GE. These Precast concrete Interlocking paving blocks shall be laid over 50mm thick sand filling/cushioning over 75mm thick PCC (1:5:10) type E-2 using 40mm graded stone aggregate over rammed earth. Interlocking paving blocks/tiles shall be procured from the manufacturers as mentioned in Appendix „F‟ 10.17 STEPS AND LANDING OF STAIR CASE 10.17.1 STEPS AND LANDING OF STAIR CASE (Kota Stone finish): Wherever shown on drawing/Schedule of finishes, treads of steps & landing of stair case shall be provided with Kota stone, 16mm to 18mm thick machine cut Kota stone slab set over 20mm thick CM (1:4) and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing/grinding and polishing to achieve mirror polished surface. Riser shall be finished with 16mm thick Kota stone slab on 10mm thick CM (1:3) and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing/grinding and polishing to achieve mirror polished surface over RCC steps and landings. For steps, Kota stone slab shall not be more than two pieces in full length and shall be of equal width of Risers and Treads. Kota stone flooring shall be all as described in clause 13.47 on Page 309 of SSR Part-I. Kota stone skirting shall also be provided on the adjoining wall. 10.18 STEPS 10.18.1 BRICK STEPS (PCC finish): Wherever PCC finish is shown on drawing/ Schedule of finishes, treads of steps shall be provided with Cast-in-situ cement concrete topping 20mm thick in PCC M-20 (Nominal mix) with chequered finish on top of treads. Risers of steps in such cases shall be finished with 10mm thick cement plaster in cement mortar (1:3) finished even and smooth without using extra cement. However the sides of the steps shall be finished with 5mm thick plaster in CM (1:3) finished even and smooth without using extra cement. 10.18.2 STEPS (Kota Stone finish): Wherever Kota stone finish is shown in drawing/Schedule of finishes, RCC/brick steps shall be provided with Kota stone, 16 to 18mm thick machine cut Kota stone slab set over 20mm thick CM (1:4) treads and 16mm thick Kota stone on 15mm thick CM (1:3) on risers shall be provided and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing/grinding and polishing to achieve mirror polished surface. For steps, Kota stone slab shall not be more than two pieces in the full length and shall be of equal width of Risers and Treads. However, the sides of the steps shall be finished with 5mm thick plaster in CM (1:3) finished even and smooth without using extra cement.

CA NO. CEPZ-31/17-18 Serial Page No. 142

PARTICULAR SPECIFICATIONS

11. PLASTERING AND POINTING: 11.1 GENERAL: 11.1.1 Plaster and skirting/dado shall be returned in jambs, soffits of lintels and windows etc. 11.1.2 Where plaster on concrete surface is shown to match the adjacent wall surface, the mix of plaster shall be same as for the wall surfaces. 11.1.3 All plastered surfaces shall be towelled to even and smooth surfaces without using extra cement. 11.1.4 All external finishes shall be carried out upto 15cm below ground level except where plinth protection etc is provided. 11.1.5 Thickness of cement plaster mentioned in Sch of finishes shall be finished thickness exclusive of dubbing. Dubbing may, however, be done in one operation with plaster. 11.1.6 All corners, angles, junctions shall be truly vertical or horizontal as the case may be and shall be carefully finished. Corners around joints openings and junction of walls shall be rounded to minimum radius of 5mm. 11A. ROUGH CAST FINISH PLASTERING 11A.1 Where indicated in drawing of Schedule of finishes, the rough a plaster consisting of crushed stone or fine gravel aggregate of size upto 6mm mixed with coarse sand and cement in the ratio 1:1:1 shall be applied over under coat and sand mortar 1:4 10mm thick (excluding dubbing) while it is still in plaster state. The finished layer of rough cost plaster shall be finished even. Irrespective of what is indicated or shown on drawings the height of rough cast plaster shall be 01 (one) meter above ground level. 11.2.1 CEMENT - Refer clause 3.2 here-in-before. 11.2.2 SAND - Refer clause 3.9.1 here-in-before. 11.3 GROOVES AT THE JUNCTION OF MASONRY AND RCC 11.3.1 No grooves shall be provided at the junction of brick wall and RCC work on the external surface of buildings. A strip of chicken wire mesh 15 cm wide having aperture approximately 12.5 mm in least dimension with a weight not less than 0.40 Kg per Sqm shall be fixed over the junction of RCC and brick work on the external surfaces of buildings before plastering . The chicken wire mesh shall be fixed on the wall surface with the help of nails of suitable size. The chicken wire mesh shall be fixed in a manner that it covers 7.5cm of brick work and 7.5 cm of RCC work. However in case of lintel band, chicken wire mesh shall be fixed covering whole width of lintel band and projecting 7.5 cm each on either side of brick work. After fixing of chicken wire mesh, 10mm thick plaster in CM (1:6), finished fair and even shall be applied as mentioned in Clause 11.4.1 here-in-after. However no such provision shall be required where columns,/beams/slabs are projecting from external faces of wall.

CA NO. CEPZ-31/17-18 Serial Page No. 143

PARTICULAR SPECIFICATIONS

11.2. MATERIALS : 11.3.2 Irrespective of what is specified and shown on drawing, 10mm wide and 5mm deep continuous groove shall be provided in plaster throughout, at the junction of brick wall and RCC works on the internal surfaces of buildings and edges shall be properly made up. However no groove shall be provided at the junction of lintel band and brick masonry. 11.4. CEMENT PLASTERING 11.4.1 Internal surfaces as indicated in Sch of finishes of buildings under Sch 'A' Part I, shall be plastered in cement mortar 1:6 over dubbing coat when required all as specified in clause 14.17 of MES Schedule (Part -1). The thickness of internal plaster exclusive of dubbing shall be 10mm irrespective of whatsoever is shown on drgs. 11.4.2. All external surfaces, except where otherwise indicated/specified, shall be plastered in cement mortar 1:4 ; 15mm thick in two layers i.e. first layer 10mm thick and second layer of 5mm thick shall be mixed with water proofing admixture ( conform to IS 2645-Specifications for integral cement water proofing admixture) as approved as per manufacturer‟s instructions. For the purpose of the deviation the water proofing admixture shall be considered @ 0.4% by weight of cement. 11.4.3 Plaster on RCC ceiling/soffit of slab, facia, beams, roof projection, chajjas, etc. shall be with cement and sand mortar (1:3), minimum 5mm thick finished even and smooth after removal of form work. 11.4.4 All internal wall/concrete surfaces below FFL upto GL shall be plastered in cement mortar 1:3 with water proofing compound (as per manufacturer instruction) of 15 mm thick, keeping in view high water table at site. 11.4.5 PROJECTED PLASTER 11.4.1 projected plaster where ever shown on drawing the same shall be in cement mortar 1:4. The thickness of plaster shall be 25 mm if otherwise not indicated in drawings. 11.5 GRIT FINISH PLASTER 11.5.1 Grit wash finish shall be provided on all external surfaces as shown on drawings/schedule of finishes. Washed stone grit plaster shall be 25mm thick in two coats of 12.5mm thick each. Base coat shall be 12.5mm thick plaster in cement mortar (1:6) and shall be finished rough by combing with wire brushes for proper bond for the finishing coat. It shall be kept damp for 48 hours before applying the finishing coat. Finishing coat (12.5 thick) shall be the mixture of 1partof cement 1½ parts of crushed marble chips of approved quality and shade and of size varying from 6mm to 10mm. The marble chips shall be specially selected from the heaps, screened and cleared of all foreign materials. The quality, size, colour and proportion of all marble chips shall be as indicated in drawings as approved by the GE.

CA NO. CEPZ-31/17-18 Serial Page No. 144

PARTICULAR SPECIFICATIONS 11.5.2 The material shall be mixed properly to a stiff consistence, applied firmly to the prepared base coat to a required thickness and compacted with wooden straight edge/trowel in approved manner. 11.5.3 After about 6 hours or more if required, of the laying of the finishing coat, the surface shall be carefully washed down with water and rubbed with jute brushes, so that marble chips are completely exposed. The washing down and brushing operation shall be carried out when the plaster has set and hardened just sufficient but not fully. Washing and brushing operation shall be cautiously done so as to remove the mortar only but not to dislodge the marble chips. The work shall be done by skilled workmen, in this type of work. Any loose particles shall be cleared away and surface finished neat showing very little of matrix but maximum of exposed marble chips. The plaster shall be laid in panels of size as directed by GE, clearly defined by grooves of 12mm wide and depth equal to finishing coat of uniform width and depth straight and clean sharp edges as approved. 11.5.4 Grooves shall be provided in grit finish at the locations as directed by the Engineer-in-Charge at the time of execution. Grooves shall be so formed with slightly sloping sides that edges are not damaged while removing forming strips. The grooves so formed shall be painted with two coats of black synthetic enamel paint. The finished surface shall be kept wet continuously for at least fifteen days. However internal faces of parapet wall, roof projections, chajjas and similar situation shall be provided with cement plaster in 1:4, 15mm thick mixed with water proofing compound and finished with cement based paint as specified. 11.6 POINTING 11.6.1 Pointing wherever indicated/shown on drawing, the same shall be carried out as specified in clause 14.29 of MES Sch Pt-I. 11.6.2 Raised pointing in cement mortar (1:3) shall be projected from the wall facing as shown on drawing. 11.6.3 Unless otherwise indicated/shown on drawing, the size of groove in plaster shall be 10x5mm or as directed by the Engineer-in-Charge. 11.7 SKIRTING/DADO : 11.7.1 CEMENT SKIRTING/DADOCement skirting/dado shall be provided in locations as indicated in the drgs. Skirting/dado shall be finished even and smooth with steel trowel using extra cement. Height of cement dado/skirting, where not shown on drawings, shall be 1.15 metre for dado and 10 cm for skirting. The thickness of skirting/ dado shall be 5mm in cement mortar 1:3 over 10mm thick in CM (1:4). 11.7.2 TERRAZO TILES SKIRTING Terrazzo tiles for skirting shall be of size 25cm x 10cm x 15 mm thick and shall be laid over 10mm thick screed in cement mortar (1:3), jointed & pointed in grey cement/white cement with colour pigment (suitable to match with the colour of tiles). Irrespective of whatever is shown on drawings, the height of skirting shall be 100mm. Terrazzo tiles shall be laid in such a manner that it is flush with cement plaster. For this purpose, the brick work upto skirting height to the required depth shall be cut and washed thoroughly with water before applying cement screed.

CA NO. CEPZ-31/17-18 Serial Page No. 145

PARTICULAR SPECIFICATIONS 11.7.3 GLAZED TILES DADO Where glazed tiles dado is indicated in drawings/Schedule of finishes, the same shall be with Glazed tiles of size 300mmx200mm and not less than 5mm thick all as specified in clause 13.14 of MES Schedule Part-I and shall be provided as specified in clause 13.40 of MES schedule Part-I. Glazed tiles shall be laid over 10mm thick screed in cement mortar 1:3. Unless otherwise indicated or shown on drawing, the height of the dado shall be 2100mm. The tiles shall be glossy and shade shall be as approved by GE. Make of tiles shall be as mentioned in Appendix „F‟. 11.8.4 KOTA STONE SKIRTING Where Kota stone skirting is indicated in drawings/Schedule of finishes, the same shall be with 16mm thick Kota stone laid over 10mm thick screed bed in cement mortar (1:3) and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing/grinding and polishing all as specified in MES schedule Part-I. The colour and shade of Kota stone in skirting shall be same as for floors as decided by GE. Height of skirting shall be 100mm. Kota stone skirting shall be laid in such a manner that it is flush with cement plaster. For this purpose, the brick work upto skirting height to the required depth shall be cut and washed thoroughly with water before applying cement screed. 11.8.5 NON SKID CERAMIC TILES SKIRTING Where non skid ceramic tiles skirting is indicated in drawings/Schedule of finishes, the same shall be with Non skid ceramic tiles of shade, colour and texture as per flooring, shall be laid over 10mm thick screed in cement mortar (1:3), jointed & pointed in white cement with colour pigment (suitable to match with the colour of tiles). Irrespective of whatever is shown on drawings, the height of skirting shall be 100mm. Non skid ceramic tiles skirting shall be laid in such a manner that it is flush with cement mortar. For this purpose, the brick work upto skirting height to the required depth shall be cut and washed thoroughly with water before applying cement screed. 11.8.6 VITRIFIED CERAMIC TILE SKIRTING Where vitrified tiles skirting is indicated in drawings/Schedule of finishes, the same shall be with Vitrified porcelain tile of shade, colour and texture as per flooring, shall be laid over 10mm thick screed cement mortar (1:3). After fixing the tile, the joints will be filled up with polymer bases tile grout of colour matching with tile as per manufacturer‟s recommendations. The height of skirting where not indicated on drawing shall be 150mm. 11.8.7 ACID REISTANT TILE SKIRTING/DADO : Acid resistant tiles skirting/dado wherever shown on drags/schedule of finishes shall be provided with 10mm thick acid resistant tiles of shade, colour and texture as per flooring laid over 10mm screed layer in CM (1:3) set, jointed in chemical resistant mortar resin type as per manufacture‟s instructions. 11.8.8 WOODEN TILE SKIRTING/DADO 8 to 10mm thick tongue & grove joint wooden tiles to be laid as per manufacture instructions. 12.WHITE/COLOUR WASH/DISTEMPER/CEMENT BASE PAINT :

CA NO. CEPZ-31/17-18 Serial Page No. 146

PARTICULAR SPECIFICATIONS 12.1 WHITE/COLOUR WASH 12.1.1 White [lime] wash or colour wash shall be provided as indicated in drawings, all as specified in clause 15.2 & 15.12 of MES schedule Part-I. For white washing on `ceiling adequate quantity of zinc oxide shall be added to lime wash for achieving egg white shade. Skirting and dado are not to be white/colour washed. Where number of coats are not indicated in Schedule of finishes, it shall be as under:-

a) White wash : Three coats of white wash over prepared surfaces. b) Colour wash : Two coats of colour wash over one coat of white wash over prepared surfaces.

12.2. OIL BOUND DISTEMPER 12.2.1 Oil bound distemper (Oil emulsion distemper), shall be applied in two coats over a coat of primer after preparation of surfaces. Plastered surfaces shall be prepared smooth by using white cement putty before applying distemper of make JK White/Birla White/Tata pigment. Makes/brand of Distemper shall be as specified in Appendix „F‟. 12.3 CEMENT BASE PAINT 12.3.1 Cement base paint shall be provided in two coats over a coat of primer computable to the cement base paint as per manufacturer‟s instruction at location as indicated in drawings, all specified in clause 15.7 and 15.15 of MES Schedule Part-1. Shade shall be approved by Garrison Engineer. Cement base paint shall conform to IS-5410-1992 as approved by GE. Makes/brand of cement base paint shall be as specified in Appendix „F‟.

12.4 WEATHER PROOF PAINT/COATING

12.4.1 Weather proof paint/coat on external plastered surfaces, where indicated in Schedule of finishes/drawing shall be applied in two coats over a coat of primer after preparation of surfaces. The weather proof coat and primer shall be applied as per manufacturer‟s instructions. The brand of weather proof coat shall be of following manufacturer‟s :- (i) WEATHER COAT SMOOTH - Berger Paints

(ii) APEX - Asian Paints (iii) XTRA - Shalimar Paint (iv) AXCEL - Nerolac Paint

12.5 DRY DISTEMPER 12.5.1 Two coats of dry distemper shall be provided over coat of primer as indicated in drawings and all specified in clause 15.5 and 15.13 of SSR Part-1. Shade shall be approved by Garrison Engineer. Dry distemper shall conform to IS-428-2000 as approved by GE. Makes/brand of cement base paint shall be as specified in Appendix „F‟ 12.6 WALL CARE PUTTY 12.6.1 „Birla White‟ wall care putty is a water resistant white cement based putty for concrete/mortar for walls and ceilings. Wall Care putty can be applied even on moist surfaces (internal/external). Wall Care has more adehesive strength, durability and increases the life of paints. Wall Care putty though white cement based, does not require water curing. It renders a smooth and durable surface for all kinds of paints

CA NO. CEPZ-31/17-18 Serial Page No. 147

PARTICULAR SPECIFICATIONS

13. GLAZING 13.1. All glazing shall be with sheet glass of ordinary quality and shall conform to IS -2835. Glass shall be free from all defects viz bubbles, waviness etc. and shall be of uniform thickness. 13.1.1. Glazing to steel windows/vents as shown on the relevant drgs shall be with 4mm thick sheet glass unless otherwise shown on drgs. Glass used shall be plain sheet glass except in baths /WC/Toilets/Lav or as shown on drawings. Makes/brand of sheet glass shall be as specified in Appendix „F‟. 13.1.2. The glazing to steel frames, where shown on drgs, shall be fixed with special spring glazing clips with putty and glazing to wooden joinery shall be fixed with wooden beading with putty all as specified in clauses 16.5 to 16.10.2 of MES Schedule Part-I. 13.1.3 Glazing to glass door shall be selected quality. The thickness of sheet glass shall be 5.5mm unless otherwise indicated in the drawing. 13A. TOUGHENED GLASS DOOR AND PARTITION WALL WITH FITTINGS 13A.1. All glazing shall be with of selected sheet glass/ toughened/tinted glass conforming to relevant IS all as shown on drawings. Glass shall be free from all defects viz bubbles, waviness etc. and shall be of uniform thickness. The thickness of toughened glass for door shall not be less than 12mm thick and for fixed glazing it shall not be less than 10mm thick. Make : SAINT GOBAIN/NAVKUSH ENTERPRISES/JK INTERNATIONAL, JALANDHAR/ RIDHI SIDHI 14. PAINTING 14.1 All synthetic enamel paints and emulsion paints shall be of 1st quality manufactured by the standard firms as per Appendix 'F'. 14.1.2 The contractor shall inform the GE, with in three weeks of the acceptance of the tender, the brand/ names of the manufacturers of paint proposed to be used in the work and submit samples thereof to GE before their use in work and obtain prior approval of GE. 14.1.3. The contractor shall, when required by the GE, produce certificate from the manufacturer or their authorised agents to establish that the brand of paints purchased by the contractor from them satisfy the requirements of the relevant IS. 14.1.4. Paints for priming coat, under coat and finishing coat shall be of the same brand. 14.1.5. Tint of paint, if not mentioned in drgs/schedule of finishes, will be as approved by the GE. 14.2. WORKMANSHIP All wood work required to be painted shall be smoothened size and knotted and then applied with priming coat, stopping and filling [filler coat] shall be done after priming coat and surface rubbed down to a level and smooth surface and thereafter under coat and finishing coat shall be applied all as specified in clause 17.6 of MES Schedule Part-I. Steel and iron work shall be painted in the manner as specified in clause 17.8 of MES Schedule Part-I. 14.2.2. The surfaces of all wooden and steel or iron, where indicated in schedule of finishes to be painted, shall be given two coats [under coat and finishing coat] of synthetic enamel paint over a coat of pink primer/red oxide zinc chrome primer respectively. 14.2.3. The surfaces indicated in schedule of finishes to be aluminum painted shall be given two coats of aluminum paint conforming to IS-2339 over a coat of appropriate primer. 14.2.4. No treatment shall be given to reinforcement and galvanised fittings such as , GI tubing for hand rails, aluminum doors and windows etc.

CA NO. CEPZ-31/17-18 Serial Page No. 148

PARTICULAR SPECIFICATIONS

14.2.5. All other steel surfaces, exposed to view but not covered in schedule of finishes or their finishing is not specifically indicated in any other drgs or specified elsewhere shall be given two coats of synthetic enamel paint over a coat of red oxide Zinc chrome primer of tint as directed by the GE 14.2.6 Bottom of door shutter shall be given one coat of primer only. 14.2.7 All exposed cast iron soil/waste/vent/anti syphonage pipes, PVC RWP and fittings thereto shall also be painted with synthetic enamel paint (one under and finishing coat) external matching in colour with the adjoining surfaces. 14.2.8 If the under coat of the paint is not executed within six months after applying the priming coat of paint, the priming coat shall be redone by the contractor at no extra cost to the govt. 14.3 TARRING 14.3.1 The back of wooden/steel chowkats in contract with stone/brick work/plaster etc. shall be given two coats of tar. Hold fast shall be given two coats of tar and sanded it. 14.4 FRENCH POLISH 14.4.1 French polish, where indicated on drgs, shall be all as specified in clause 17.7.4 of MES Schedule Part-I. Unless otherwise specified in drawing, wooden surfaces of built-in furniture shall be french polished.

14.5 CEMENT SLURRY 14.5.1 Portions of MS bolts, lugs, anchor bolts etc. embedded in concrete or masonry shall be treated with neat cement slurry. 14.6 ALUMINIUM PAINT 14.6.1 Aluminum paint, where indicated on drgs, shall be provided in two coats over a coat of primer. 14.7 Irrespective of what is specified in drawings wire gauge fixed in doors/windows shall be painted with one coat of blue synthetic enamel paint. 14.8 HERITAGE TEXTURE FINISH 14.8.1 Granular Heritage finish shall be provided in the locations shown in drawings and as per manufacturers instructions. Make/manufacturer, Colour, shade, pattern of Heritage texture shall be as approved by the GE. 15 RCC OVER HEAD WATER TANK

CA NO. CEPZ-31/17-18 Serial Page No. 149

PARTICULAR SPECIFICATIONS 15.1 Over head water tank shall be providing all as shown on drawing which shall include all fittings and fixtures broadly consisting & constructed with the following specifications:-

(a) Excavation & earth work

- As specified here-in-before

(b) Lean concrete - As specified here-in-before

(c) All RCC work

- (i) M-30 (Design mix) as specified here-in-before. The concrete to come in contact with water when the tank filled shall be water proofed with addition of approved cement water proofing admixture as per manufacturer‟s instructions. Make of water proofing admixture are mentioned in Appendix „F‟. Mixture of different brands shall not be permitted. The contractor shall, however, inform the GE and get approval in writing well in advance the particular brand of the water proofing additive which he actually proposed to use in the work.

(d) Plastering

- (i) All internal surfaces of concrete (except soffit of dome) shall be plastered in cement mortar 1:4 ; 10mm thick in one coat mixed with water proofing admixture (conform to IS 2645-Specifications for integral cement water proofing admixture) as approved as per manufacturers instructions. (ii) All external concrete surfaces (exposed surface of concrete) after striking off form work shall be such as to present a fair and even surface and shall not be plastered. The surface shall be presentable without any further treatment. Any irregularities and protruding from work marks shall be removed and minor honey combing made good with cement and sand mortar (1:3) all as directed by Engineer-in-Change.

(e) Finishes : (i) All external/exposed surface of concrete shall be finished with two coats of cement base paint. (ii) All exposed steel surfaces (except galvanised surfaces) shall be painted with two coats of synthetic enamel paint over a coat of primer.

(f) Post and railing of staircase

: GI tubing (medium grade) of dia as shown on drawing.

CA NO. CEPZ-31/17-18 Serial Page No. 150

PARTICULAR SPECIFICATIONS

(g) Inlet, outlet, overflow, washout pipe and fittings

: CI flanged ends centrifugally cast class 'B' pipes 150mm bore for inlet, outlet, overflow and wash out pipes including fittings etc. Duck's foot bends shall be provided at the bottom for all inlet, outlet, overflow and wash out pipes. All the pipes shall be taken out 6m from outer faces of a column of overhead tank. CI pipes and fittings shall be fixed and jointed to wall all as shown on drawing and as specified in MES Sch Part-I.

(h) Floor/plinth protection

: 150mm PCC M-15 (Nominal mix) over 100mm PCC M-7.5 sub base over 100mm thick hard core. Top surface of floor shall be finished even & smooth without using extra cement.

(j) Cast iron Sluice valve

: PN-1.6

(k) Construction joints : Construction joint shall be provided in the water retaining RCC walls of the tank as per details given on drawings.

(l) Electronic water level

: Electronic water level indicator fully automatic three stage shall be provided as approved by GE and make shall also be as approved by GE.

(m) Aviation obstruction lights

: Aviation obstruction light shall be aviation yellow painted die-cast aluminium alloy housing, built in 75 VA step up transformer, heat resistant, clear thick glass and accessories, mounted truly vertical with 4 Nos Neon spiral lamp and making electrical connection with 3 core copper cable 23/0.0076 fitted on 50cm long GI pipe (medium grade) of 20mm bore fixed on dome with proper fixing arrangement as directed by GE. Electric connection from main switch which will be 1.5 meters above the ground to the fitting shall be provided through steel rigid conduit 20mm dia and tested complete. Service connections from nearest pole shall be given to main switch with 1100 Volts heavy duty cable PVC insulated aluminium conductor 6 Sqmm 2 core cable flat or circular including 4mm dia suspension wire. In case length of services connection is more than 50 metres, the same shall be paid extra to the contractor. Make/Model of Aviation Obstruction light as per BAJAJ Cat Part No. BJAOLI or equivalent model in Crompton/Philips/Havells.

CA NO. CEPZ-31/17-18 Serial Page No. 151

PARTICULAR SPECIFICATIONS

(n) Lightning Protection including earthing

:

Irrespective of what is shown in drawing or whether shown in drawing or not, Lightning arrestor (Air termination rod) made out of 25mm dia copper bar made to shape and 2m long shall be provide on top of Overhead Reservoir as directed. Two Nos Earthings to Lightning arrestor shall be provided as described below:- (i) Two runs of aluminium down conductor of size 25x3mm shall be fixed along two opposite sides of the reservoirs form air termination rod to test points. From test points earth lead of galvanized iron strip 32x6mm shall be connected upto earthing. (ii) Earthing complete with galvanized steel earth plate electrode 600x600x6mm thick buried directly in ground (earth pit not less than 2.25mtr deep below the normal ground level) with top edge of plate not less than 1.5mtr below the normal ground level connected to galvanized iron strip 32x6mm by means of nuts, bolts, washers, check nuts of GI steel all as shown in electric plate No. 3 of MES Sch „A‟ Part-I connected to earth test pint made out of aluminium of size 75x75x10mm all as specified including charcoal dust, slat, GI protection pipe medium grade 40mm and GI watering pipe 20mm medium grade with funnel and wire mesh, 40mm thick precast RCC M-15 (Nominal mix) cover reinforced with XPM weight not less than 4 Kg/Sqm with suitable handle of 6mm dia MS bar and angle iron 40x40x3mm frame for cover, PCC M-15 (Nominal mix) pit, excavation and earth work in any type of soil and connected all as specified and as directed.

(n) Rest all as shown on drawings. 15.2 All MS items like MS ladder, ventilator frame, manhole cover etc shall be galvanised. 15.2A Soil bearing capacity for the purpose of overhead tank foundation shall be taken as specified in drawing. 15.3 TESTING OF OVER HEAD RESERVOIR 15.3.1 The completion certificate for the work shall be given by the GE after satisfactory tests have been carried out by the contractor for water tightness in accordance with provision contained in IS 3370 Part-I by filling the RCC water Reservoir with connected pipes and water retained as directed by the GE. In case any leakage, sweating etc occur, the same shall be rectified by the contractor at his own cost. The contractor shall provide his own pumps, motors, prime mover etc and all other accessories required to carry out the tests and the contractor‟s unit rate quoted against Over Head reservoir in Sch „A‟ shall be deemed to include for all costs thereof. Water for testing shall be supplied by the department and cost thereof shall be borne by the contractor. The completion period given in Sch „A‟ Note also includes the period required for testing of tank.

CA NO. CEPZ-31/17-18 Serial Page No. 152

PARTICULAR SPECIFICATIONS 15.3.2 Not later than three weeks after physical completion of the RCC overhead tank as a whole, the tank shall be filled up to half of depth with water and shall be allowed to remain for a week. After a week, the water level in the tank shall be raised to the full height and left full for a period of 14 days. The tank including pipes etc shall show no indication of leakage/seepage/sweating or dampness during the period. If the result of such test is not satisfactory the contractor shall take suitable action in consultation with GE to make leak proof at his own cost and expense and the above test shall again be repeated till satisfactory result is achieved. 15.3.3 Drop in water level during first 24 hours after the tank is fully filled with water shall not exceed 12.5mm. 15.3.4 Water for testing will be provided by the contractor. It shall also be the responsibility of the contactor to make arrangement to pump water into the RCC over headwater reservoir for testing purpose. Filling of tank shall be done gradually at the rate of not more than 0.5metre a day. 15.3.5 The contractor shall be fully responsible for water tightness of the tank. The tank shall be deemed to have passed the test for water tightness if (after all leakages in valves, pipes and tank container etc rectified) drop in water level at full supply height inclusive of that caused due to evaporation losses does not exceed as specified in clause 15.3.4 above in test period of 24 hours. 15.3.6 In case the tests as in clause 15.3.1 above reveal unsatisfactory results the contractor will rectify the defects and the tests shall be carried out again. The work shall be treated as complete only after the GE is satisfied with the results of the tests as given in clause above. 15.3.7 The completion period given in Sch „A‟ Note also includes the period required for testing of tank. 16. SEPTIC TANK 16.1 Septic tank shall be constructed complete all as shown on drawing No. CEPZ/C-TD-013/13 Sh 1/5 & 5/5 with the following specifications:-

(a) Excavation & earth work

- As specified here-in-before

(b) Hard core - As specified here-in-before

(c) PCC foundation floor, block

- M-15 (Nominal mix) type B-1

(d) RCC work - M-25 (Design mix) with reinforcement as shown on drawing

(e) Brick work - Fly ash bricks built in CM (1:4)

CA NO. CEPZ-31/17-18 Serial Page No. 153

PARTICULAR SPECIFICATIONS

(f) Brick aggregate filling - 80mm to 20mm graded

(g) Inlet, outlet & inner pipes including fitting

- CI (sand cast) 150mm bore jointed with cement mortar as specified length of outlet pipe shall be 6m beyond external face of wall.

(h) Finishing - All cast iron pipes shall be applied with two coats & bituminous paint.

(j) Plaster (Internal) - Floor and internal walls shall be plastered with 20mm thick CM (1:4) using liquid water proofing compound as per manufacturer‟s instructions.

(k) Pointing (External) - Flush pointing as work proceeds

(l) Rest all as shown on drawings. 17. SOAKAGE WELL 17.1 Soakage well shall be constructed complete all as shown on drawing No. CEPZ/C-TD-013/13 Sh 1/5 to 5/5 with the following specifications:-

(a) Excavation & earth work

- As specified here-in-before

(b) PCC foundation - M-7.5 (Nominal mix) Type D-2

(c) Brick work (solid & honey comb)

- Fly ashbricks built in CM (1:6)

(d) Filling (inside & outside)

- Brick bats of size not more than 63mm

(e) RCC work - M-25 (Design mix)

(f) Steel reinforcement - As specified here-in-before

(g) Inlet pipe - SGSW 150mm bore with single junction

(h) Rest all as shown on drawings. 18.SUNDRY ITEMS, BUILT IN FURNITURE AND MISCELLANEOUS ITEMS: 18.1 PVC WATER STORAGE TANKS

CA NO. CEPZ-31/17-18 Serial Page No. 154

PARTICULAR SPECIFICATIONS

18.1.1 PVC water storage tanks where indicated in the drawing shall be as per IS-12701 and shall be of make as mentioned in Appendix „F‟. Rotational moulded, three layered polyethylene water storage tanks shall be of capacity as shown in the drawings. Following accessories shall be provided with each water tank :-

a) 20mm bore wash out GI tubing [medium grade] 10cm long with GI plug. b) 20mm bore GI over flow pipe (medium grade) fitted with brass anti mosquito rose coupling at end extended upto 150mm above the finished roof level. c) Ball valve with polythene float and fly nut ISI Marked of Make –Prayag, suitable for bore size of inlet pipe. d) Inlet and outlets of GI pipe 10cm long each of bore to suit the riser/down take pipe.

18.2 NUMBERING OF BUILDINGS/BLOCKS 18.2.1 Numbering of all blocks [at both end walls] shall be done by the contractor by engraving and painting [black] the requisite letters/figures on a cement plaster [1:3} plate [format] of size and shape as shown on drgs. 18.3 STAINLESS STEEL SINK 18.3.1 Stainless steel sink shall be made out of 1mm thick non magnetic stainless steel sheet of size as mentioned in the drawings, in case the size of sink not mentioned in the drawing the same shall be of overall size 475mmx400mm of specified make with bowl size of 410mmx352mmx175mm made out from non magnetic stainless steel sheet 1.00mm thick. Make of sink shall be as mentioned in Appendix „F‟. If size of sink as specified are not available in the market then next (higher) nearest size available shall be provided without any extra cost to the govt with following accessories/fittings:-

(i) Waste fittings brass chromium plated, screwed with fly nut and washer suitable for 50mm bore pipe.

(ii) 50mm bore GI light grade waste pipe from sink to trap. (iii) A pair of cast iron brackets. 18.4 STAINLESS STEEL SINK WITH DRAINING BOARD 18.4.1 Sink with draining board shall be on unit made out from non magnetic stainless steel sheet 1.00mm thick of specified make of overall size 915mm x 460mm with bowl size of 410 mm x 330mm x 160mm. Make of sink with draining board shall be as mentioned in Appendix „F‟. If size of sink and draining board as specified are not available in the market then next (higher) nearest size available shall be provided with following accessories/fittings:-

Waste fittings bras chromium plated, screwed with fly nut and washer suitable for 50mm bore pipe.

(ii) 50 mm bore GI light grade waste pipe from basin to trap. (iii) A pair of cast iron brackets.

CA NO. CEPZ-31/17-18 Serial Page No. 155

PARTICULAR SPECIFICATIONS 18.5 PEG SET OF THREE/SIX 18.5.1 Peg sets shall be provided where shown on drawing. Pegs shall be of standard rectangular steel chromium plated. The pegs shall be fixed to Ist class hard wood 20mm thick Teak wood plank all as per details shown in drawing No CEPZ/C-TD/018/13 sheet 1/3 to 3/3. All wooden surfaces shall be French polished.

18.6 18.6.1

BUILT IN CUPBOARD (CB) Cup board(CB) shall be provided as per details shown on drawingsADG/2015/AR/001 Sheet No 20/23 to the following brief Specifications: - (i) PCC platform shall be in PCC 1:2:4 type B-1 (nominal mix) (ii) All wooden surface shall be French polished. (iii) The height of the cup board if not indicated in the drawing, the same shall be equal to the height of the door. (iv) All other details shall be as per drawings.

18.7 18.7.1

BUILT IN CUPBOARD (CB-1 & CB- 2): Cup board(CB-1 & CB-2) shall be provided as per details shown on drawings 2004/TD/2015 Sheet No 1/1 with the following brief Specifications: - (i) Masonry- All masonry work shall with bricks in CM (1:4). (ii) Shutters of cupboard shall be as mentioned ind drg and fixed to pressed steel frame

with 75mm long butt hinges as per detail shown in drgs. Each cupboard shall be provided with chromium plated handle with hasp and staple as approved by GE. Steel surfaces shall be spray painted with 2 coats of synthetic enamel over a coat of red oxide primer on all exposed surfaces externally and internally.

(iii) Ferrocement shelves shall be 20mm thick as specified here-in-before.

(iv) All internal masonry surfaces shall be plastered with 10 mm thick plaster in CM (1:4) finished even and smooth without using extra cement .

(v) All internal masonry surfaces of cup board shall be treated with two coats of oil

bound distemper after preparation of surfaces. External surfaces of masonry of cupboard shall be plastered and treated with finishes as specified for the adjoining walls of rooms.

(vi) The height of cup board, if not indicated in drawings, shall be equal to the height of

door. (vii) All other details shall be all as per details shown in drawings. (viii) All wooden surface of the cup board shall be treated with two coat of syenthetic

enamel paint over a coat of red oxide primer

CA NO. CEPZ-31/17-18 Serial Page No. 156

18.8 18.8.1

NOTICE BOARD : Notice Board of size 2400mm x 1220mm shall be as per details shown on drawing ADG/2015/AR/001 Sheet 20/25 with the following specifications :- (i) Soft board shall be 12 mm thick . The board shall be fixed to plastered surface of wall

over water proofing polythene paper (50 micron) with the wooden plugs screws. Soft board shall be covered with Green baize cloth.

(ii) All other details shall be all as per details shown in drawings

18.9 18.9.1

DISPLAY BOARD : Display Board of size 1500mm x 1200mm shall be provided as per details shown on drawing with the following specifications :- (i) 2mm thick 50mm wide aluminium channel frame made to shape shall be provided

alround the board as per details shown in drawings . (ii) Irrespective of what is shown in the drawing, the board shall be 12 mm thick

prelaminated particle board as specified here-in-before, having both sides white lamination . The board shall be fixed to plastered surface of wall over water proofing polythene paper (50 micron) with the wooden plugs screws.

18.10 18.10.1

RCC SHELF/WORKING TABLE/PLATFORM/DEMONSTRATION TABLE WITH KOTA STONE TOP 18 to 20 mm thick polished Kota stone slab (machine cut) of approved quality shall be provided over 15 mm thick CM (1:4) bedding layer over RCC platform. Kota stone slab shall also be provided on front face over 10 mm thick screed in CM(1:3).

18.11 18.11.1

RCC SHELF/WORKING TABLE/PLATFORM/DEMONSTRATION TABLE WITH CUDDAPPA STONE /MARBLE STONE TOP 18 to 20 mm thick polished Cuddappa stone slab/Marble stone slab /Baroda green marble stone slab (machine cut) of approved quality shall be provided over 15 mm thick CM (1:4) bedding layer over RCC platform. Marble slab shall also be provided on front face over 10 mm thick screed in CM(1:3). The colour and shade shall be approved by GE.

18.12 18.12.1

RCC SHELF/WORKING TABLE/PLATFORM/DEMONSTRATION TABLE /SHELF WITH GRANITE TOP: 18 to 20 mm thick polished granite slab (machine cut) of approved quality shall be provided over 15 mm thick CM (1:4) bedding layer over RCC platform. Granite stone slab shall also be provided on front face over 10 mm thick screed in CM(1:3). The colour and shade shall be approved by GE

18.13 TOWEL RAILS

18.13.1 Towel rails shall be tubular of brass chromium plated with CP brass brackets. It

shall be of 19/20mm dia and 60cm long (between flanges) in case length is not indicated on the drawings. Minimum thickness of towel rails shall be 1mm.

18.14

RCC SHELF WITH ACID RESISTANCE TILES : Where shown in drgs, Acid resistance tiles shall be ceramic unglazed vitreous confirming to IS-4457 and size shall be 300x300x10mm of colour as approved by GE. Acid resistant tiles shall be

CA NO. CEPZ-31/17-18 Serial Page No. 157

18.14.1

laid over 15mm thick screed in cement mortar 1:4 set, jointed and pointed in chemical resistant mortar resin type (as per manufacture‟s instructions) over RCC shelf/platform. 10mm thick Acid resistant tiles shall be provided on front face over 100 screed layer in CM (1:3) set, jointed and pointed in chemical resistant mortar resin type as per manufactureer‟s instructions. Make of Acid resistance tiles : Endura/Porcelano or as approved by GE SINK (Laboratory Sink in Biology Lab & Physics Lab of Secondary wing) : Sink shall be of size 45cmx30cmx15cm vitreous china glazed ware, as per Cat No 5001 of Hindustan Sanitary Wares & Industries Ltd or any other equivalent approved make as mentioned in Appendix `F‟ with waste union and perforated grating (both fittings of brass chromium plated), 32mm dia galvanized steel medium grade waste pipe fitted with brass chromium plated waste coupling outlet complete and length of waste pipe shall be as directed by Engr-in-Charge.

18.16 18.16.1

SAUCER DRAIN The saucer drain shall be provided as per details shown in drawings. PCC in foundation shall be PCC (1:4:8) type D-2 (using 40mm graded crushed stone aggregates). Drain shall be made to shape in PCC (1:2:4) type B-0(using 12.5mm graded crushed stone aggregate) finished fair using extra cement.

18.17 MIRROR 18.17.1 Mirror large of size 452mm x 1210mm shall be provided as per details shown on drawing shall be of polished sheet glass 5.5mm thick fixed on 6mm thick plywood, BWR grade conforming to IS-303 (duly ISI marked). Ist class hard wood Shesham wood frame of size 25mm wide and 10mm thick shall be provided alround the mirror as shown on drawing. Mirror shall be hung be key slots on screws fixed to plug embedded in walls unless otherwise shown on drawings. All exposed wooden surfaces shall be French polished. 18.18 COUNTER WHB/OVAL TYPE WASH HAND BASIN ON COUNTER (With Mirror)

(a) Oval type WHB of size 51cm x 45 cm vitreous china glazed ware as per Cat No. 10038 of „Hindware‟ or any other equivalent make as specified in Appendix „F‟ of colour as approved by GE, shall be fixed in 18 to 20 mm thick polished black granite slab (machine cut) of approved quality over RCC shelf and with following fittings:-

(i) Waste fittings brass chromium plated screwed with fly nut and washer suitable for 32mm bore pipe.

(ii) 32mm dia PVC waste pipe of approved quality from WHB to trap.

(b) Mirror of size as shown in the drawing shall be of polished sheet glass 5.5mm thick

fixed on 6mm thick plywood, BWR grade conforming to IS-303 (duly ISI marked). Ist class hard wood Teak wood frame of size 20mm wide and 10mm thick shall be provided alround the mirror. Mirror shall be hung by key slots on screws fixed to plug embedded in walls. All exposed wooden surfaces shall be French polished. In case size of mirror is not shown, the same shall be 600mm.

18.18 KOTA STONE OVER COUNTER/PLATFORM/SHELVES 18.18.1 18mm to 20mm thixk machine cut Kota stone slab shall be laid over 15mm thick cement mortar (1:4) screed base over RCC slab and jointed with gray cement slurry mixed with pigment to match the shade of the slab including rubbing/grinding to achieve mirror polished surface and all as specified in clause 13.47 of SSR Part-I. 15mm thick Kota stone shall be provided in front face over 10mm thick screed in CM (1:3).

CA NO. CEPZ-31/17-18 Serial Page No. 158

PARTICULAR SPECIFICATIONS

18.19 MS RUNGS 18.19.1 Wherever shown on drawing, constructional details of MS rungs shall be followed as specified hereunder:-

(i) 16mm dia round bar rungs made to shape as shown on drawing. Center to center distance between two MS Rungs shall be 450mm as shown on drawing. MS rungs shall be embedded in PC block of 600mm x 150mm x 75mm in PCC (1:2:4), type B-1, using 20mm graded crushed stone aggregate. In case number of rungs are not shown on drawings, the MS rungs shall be provided in two columns staggered starting from 1500mm from the plinth protection top to the roof of the building keeping center to center distance as mentioned above.

(ii) FINISHES:- Portion of MS rungs embedded in cement concrete coming in contact of brick work shall be tarred and sanded as specified here-in-before. All surfaces of MS rungs exposed to view shall be given two coats of synthetic enamel paint.

18.20 BLACK BOARDS 18.20.1 Black Board shall be of prelaminated white board of size as mentioned shown in drg of 10mm thickness covered with aluminium beading all around and PVC beading on each corner including necessary hanging arrangements. Board shall be moisture proof, anti warping and of MELA BLAK surface. Make: Mesico/Rolex/Maheswari ltd.. 19. SANITARY AND TOILET FITTINGS 19.1 GENERAL 19.1.1 All sanitary appliances shall be of vitreous china (white) first quality and shall conform to IS-2556 for General requirements and the specific requirements as mentioned in clause 18.32 to 18.40 of MES Schedule Part-I. These shall be of an approved as specified in Appendix 'F'. 19.1.2 All waste pipe and fittings upto floor/nahani trap shall be galvanised steel tubing medium grade all as specified in clause 18.4 of MES Schedule Part-1. 19.1.3 Flush pipe and socket of flushing rim of WC shall be jointed with white cement and red lead (white cement and red lead in equal proportion by weight) and linseed oil to form paste. 26.1.4 'P' or 'S' trap shall be jointed to WC pan with cement joints as specified in clause 18.48.5 of MES Schedule Part-I. Irrespective of whatsoever shown on drgs, cast iron 'P' or 'S' trap shall be provided. 19.1.5 Cast iron brackets (for the relevant sanitary and toilet fitting shall be given two coat of aluminium paint over a coat of primer. 19.1.6 Cast iron brackets shall conform to IS-775. 19.1.7 The sizes, given here-in-after are approximate sizes. The sizes of sanitary fittings to be provided shall be the nearest size as per manufacturer's catalogue.

CA NO. CEPZ-31/17-18 Serial Page No. 159

PARTICULAR SPECIFICATIONS 19.2 WATER CLOSET (SQUATT PATTERN ORISSA TYPE) 19.2.1 Water closet squat pattern shall be Orissa type and conform to IS-2556 Part-III of size 580mm x 440mm shall be provided with 'P' or 'S' trap and the following fittings/items irrespective of whatsoever is shown on drawings :-

a) Flush pipe of polyethylene of low or high density or PVC, 32mm dia, for low level cistern. b) 15mm dia polythene overflow pipe upto 75mm above from floor level with polythene anti mosquito rose. c) 10 litters discharge capacity polyethylene low level flushing cistern solid moulded with valve less symphonic fitting, manual operated with one pull ball valve horizontal plunger type with polyethylene float valve.

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 be included in the lump sum cost of building given in Sch 'A' Part-I. d) The pan shall be set in lime concrete (1:2) at least 25cms around and finished just below the rim to receive the specified thickness of floor finish.

19.3. WATER CLOSET PEDESTAL PATTERN 19.3.1 EWC or English type WC or European type WC indicated in the plan or resembles the above types of WC, in such locations, water closet pedestal pattern shall be provided and shall consist of the followings : -

(i) Water closet wash down pattern of height 40 cm with vitreous china „S‟ trap in ground floor and providing with long arm CI „P‟ trap so that joint is avoided inside sunken portion as well as in walls and outlet straight away come out of wall in intermediate floors all as per IS-2556 (Part-II 1981. (ii) Plastic seat and cover with flat underside solid moulding closed form pattern with cover shall be as per IS:2548 (Part-I). Seat and cover shall be white in colour with chromium-plated hinging device. (iii) 10 litre discharge capacity low level PVC flushing cistern with all accessories and a pair of the brackets. (iv) 32-mm dia flush pipe of chromium plated brass tube bent to required shape including chromium plated brass coupling. (v) The closet shall be screwed with brass screws to First class hard wood (teak) wood plugs embedded in floor. (vi) Provision of jet shall be made in all EWC.

CA NO. CEPZ-31/17-18 Serial Page No. 160

PARTICULAR SPECIFICATIONS

19.4. SOAP NICHE 19.4.1 Unless otherwise specified in drawings, Glazed Ceramic tiles, of colour as per surrounding dado, for soap niches shall be 5mm thick conforming to relevant I.S. Tiles shall be set and jointed in neat cement slurry and pointed with white cement to match the colour of tiles. 20 SOAP TRAY Soap tray shall be of stainless steel conforming to relevant I.S and of make as approved by GE. 21.5. NICHE WITH WASH HAND BASIN 21.5.1 Where glass or vitreous china shelf not indicated with wash hand basin, a niche of size 450

200 100 mm shall be provided. All sides of niche shall be lined to match with adjoining surfaces. 21.6. URINALS : Urinal shall be white, vitreous, china, bowl, flat back type, of size 43cmx36cmx27cm or 43cmx36cmx26cm conforming to IS-2556 Part-VI (Section-1) with grating and union including the following fittings :-

i) 5 litres discharge capacity PVC automatic flushing cistern conforming to IS-2326 including CI brackets. ii) 20mm bore medium grade galvanised iron flush pipe. iii) 15mm polythene over flow pipe upto 75mm above FFL or outlet drain. iv) Chromium plated brass coupling to connect urinal pan with waste pipe and chromium plated adopter to connect pan with flush pipe. v) The pan shall be fixed with brass screws on sheesham wooden plugs embedded in the wall in CM (1:2). vi) Urinal partition shall be of 20mm thick polished granite stone as shown on drawing. In case, nothing is mentioned on drawing it shall be of 20mm polished granite stone slab with MS channel at bottom and set in cement mortar 1:3. The width of partition wall shall be as shown in drawing and shall be in one piece. In case, no size is mentioned on drawing, it shall be of 450mm x 600mm.

21.7. WASTE PIPE AND COUPLING 21.7.1 In all locations where waste pipe is to provided e.g for WHB, Sinks etc., 32mm dia, GI, medium grade, waste pipe of required length shall be provided with brass chromium plated waste coupling with perforated grating 32mm dia.

CA NO. CEPZ-31/17-18 Serial Page No. 161

PARTICULAR SPECIFICATIONS

21.8. MIRROR 21.8.1 Wherever shown on drawings, mirror shall be polished sheet glass 5.5mm thick on 12mm thick commercial plywood BWR grade, mitred at corners and provided aluminum edging all-round. Mirror shall be hung by key slots on screws fixed to plug embeded in walls unless otherwise shown on drawings. Size of mirror where not shown on drawings shall be 60x45cm. 21.9. WASH HAND BASIN 21.9.1 Wash hand basin shall consist of:-

i) Wash hand basin of size 55x40cm vitreous china glazed ware, flat back pattern as per Cat No WB-01855 of Neycer Keramog or Cat No. 10008 of Hindustan Sanitary Wares& Industries Ltd. or any other equivalent approved make as mentioned in Appendix „F‟ with waste union and perforated grating (both fittings of brass chromium plated). ii) A pair of cast iron brackets. iii) 32mm dia galvanised steel medium grade waste pipe fitted with brass chromium plated waste coupling outlet complete, length of waste pipe shall be as indicated on drgs/as directed by Engineer-in-Charge.

21.10. TOILET PAPER HOLDER 21.10.1 Irrespective of whatsoever is shown on drawings, one toilet paper holder shall be provided with each WC (Pedestal type). Unless otherwise specified in drawings, toilet paper holder shall be 150mm x 150mm recessed roll type as per catalogue No. 4008 of Hindustan Sanitary Ware & Industries Ltd. and fixed all as directed. 22. URINALS 22.1.1 Urinals shall be full stall white glazed vitreous China shown on drawings. 22.1.2 Full stall urinals shall be provided with 15mm dia C.P spreader, 32 mm dia CP domical waste and C.P cast brass bottle trap with pipe and wall flange, and shall be fixed to wall as recommended by manufacturers complete as directed by GE. 22.1.3 Full stall urinals shall be fixed with CP brass screws and shall be provided with 32 mm dia domical waste leading to urinals trap. 22.1.4 Flushing cistern for urinals shall be automatic type cast iron or vitreous china as given in the drg/ directed by GE. Each flushing cistern shall have a copper siphon and inlet noose cock to control the flow. Flushing cistern shall be fixed to wall with RS or CI brackets. Cast iron and brackets shall be painted with two coats of white enamel paint. Cistern may be concealed in pipe shafts for false ceiling where required as directed by GE. 22.1.7 Waste pipe for urinals shall be any one of the following :-

(a) GI pipes (b) Rigid PVC

CA NO. CEPZ-31/17-18 Serial Page No. 162

PARTICULAR SPECIFICATIONS

Waste pipes may be exposed on wall or concealed in chase as directed by the GE.

22.1.8 Urinal partition shall be 20mm thick polished granite stone as shown on drawing. In case,

nothing/RCC is mentioned on drawing it shall be of polished both side granite stone with channel at

bottom and set in cement mortar 1:3. The width of partition wall shall be as shown in drawing and shall

be in one piece.

23. INTERNAL ELECTRIFICATION 23.1 SCOPE OF WORK 23.1.1 The work consists of items as described in Sch 'A'. 23.2 GENERAL REQUIREMENTS 23.2.1 Refer clause 19.2.1. to 19.2.8 of MES Sch 'A' Part-1. 23.3 TYPE OF WIRING 23.3.1 The type of wiring (batten or concealed conduit) shall be as shown on drawings and directed by the Engineer-in-Charge. Point wiring for light/power/ fan/bell or buzzer point(s) includes all works mentioned in preambles to the rates in MES Schedule part-II for point wiring unless otherwise indicated in these tender documents. In case of conduit wiring, colour coding for phase, neutral and earth cable shall be followed as per clause 19.25(b)(ii) of MES Schedule Part-I. 23.4 INTERNAL ELECTRICAL WORK 23.4.1 Cable for internal wiring for light, power and sub main cables shall be with copper conductor and shall be of following type :- a) WIRING WITH PVC CONCEALED CONDUIT (i) Single core, copper conductor (flexible) FRLS PVC insulated cable unsheathed) of suitable size, 1.5/2.5/4.00 Sqmm copper conductor upto

1100 Volts grade conforming to IS-694 shall be used.

b) FLEXIBLE CORDS, TWISTED COPPER CONDUCTOR

(i) Flexible cords, twin core, each with tinned annealed stranded copper conductor elastomer insulated and textile braided twisted together, size, nominal cross sectional area 0.5 Sqmm shall be as per IS-9968 part-1.

CA NO. CEPZ-31/17-18 Serial Page No. 163

PARTICULAR SPECIFICATIONS

c) WOODEN BLOCK, BOARDS AND ROUND BLOCKS

(i) These shall be in accordance with clause 19.28 of MES Schedule part-1. Conduit and conduit fitting shall be in accordance with clause 19.29 of MES Schedule Part-I.

d) PLUG/GUTTIES, SCREWS AND FASTENINGS

(i) These shall be in accordance with clause 19.30 and 19.31 of MES Schedule part-1.

e) CEILING ROSE, SHADES AND BULK HEAD FITTINGS

(i) These shall be in accordance with clause 19.32, 19.33 and 19.34 of MES Schedule part-1 and as specified and as shown on drawings.

f) SUNK TYPE BOXES

(i) These shall be in accordance with clause 19.38 of MES Schedule part-1.

g) SWITCH SOCKET OUTLETS

(i) These shall be in accordance with clause 19.40 of MES Schedule part-1. h) LAMP HOLDERS

(i) These shall be in accordance with clause 19.41 of MES Schedule part-1. i) MINIATURE CIRCUIT BREAKERS

(i) These shall conform to IS-8828 (specification for MCBs for AC circuit for voltage not exceeding 1000 Volts). All MCBs shall be housed in suitable size standard sheet metal enclosure of 16 gauge MS Sheet supplied by the manufacturer of MCBs.

j) LIGHT FITTINGS

(i) All light fittings shall be provided in accordance with the description of the items given in Sch. 'A' and as shown on the drawings.

k) Particular attention is drawn to the neatness as in appearance which is to be achieved by judicious planning of run of the cable, the locations of the light fittings, fans, switches, socket outlets, main switches etc. l) Due regard shall be given to doors, windows, opening etc. in fixing of runs of cables, position of fittings, control switches and outlet points. The workmanship shall comply strictly with the rules contained in latest Indian Electricity rules.

CA NO. CEPZ-31/17-18 Serial Page No. 164

PARTICULAR SPECIFICATIONS m) Samples of all electric fittings shall first be got approved from GE in writing before incorporation in work and shall conform to relevant IS. Utility light fittings shall be of the best quality available and conform to sample kept in GE/CWE office. (n) Types of Light Fittings shall be provided at the locations as mentioned in drawings/as directed by Engineer-in-Charge. However generally Mirror optics fittings are to be fitted in CO, 2ICs room in Adm Block and Anti room, Mess Room in Offrs Mess. T-5 Box type fittings are to be fitted in single offrs accn, offrs mess, adm block (except passage). Channel type (Patti type) fittings are to be fitted in Remaining all accn, including passage of Offrs mess and Adm block.

23.5 EARTHING AND TESTING 23.5.1 Earthing shall be carried out as described in clause 19.137 to 19.146 and as shown in electric plate No.5 of MES Schedule part-1. 23.6 SITING OF ELECTRIC EQUIPMENT 23.6.1 The siting of cable, conduit run controls, distribution boards, fittings and accessories etc. shall be as laid down in IS-4648. "Guide for electrical layout in residential building" or as directed by the Engineer-in-Charge. The location of fittings etc shall be marked in advance on walls etc and approved by the Engineer-in-Charge. 23.7 SYSTEM OF WIRING 23.7.1 Wiring shall be carried out with PVC insulated cable. All conductors as far as possible shall run near walls and ceiling so as to be easily accessible and capable of being thoroughly inspected. Power wiring shall be kept separate and distinct from light wiring. In all type of wiring due consideration shall be given for neatness, good appearance and safety. Diagonal runs will not be permitted. 23.8 CONTROL AT POINT OF ENTRY OF SUPPLY 23.8.1 These shall be linked with main switch gear (Isolator) with MCB on each live conductor of the supply mains at the point of entry. The wiring through out the installation shall be such that there is no break in the neutral wire except in the form of a linked switch gear. No fuses shall be inserted in the earth neutral. 23.9 TYPE OF SWITCH BOARDS 23.9.1 Hinged type metal boards for mounting the MCB and electrical meters shall be as per clause 19.105.1 of MES Schedule part-1. Meter box shall be made of 16 gauge MS Sheet with provision of locking arrangement and glass window. 23.10 JOINTS AND LOOPING BACK 23.10.1 These shall be as per clause No. 19.109 of MES Schedule part-1.

23.12 RECESSED CONDUIT WIRING 23.12.1 System of conduit wiring wiring shall be as per clause No. 19.102 and 19.132 of MES Sch Part-1

CA NO. CEPZ-31/17-18 Serial Page No. 165

PARTICULAR SPECIFICATIONS

24. INTERNAL WATER SUPPLY 24.1 WATER TUBING, BIBTAPS, STOP VALVES AND SHOWER ROSE 24.1.1 Mild steel galvanised tubes (pipes) and fittings shall be ISI Marked & all as specified in clause 18.4 of MES Schedule part-1, bib taps and stop valves shall be all as specified in clause 18.14 and 18.15 of MES Schedule part-1. Shower rose shall be of approved make as per sample kept in GE's office. 24.2 LAYING AND FIXING PIPES 24.2.1 The pipes for supply of water to all fittings inside the buildings/toilets shall be run on the walls except otherwise as specified in these tender documents or shown on drawings, connected to various fittings and shall be brought in the room at point/position approved by the Engineer-in-Charge at site. 24.2.2 Where pipes are laid underground, the trenches shall be excavated as directed by the Engineer-in-charge. The pipes running along face of the walls/concealed in walls shall be clamped in the walls as specified in SSR. Where pipe is passing through a wall, a mild steel tube sleeve shall be fixed all as specified in clause 18.51.1 of SSR part-1. 24.3 PVC PIPE CONNECTION 24.3.1 Ready made PVC connection pipes of standard make shall be 450mm long suitable for 15mm bore GI pipe complete with brass chromium plated coupling nuts and rubber washer. The weight of brass coupling nuts shall not be less than 40 grams. The weight of PVC pipe 450mm long shall not be less than 40 grams. 24.4 WORKMANSHIP 24.4.1 Laying of GI pipes (internal works) shall be in accordance with clause 18.51 of MES Schedule part-1.

24.4.2 The contractor shall use proper bends, elbows, unions etc at turning corner. Bending of pipes shall not be allowed in any case. 24.4.3 Pipe shall not run diagonally.

24.4.4 Contractor shall provide screwed plugs to all open ends of pipes on completion of days work. 24.5 TESTING 24.5.1 Testing of pipes shall be carried out all as per clause 18.50.4 of MES Schedule Part-1. 24.6 RECORD DRAWINGS 24.6.1 Three copies of line plan of complete work indicating the line of pipes, position of fittings etc. shall be submitted by the contractor to the Engineer-in-Charge on completion of work. 25. PLUMBING WORK 25.1 GENERAL 25.1.1 Plumbing work shall be carried out as specified in clause 18.13 to 18.23, 18.40 and 18.62 to 18.67 of MES Schedule part-I.

CA NO. CEPZ-31/17-18 Serial Page No. 166

PARTICULAR SPECIFICATIONS

25.2 SOIL/WASTE/VENT PIPES/FITTINGS/ACCESSORIES 25.2.1 Soil waste and vent pipes (except of 50mm bore) shall be of cast iron (Spun pipe) conforming to IS-3989:1984 with or without ears and with spigot and socket ends. 50mm bore CI pipe shall be sand cast conforming to IS-1729: 1979 with or without ears and with spigot and socket ends . All the pipes and fittings shall bear ISI certification mark. 25.3 JOINTING 25.3.1 CI pipes and fittings laid under floor/hidden portion shall be jointed with run lead joints as specified in clause 18.40 and 18.67 of MES Schedule part-1 and all other joints shall be in cement mortar as specified in MES Schedule Part-1. 25.4 FIXING OF PIPES TO WALLS 25.4.1 CI pipes and fittings shall be fixed to wall with mild steel clamps as specified in clause 18.67 to 18.67.6 of MES Sch Part-1. 25.5 NAHANI/FLOOR TRAPS 25.5.1 Nahani/floor traps shall be provided in situations as shown on drawings. These shall conform to IS-1729. Floor traps shall be provided with CI grating. 25.5.2Where Nahani/floor traps of 22.5cm depth can not be accommodated in sunken floor, a 300mm x 300mm portion of the RCC slab shall be sunk to the extent it accommodates the Nahani trap without any additional cost.

26.6 SHORTER LENGTH 26.6.1 Except for WC connections, the contractor may use pipe pieces without sockets in shorter lengths (less than one pipe length), where approved by the GE and connect these to pipe fittings with double sockets/collars including additional joints as specified above without extra cost to the Government. 26.7 GULLY TRAPS 26.7.1 Gully traps shall be salt glazed stone ware complying with the requirements of IS-651. These shall be set in PCC M-10 (Nominal mix) block measuring 450 x 450mm and 100mm thick. Jointing to drain pipe shall be done in cement mortar (1:1). 26.7.2 Cast iron perforated grating shall be 150mmx150mm bituminous coated and fixed as directed by Engineer-in-Charge. PCC M-10 (Nominal Mix) in kerb and RCC cover slab reinforced with XPM weight not less than 4Kg/Sqm and shall be provided all as directed by Engineer-in-Charge. 26.8 TRENCHES FOR PIPE LINES 26.8.1 Excavation for trenches shall be done as per the width given in clause 3.2.3 of MES Schedule Part-II and as specified hereinbefore and depth as required at site. The trenches shall be back filled after testing of pipes with excavated earth in layers not exceeding 250mm and surplus spoil disposed off to a distance not exceeding 50 metres. 26.9 TESTING 26.9.1 All soil, waste and vent pipes shall be tested as specified in clause 18.79.1 to 18.79.5 of MES Schedule part-1.

CA NO. CEPZ-31/17-18 Serial Page No. 167

PARTICULAR SPECIFICATIONS

27. SITE CLEARANCE 27.1 EXCAVATION AND EARTH WORK 27.1.1 Before commencement of site clearance work, the representative of the GE and the contractor will be required to take the levels jointly of the existing ground surfaces at intervals decided by the GE (the decision of the GE shall be final and binding in this respect). The longitudinal and cross sections shall be prepared from these levels 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 taken of their acceptance. 28. ROAD, PATH AND CULVERTS

28.1 EXCAVATION AND EARTH WOR 28.1.1 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 decided by the GE (the decision of the GE shall be final and binding in this respect). The longitudinal and cross sections shall be prepared from these levels 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 taken of their acceptance. 28.2 ROLLING FORMATION SURFACES 28.2.1 The formation surfaces shall be rolled to the required gradient and camber with power roller including sprinkling the surfaces with water as required. 28.2.2 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. 28.3 EARTHEN BERMS 28.3.1 Earth berms as described in respective items of Schedule „A‟ shall be watered, well consolidated manually and finished to profile in line with finished surfaces of the road/path. 28.4. SOLING 28.4.1 Soling shall consist of broken stone laid and leveled in one layer watered and rolled to required surface and camber all as per Clause 20.A.2 and 20.A.20.1 of MES Schedule 2009( Part-I).

28.5 WATER BOUND MACADAM

28.5.1 Stone aggregate, screening and binding materials for water bound macadam shall be as

specified in clause 20.A.3 of MES Schedule 2009( Part-I) and conform to the samples kept in GE‟s Office and approved by the GE before incorporation in the work. Screenings shall be of grading “A” as specified in clause 20.A.3.2 of MES Schedule Part-I. The course aggregates shall be of grading No. 2 with size ranging from 63 mm to 40 mm as specified in sub clause 6 of clause 20.A.3.1 of the MES Schedule 2009( Part-I).

28.5.2 Water bound macadam shall consist of 75 mm thick (Compacted Thickness) broken stone aggregates consolidated in layer. Spreading, rolling, applying screening and watering shall be as specified in clause 20.A.21 of MES Schedule 2009( Part-I). The rolling shall be done with power roller after the application of screening and wet rolling as described in MES Schedule 2009( Part-I).

CA NO. CEPZ-31/17-18 Serial Page No. 168

PARTICULAR SPECIFICATIONS

28.6 SEMI DENSE ASPHALTIC CONCRETE

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

28.6.1 MATERIALS

28.6.1.1 Binder: The binder (bitumen) shall be as per IS-73-2006.

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

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

28.6.1.4 Aggregate Gradation for Semi Dense Asphaltic Concrete:- The combined grading of aggregates i.e. coarse aggregate, fine aggregate and filler shall conform to the following table. The filler shall be an inert material whole of which passes 710 micron sieve, at least 90% passing through 180 micron sieve and not less than 70% passing through 90 micron sieve. Unless otherwise indicated, filler shall be cement (OPC-43 Grade conforming to IS 8112/PPC conforming to IS 1489):-

IS Sieve No Cumulative Percent by weight of total aggregate passing the sieve

22.4 mm 100

13.2mm 79-100

11.2mm 68-90

5.6mm 33.55

2.8mm 22-38

710 Micron 6-22

355 Micron 4-14

180 Micron 2-9

90 Micron 0-5

28.6.2 BITUMEN

28.6.2.1 Bitumen shall not be issued under Sch „B‟. Bitumen for tack coat and , premix work

shall be paving bitumen viscosity grade-1 (VG-30) confirming to IS:73-2006 and for semi dense asphaltic concrete shall be paving bitumen viscosity grade-30 (VG-30) confirming to IS:73-2006. In case of any deviation, the rate for bitumen of grade VG-30 shall be considered at par with paving bitumen given in SSR (vide SI 20063). Make: Indian Oil Corporation, Hindustan Petroleum Corporation Ltd., Bharat Petroleum Corp. Ltd.

28.6.2.2 Bitumen shall be directly procured by the contractor from one of the refineries as

mentioned above or from their authorized distribution network. GE may also allow the procurement of bitumen through the Hot Mix plant owner from whom contractor intends to obtain the mix and purchase vouchers for bitumen shall not be insisted upon when the contractor is allowed purchasing of macadam from such approved Hot mix plant.

CA NO. CEPZ-31/17-18 Serial Page No. 169

PARTICULAR SPECIFICATIONS

28.6.2.3 Testing of Bitumen: Before incorporation in work, bitumen shall be got tested in Govt. approved Lab for the all tests laid down in IS 73:2006 . Cost of testing shall be borne by the contractor and all arrangements for testing shall be made by him without any extra cost to Govt. Viscosity of bitumen shall be tested on temp 60° C & 135° C.

28.6.3 Mix design criteria for Semi dense Asphaltic Concrete Pavements: The design requirement shall be as under :-

Ser No

Properties Semi denAsphaltic Concrete

Method of test

(a) Marshall stability (75 blows) at 60 0C minimum

1050 ASTMD : 1559-1979

(b) Marshall flow at 60 oC, mm

2.00 – 4.00 ASTMD : 1559-1979

(c) Marshall quotation, Kg/mm

250 – 500 Stability + Flow

(d) Voids in compacted Mix, %

3.0 – 5.0

(e) Requirement of retained stability after 24 hours in water at 6 oC % minimum

90 ASTMD : 1075-1979

(f) Coating with aggregate %(minimum)

- AASHTD : 182

(g) Type of binder

As per mix design

(h) Binder content percent by weight of total mix

4.50 to 5.50

Notes :-

(i)The quantity of binder content has been indicated tentatively and shall be as per actual

mix design.

(ii) Mix Design Mix shall be got carried out by the contractor from Govt Engineering College/Govt approved lab/agencies and charges thereof shall be borne by contractor. However in case as per MIX design the %age quantity of binder contents more than as specified in Sch „A‟ no price adjustment shall be made.

(iii) Compression test to measure the loss of Marshall stability due to effect of water on

the mix shall be conducted for Semi Dense Asphaltic Concrete & Dense Asphaltic Concrete. If the Index Retained Stability is less than 75, the mix shall be rejected or the aggregates shall be processed by approved method to increase the index to minimum of 75. The immersion test shall be carried out on Marshall test specimens of design job mix after storing in 1% sodium chloride solution v/v distilled water for 24 hours at 60 oC and then tested for Marshall stability Values. The percentage loss or retention of stability values after immersion in water with reference to the values obtained before immersion is expressed in terms of percentage of the original values.

CA NO. CEPZ-31/17-18 Serial Page No. 170

PARTICULAR SPECIFICATIONS

28.6.4 Permissible variations from the Job Mix Formula

Srl No Description Bituminous Concrete

(a) Aggregate passing 4.75mm

-

(b) Aggregate passing 2.36mm

+ 5%

(c) Aggregate passing 2.36mm sieve and retained on 75 micron

+ 3%

(d) Aggregate passing 75 micron

+ 1%

(e) Binder Content

+ 0.3%

(f) Field density

Not lesws than 98% lab density

28.6.5 28.6.5.1

Proportioning of Materials: Before starting the work, the contractor shall get the mix design done from any Govt. approved agency/Lab and the design shall be got approved from the Garrison Engineer before commencement of work. The exact binder content shall be used as per the mix design.

28.6.6 28.6.6.1

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

28.6.7 28.6.7.1

Priming/Tack Coat:- Binder shall be heated to the temperature appropriate to the grade of bitumen and sprayed on the base at the rate specified below. The rate of spread in terms of VG-30 bitumen shall be 5 kg per 10Sqm area for an existing bitumen treated surfaces and 10kg per 10Sqm area foran untreated WBM surfaces. The binder shall be applied uniformly with the aid of sprayer. The priming/tack coat shall be applied just ahead of the oncoming bituminous construction.

CA NO. CEPZ-31/17-18 Serial Page No. 171

PARTICULAR SPECIFICATIONS

28.6.8 28.6.8.1

Preparation and Transportation of mix : It shall comply with the clause 20.B.4.4 and 20.B.4.5 of MES Schedule 2009( Part-I)

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

28.6.9 28.6.9.1

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

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

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

28.6.10

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

28.6.11

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

28.6.12

Controls on laid thickness:- It shall comply with the clause 20.B.4.10 of MES Schedule 2009( Part-I).

28.6.13

Plant/Machines to be used for Asphaltic Dense Concrete:- It shall complywith the clauses 20.B.4.11 and its sub paras of MES Schedule 2009( Part-I).

28.6.14

Opening of Traffic :- Traffic may be allowed immediately after completion of the final rolling when the mix has cooled down to the surrounding temperature

28.7 PATH & CULVERTS: The work of Path, and Culverts shall be carried out all as described

in relevant items of Schedule 'A', as specified here-in-before for the relevant trades of works ,

as per details shown on drawings and as directed.

Viscosity Grade of bitumen

Bitumen Temperature

Aggregate Temperature

Mix Temperature Laying Temperature

Rolling Temperature

VG-30 150°-165° 150°-170° 150°-165° 140° 90°C Min

CA NO. CEPZ-31/17-18 Serial Page No. 172

PARTICULAR SPECIFICATIONS

29. SEWAGE DISPOSAL 29.1 LAY OUT/LEVELS/EXCAVATION ETC 29.1.1 The layout of sewer line shall be decided by the Engineer-in-Charge. 29.1.2 Returning, filling shall be carried out after testing the pipe lines to the satisfaction of the Engineer-in-Charge. 29.1.3 Making good surfaces excavated for laying pipes shall be done by the contractor at his own cost so as to match with the existing road surface in all respect to the satisfaction of the Engineer-in-Charge. 29.1.4 The contractor shall provide adequate timbering in the location as decided by the GE and all as mentioned in SSR Part-I without any extra cost. 29.1.5 While excavating the road for laying pipes, if the road width left un-excavated is of insufficient width to allow one lane of traffic to continue, the contractor shall make „By pass‟ to facilitate the flow of traffic without an extra cost to the govt. 29.2 EXCAVATION AND EARTH WORK 29.2.1 Irrespective of the width of the trenches for the pipes excavated, the width for the purpose of payment shall be authorised width as defined in clause 3.2.3 of SSR (Part-II). Other requirements specified here-in-before and in the MES Schedule as applicable shall be complied with. 29.3 RCC PIPES AND FITTINGS 29.3.1 RCC pipes including fittings and accessories shall conform to the specifications laid down in clause 18.28 of MES Schedule part-1 and shall be of grade 'A' conforming to IS-651. Make of SGSW pipe and fittings shall be as approved by GE.

29.3.2 Laying and jointing of RCC pipes shall be done all as specified in clause 18.69 and 18.70 of MES Schedule Part-1. 29.3.3 PCC in bedding and haunching shall be of the type and mix given in relevant part of Schedule 'A'. The thickness of bed below barrel pipe shall be as specified in preamble (a) (i) on Srl Page No. 356 & 357 of SSR 2009 Part-II. 29.3.4 In Schedule 'A', items for RCC pipes, bedding and haunching have 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 deviation order. 29.2.5 Filling of spoil in trenches and ramming of earth shall be carried out in layers not exceeding 25cm thick and surfaces left slightly proud of the adjacent ground. 29.3 MANHOLES 29.3.1 Manholes shall be constructed as per description given in the respective part of Sch 'A' and as shown on drgs. or as directed by Engineer-in-Charge. 29.4 RCC MANHOLE COVER AND FRAMES 29.4.1 RCC manhole covers and frames, circular, medium duty, factory made, conforming to IS-12592 suitable for openings as per description of item of Sch. 'A' shall be provided.

CA NO. CEPZ-31/17-18 Serial Page No. 173

PARTICULAR SPECIFICATIONS

29.5 TESTING 29.5.1 Salt glazed stone ware pipes shall be subjected to a water test specified in clause 18.79 of SSR Part-I. The test shall be carried out twice, once after the pipes are laid and jointed second time on completion of the work. No extra payment on such account shall be admissible to the contractor. 29.6 RECORD DRAWING 29.6.1 The contractor shall submit dimensional layout drgs of sewage executed at site after completion giving the invert levels of each manholes and size of pipe in triplicate duly signed by the contractor and the Engineer-in-Charge. 30. AREA DRAINAGE 30.1 The Works pertaining to Area drainage shall be carried out as described in relevant items of Schedule 'A', as specified here-in-before for the relevant trades of works , as per details shown on drawings and as directed. 31. PROTECTIVE WORKS 31.1 The Works pertaining to Protective work shall be carried out as described in relevant items of Schedule 'A', as specified here-in-before for the relevant trades of works , as per details shown on drawings and as directed. 32. EXTERNAL ELECTRIFICATION 32.1 SCOPE OF WORK 32.1.1 The extent of work is as per items given in schedule 'A'. All references to clause in the succeeding paragraphs pertain to MES Schedule part-1. 32.2 GENERAL REQUIREMENT 32.2.1 Materials, execution, testing and record of installation shall conform to relevant IS certifications and as given in clause 19.2.1 to 19.2.6 of MES Schedule part-1 and as also in accordance with Indian Electricity Rules 1956. 32.2.2 The location and distribution of various items in the drawing is tentative. The GE as per the site requirements can make alternations and there shall be no price adjustment on this account. 32.2.3 On completion of entire work, the contractor shall submit in triplicate to the Engineer-in-Charge layout plan showing actual position of poles, routes, cable run, and all other information‟s and details as directed by the GE that will be necessary for record of maintenance and operation.

CA NO. CEPZ-31/17-18 Serial Page No. 174

PARTICULAR SPECIFICATIONS

32.3 SAMPLE AND MATERIALS 32.3.1 All materials, fittings and appliances etc. to be incorporated in this work shall be of highest standard

and unless otherwise specified here in after shall strictly comply with the relevant IS specifications. The contractor will supply the samples of the following items/materials to GE for approval.

(a) All types of insulators

(b) PCC cable cover

(c) Danger Notice Boards

(d) Stay assembly and stay wire and anti climbing device.

(e) All type of conductors

(f) Earthing plates/electrodes

(g) MCCB/MCB

(h) Distribution boards

(j) Cable Route Indicator

In addition to the above, other material as mentioned below, required to be incorporated in the work, shall be invariably got approved in writing from GE:

(a) Pre-stressed steel poles.

(b) Set of lightning Arrestor HT/LT.

(c) LT Panel Board.

(d) Voltmeter and Ammeter.

(e) Transformer

(f) Any other item as directed by GE.

32.3.2 The material and the equipment to be supplied and installed under this contract shall be of indigenous make. In case tenderer offers any imported materials, he may do so out of his existing stock. No foreign exchange will be given by the department to the tenderer for importing any equipment for this job.

32.3.3 Steel incorporated in work need to be of tested quality and the contractor shall procure all steel required

to be incorporated in the work from market. 32.3.4 The contractor after obtaining written approval of samples from the GE shall purchase material and

equipment from the approved firms or through their authorised agents only all as specified in these tender documents and as directed the GE. As a proof that a particular materials have been purchased from the firm/their authorised agents, the contractor shall produce such evidence to the satisfaction of GE when asked for. With regard to quality the materials shall be brought to the site with maker‟s original packing with seal intact.

32.3.5 All electric works shall be carried out in conformity with the requirements of the Indian Electricity Act 1910 and Indian Electricity Rules 1956 framed there under and fire insurance act as applicable and else the relevant regulations of electric supply authorities concerned as amended from time to time.

32.3.6 Unless otherwise exempted under the rules of the Indian Electricity Rules, all electrical works

shall be carried out under the supervision of person holding a certificate of competency issued by the recognized authority. The workman shall also hold certificate of competency.

32.3.7 Good workmanship is an essential requirement for compliance with their specifications. The

work shall be executed in the manner as directed by the Engineer-in-Charge.

CA NO. CEPZ-31/17-18 Serial Page No. 175

PARTICULAR SPECIFICATIONS

32.4 MAKING GOOD 32.4.1 The contractor is deemed to have included in his lumpsum cost of cutting holes/making chases when required through roads/bricks or concrete work for taking in cables, conduits and conductors etc and making good the same to match with the existing work.

32.5 EXCAVATION AND EARTH WORK 32.5.1 The contractor shall excavate to the specified depths as indicated on the drawings and as directed by the Engineer-in-Charge. Excavation made to depths more than the required levels shall be made good by the contractor at his own expense with approved earth by ramming, watering in 250 mm thick layers. No extra payment shall be made for extra depth excavated and filled by the contractor. The cost of any shoring/boarding and de-watering shall be deemed to be included in the cost of excavation and no extra payment shall be made. 32.6 FILLING OF PITS AND DISPOSAL 32.6.1 After laying of the foundation and erection of poles & stay, the pit shall be filled with the spoil obtained from excavation, watered, rammed and consolidated and brought to the level of the surrounding ground level as directed by the Engineer-in-Charge. All surplus spoil obtained from excavation shall be removed to place at a distance as specified, spread and leveled in the manner as directed by the Engineer-in-Charge. 32.7 MATERIALS 32.7.1 STEEL TUBULAR POLES 32.7.1.1 These shall be as specified in Clause 19.3 of SSR Part-I. The poles shall be numbered and painting shall be done as specified in relevant item of Schedule „A‟. Poles shall be of make as specified in Appx „F‟. 32.7.1.2 The steel tubular swaged poles can be brought to site in one piece for LT poles and two pieces for HT poles which shall be included at site at the discretion of the contractor.” 32.8 INSULATORS 32.8.1 Insulator and insulator fittings shall be as specified in Clause 19.6.1 to 19.6.4 of MES Schedule part-1. 32.9 STAY ASSEMBLY 32.9.1 Stay wire and stay wire assemblies shall conform to specifications given in clause 19.7, 19.8 of MES Schedule part-1 and as per description of Sch 'A'. 32.10 LIGHTNING ARRESTORS 32.10.1 Lightning arrestors shall conform to specifications given in clause 19.12 & 19.13 of MES Schedule part-1. 32.10.2 Isolators/Expulsion type fuses, line connectors and danger notice plates shall conform to specifications given in clause 19.15 to 19.18 of MES Schedule part-1.

CA NO. CEPZ-31/17-18 Serial Page No. 176

PARTICULAR SPECIFICATIONS

32.11 LT/HT POWER CABLES 32.11.1 LT/HT power cables shall be as specified in schedule 'A' and shall conform to specifications given in relevant IS and clause 19.19 of MES Schedule part-1. 32.12 CABLE BOXES 32.12.1 These shall be straight through or terminator joints boxes for HT and LT cables as specified in Sch 'A' and clause 19.22.1 of MES Schedule part-1. Jointing of cables shall be as specified in relevant IS. 32.13 WORKMANSHIP 32.13.1 Erection of poles shall conform to clause 19.50 to 19.52 of MES Schedule part-1. 32.13.2 Pole fittings and cross arms shall conform to details given in clause 19.53 of MES Schedule part-1. 32.13.3 Insulators shall conform to clause 19.54 of MES Schedule part-1. 32.13.4 Stay and stay arrangements shall conform to clause 19.55 of MES Schedule Part-1. 32.14 „D‟ CLAMPS, STEEL CROSS ARMS AND BRACING 32.14.1 Refer clauses 19.9 and 19.53 of MES Schedule Part-I. „D‟ clamps; MS cross arms, bracing and MS brackets shall be of steel section shown on drawings. Where size of any section of steel is not indicated, this shall be as directed the Engineer-in-Charge. These shall be painted with one coat of aluminium paint over a coat of red oxide primer after fixing in position. 32.15 UNDERGROUND CABLES 32.15.1 These shall be laid in trenches and shall conform to clauses 19.75 to 19.82 of MES Schedule part-1 and as given in Schedule 'A'. However, cable protection shall be by means of old size sub class „B‟ bricks. Sand cushioning in trenches shall provided as specified in clause 19.75 of MES SSR part-I 2009. Cables shall not be laid in ashes and organic refuses or any other materials, which may injure the cable. Cables shall be brought in standard drum length. No straight through joints shall be permitted except where length of the cable is more than the standard drum length or where considered inescapable. 32.15.2 The portion of cables running under roads, poles or on walls through nallah shall pass through galvanized pipe all as described in the item of Schedule „A‟ and as directed by the Engineer-in-Charge. 32.15.3 The seal of cables shall not be removed until preparations for jointing are complete.

CA NO. CEPZ-31/17-18 Serial Page No. 177

PARTICULAR SPECIFICATIONS

32.15.4 Trenches for cables shall be as per clause 19.74 and 19.74.1 of MES Schedule Part-I. Trenches will be filled in after the cable has been tested by the Engineer-in-Charge satisfactorily. IR test for all under ground cables shall be conducted during and after physical completion. Testing shall be done as specified in clause 19.93, 19.95 & 19.96. The tests should be recorded and signed by the contractor and Engineer-in-Charge and kept on record. 32.16 GI PIPES AND FITTINGS 32.16.1 GI pipes and fittings shall be laid in trenches, fixed to walls/floor/ceiling/poles and jointed all as specified in clause 18.50 and 18.50.3 and 18.51.1 to 18.51.5 of MES Schedule Part-I. 32.17 LIGHTNING ARRESTOR 32.17.1 Lightning arrestor shall be non-liner type conforming to IS-3070, Part-I. Refer Clause 19.12 & 19.13 of MES Schedule, Part-I. All fittings shall be hot dipped galvanized. 32.18 BUS BAR 32.18.1 Bus bar shall be of appropriate sizes Electric grade aluminium for phases and neutral having suitable holes for incoming cables/out going cable having provision for cables connections with thimbles of suitable size. The width shall be accordingly changed as per site requirement of the feeder switches. Provision shall be made to install KWH meter, Voltmeter, Ammeter at incoming and outgoing. 32.19 EARTHING 32.19.1 Earthing shall be provided as per IS regulations, electrical plate No 5 of SSR Part-I and as per description of respective items of Sch „A‟. The contractor shall take approval of layout of earthing before commencement of work and earthing shall be executed in the presence of authorised MES representative. The earthing shall generally conform to IS-3043/1987 and clause 19.137 to 19.146.3 of MES Schedule Part-I. 32.20 STREET LIGHT FITTINGS 32.20.1 Refer clause 19.42 of MES Schedule Part-I. This shall be of cast housing and shall comply to IS: 2149 of 1970 for street light all as detailed in Schedule „A‟ and shown on drawings. 32.21 DANGER NOTICE BOARD 32.21.1 Refer clause 19.18 of MES Schedule Part-I. It shall be all as specified in the relevant item of Schedule „A‟. Unless otherwise specified in Schedule „A‟, the plate for danger notice board shall be of mild steel 1.6 mm thick.

CA NO. CEPZ-31/17-18 Serial Page No. 178

PARTICULAR SPECIFICATIONS

32.22 TESTING OF INSTALLATION 32.22.1 On completion of the work, following tests will be conducted in the presence and to the entire satisfaction of the Engineer-in-Charge. Contractor shall give prior notice in writing to this effect at least 7 days in advance: -

(a) Insulation resistance test sectional and overall.

(b) Continuity resistance test sectional and overall.

(c) Conduction and earthing

(d) Earth tests.

(e) Full load tests.

32.22.2 Insulation resistance tests shall be conducted between each conductor and the earth. Contractor shall supply necessary apparatus, labour and instruments required for testing. Results of testing shall be recorded in triplicate and signed both by the Engineer-in-Charge and contractor or his authorised representatives. 32.23 EXPULSION FUSES, LINE CONNECTORS, POWER CABLE:- Refer clause 19.16,19.17 and

19.19 of MES Sch Part I, 2009. 32.24 DISTRIBUTION BOXES :- Refer clause 19.21 of MES SSR-2009, Part I. 32.25 CABLE TERMINATION & JOINT BOXES :- Refer clause 19.22 of MES SSR-2009, Part I. 32.36 LOW VOLTAGE SWITCHING AND DISTRIBUTION PANEL :- Refer clause 19.23 of MES

SSR-2009, Part I. 32.37 LT PANELS 32.37.1 LT panels shall be all as specified in Sch „A‟. The contractor shall produce and get the detailed drawings of LT Panel approved from GE before fabrication and placing the order to the manufacturer. 32.37 CABLE ROUTE INDICATOR 32.37.1 These shall be fixed along the route of cable at 30 metre interval & on every turning & cable joint. 32.39 LIGHTNING ARRESTOR 32.39.1 Lightning arrestor shall be provided as specified in Para 19.12, 19.13 and 19.67 of SSR-1991 Part I (specifications) and as per IE, Rules-1992. The earth lead for any lightning arrestor shall not pass through any iron steel pipe but shall be taken as directly as possible from lightening arrestor to a separate earth electrode. Lightning arrestor shall be manufactured by any one of the manufacturers given in Appendix „F‟. Lightning arrestor shall be procured by the contractor either directly from the manufacturers or from authorised distributor/authorised dealer, as directed by GE. 32.40 MCCB 32.40.1 MCCBs shall be provided of various capacities as described in Sec „A‟. MCCB shall be conforming to IS-8828-1996, IEC-60898, as applicable. MCCBs shall be manufactured by any one of the manufacturers given in Appendix „F‟. MCCBs shall be IS marked. MCCB shall be procured either direct from the above manufacturers or their authorised distributors/authorised dealers.

CA NO. CEPZ-31/17-18 Serial Page No. 179

PARTICULAR SPECIFICATIONS 32.41 VOLTMETER, AMPERE METER 32.41.1 These shall be provided of the shape and size as described in Sch „A‟ and directed by GE. Ampere Meters and Volt meters shall conform to specifications of IS-722 Volt Meter and Ampere Meters shall be ISI Marked. 32.42 SELECTOR SWITCH 32.42.1 Selector switch shall be provided as per Sch „A‟. Selector switch shall be conforming to specifications of IS-6875 and ISI marked. 32.43 INDICATING LAMPS 32.43 Indicating lambs shall be provided of size and shape as described in Sch. „A‟. Indicating lambs shall be LED type. The contractor shall procure indicating lamps either directly from the above manufacturer or their authorised distributor/ dealer. 32.44 LT PANEL BOARD, SINGLE PANEL SWITCH BOARD 32.44.1 SCOPE: These specification cover the detailed requirements of medium voltage L.T Panel to be fabricated, supply, installations, its testing and commissioning. Any other material required for the successful completion of the work is included in these specifications if other wise not mentioned herein. 32.44.2.ELECTRICAL PARAMETERS:- Suitable for 415 volts rated voltage 3 Phase , 4 wire 50Hz AC supply.

32.44.3 GENERAL INSTRUCTIONS

(i) The LT Panel shall be indoor/out door type having incoming and outgoing as specified in schedule 'A'. The degree of protection shall be IP-43 as per IS-2147-1962 (ii) LT Panel shall be of in door /out door type type, free standing type totally enclosed and compact. (iii) The LT Panel shall be rain, dust and vermin proof and shall be suitable for climatic conditions of the station. (iv) The LT Panel shall be fabricated out of MS sheet steel of thickness as specified in Sch „A‟ and foundation frame fabricated out of MS angle iron 40x 40x 6mm.

(v) The design shall include all provisions for safety of operating and maintenance personal. The general construction shall conform to IS-5039 of 1983 for factory assembled LT Panel. (vi) All incoming and outgoing cable entries shall be from the bottom as directed by Engr-in charge. (vii) General construction shall employ the principle of compartmentalization for safety consideration (viii) The LT Panel shall be painted with 7 tank process for treatment of degreasing, pickling and two coats primer, before being given the stove epoxy finish. Final color shade shall be 631 as per IS-5. (ix) The LT Panel shall be suitably double earthed as per standard engineering practice.

CA NO. CEPZ-31/17-18 Serial Page No. 180

PARTICULAR SPECIFICATIONS

(x) The dimensions of the LT Panel shall be as on required basis for incorporating the electrical accessories / switchgear as specified in schedule and these particular specifications. (xi) The front and back side of the LT Panel shall be provided with hinged double doors with locking arrangement. The lock shall be built in flush type of superior quality as directed by Engineer in Charge. The hinged shall be of such construction that the door can swung open by not less than 150 degree. The fixing of the doors shall be such that the doors should automatically come to closed position if not kept open with effort. (xii) CANOPY: The top of the LT Panel shall be fitted with a sloping canopy, design of which shall be such that rain water shall not accumulate on the top. (xiii) VENTILATION: Adequate ventilation shall be ensured by providing ventilation for the inlet and exhaust of air. (xiv) BUS BARS : The Bus Bar of suitable size and as specified shall be provided. The bus bar for neutral shall be half the size of the phase bus bar. The bus bars shall be insulated with PVC sleeve / tape. One No. GI earth bus shall be 25mmx 4mm and shall be fixed at the bottom of the LT Panel for earth connections. (xv) BUS BAR SUPPORT: The bus bar shall be firmly fixed on the supports constructed from suitable grade of insulating material such as laminated sheet or porcelain lane insulators of suitable size confirming to relevant ISS. The supports shall be sufficient rebuts in withstanding electro mechanical force produced during the short circuit. The nuts, bolts shall be either of GI or cadmium plated. Bus bar chamber will be manufactured of not less from 2mm thick MS Sheet. Connections between bus bar and MCCBs will be made either with solid copper strip of adequate capacity duly insulated or by adequate capacity copper cable with copper lugs, provided for making the connections. As per site requirement the aluminium links duly insulated with PVC sleeves or paints shall also be provided for connection with bus bar chamber and incoming or out going onwards. (xvi) Danger Plate: Danger plate shall be provided on the front and back doors of the LT Panel . No or other distinguished mark shall also be written on the LT Panel as directed by the Engineer -in-charge. (xvii) Installation: The LT Panel shall be installed on a suitable plinth and grouted in the foundation with cement concrete and finished neatly with plaster as per manufactures recommendations. An apron will be provided below the door level of the LT Panel on the four sides. (xviii) Earthing: The LT Panel shall be earthed with two distinct earths to electrode (to be measured and paid separately). The earth connections from the electrode shall be done with 8 swg GI wire drawn through 1/2" dia GI pipe from mechanical protection. The earth electrodes shall be erected at least one metre away from LT Panel, but on the opposite side. The earthing terminals shall be identified by means of the sign marked in legible and indelible manner on or adjacent the terminals. (xix) Testing: All necessary tests such as insulation / earth test etc shall be carried out before connecting the LT Panel with the supply system and will be recorded duly signed by contractor and Engineer -in- Charge

33 TRANSFORMERS 33.1 The transformers shall be all as described in Schedule „A‟. The temperature rise shall not exceed 50° C by resistance of winding method and 40° C measured by thermometer in oil after continuous run on full load. The contractor shall also provide first oil filling of transformer and the oil shall conform to IS-335. The make of transformer shall be as specified in Schedule „A‟/Appendix „F‟. The transformers should be fitted with mounting as follows: -

CA NO. CEPZ-31/17-18 Serial Page No. 181

PARTICULAR SPECIFICATIONS

(a) Oil conservator with filling hole and cap including drain plug. (b) HT Off load tap changing gear with tapping switches indicator, handle and locking

device. (c) In addition to (b) above cover of the transformer be provided with air released plug to

enable the trapped air inside to be released if any. (d) Rating and terminal marking plates. (e) Lifting lugs. (f) Two earthing terminals for body earthing and one additional for neutral. (g) Drain valve with plug. (h) Thermometer pocket including thermometer.

(j) Four flat rollers (k) Explosion vent (l) Silica gel dehydrating breather with silica gel.

(m) Top and bottom filter valve for oil and plug (n) Any other fittings required and recommended by the manufacturer. (o) Oil level gauge indicating maximum and minimum oil level. (p) Cooling radiator.

33.2 TESTING :- The contractor shall produce manufacturer‟s test certificate to GE in respect of routing test enumerated in relevant IS. After installation, the transformer shall be tested before commissioning as per Clause 19.97.8 of MES Schedule Part I by a representative by the Accepting Officer in presence of Engr-in-Charge and contractor . The contractor shall at his own expense provide all facilities for testing including equipment. 33.3 Platform for Transformer : Platform for transformer of size as mentioned in Sch „A‟ shall be provided all as shown in drawing CEPZ/C-TD-002/13 sheets 1/5 to 5/5 and as specified in Schedule 'A' with following specifications :-

(a) Excavation and Earth Work

In any type of soil including filling in and well ramming in layers not exceeding 25cm including watering and disposing surplus soil to distance not exceeding 50 metre all as directed by Engineer-in-charge.

(b) PCC in foundation PCC (1:5:10) type E-2 (using 40mm graded crushed stone aggregates).

(c) PCC in other situations

PCC (1:2:4) type B-1(using 20mm graded crushed stone aggregate).

(d) PCC in Floor 100mm thick PCC (1:2:4) type B-1(using 20mm graded crushed stone aggregate) finished fair using extra cement.

(e) Masonry Work in platform and steps

Brick masonry in cement mortar (1:4) using sub class „B‟ bricks.

(f) Steel and iron work for steel gate

All steel and iron work shall be of Fe-410-O grade .

(g) Expanded metal XPM wherever shown in drawing shall be of weight not less than 4Kg/Sqm.

(h) Plastering All surfaces of walls shall be plastered with 12mm thick in cement mortar (1:4) .

(j) Finishes (i)All plastered surfaces shall be finished with Two coats of cement base paint. (ii) All steel surfaces shall be painted with two coats of synthetic enamel paint (black) over a coat of primer.

(k) For workmanship of different trades, refer specifications here-in-before, MES schedule and all as directed by Engineer-in-charge.

CA NO. CEPZ-31/17-18 Serial Page No. 182

PARTICULAR SPECIFICATIONS

34. EXTERNAL WATER SUPPLY 34.1 GENERAL 34.1.1 Materials, workmanship and testing required to be incorporated in these works shall be as given under specification and workmanship in the trade section of MES Standard Schedule Part-I duly modified by these particular specifications and notes on the drawings. 34.1.2 Layout of water supply pipelines including fittings and locations of valves, valve chambers as shown on drawing are tentative. The exact layout/alignment of water supply pipe lines including their fittings and location of valves, valve chambers shall be as directed and approved by the Engineer-in-Charge in writing before the contractor takes the work in hand and nothing extra shall be paid due to any change in layout/location. 34.1.3 On completion of entire work, the contractor shall submit layout plans drawn to a suitable scale on tracing cloth, showing actual routes/alignment of various pipelines, indicating the size of pipes and distance of pipelines from the main buildings and roads to the Engineer-in-Charge. All sizes and dimensions shall be shown in the above plans in metric units (i.e. in CGS system) only. All work shall be carried out by plumber/fitters/skilled labours. Nothing extra shall be paid due to above for preparation of final layout plan etc. 34.1.4. Before commencement of excavation, the contractor shall mark the proposed pipe route on ground along with the alignment as directed by the Engineer-in-Charge. Exact position of valve chamber, pipe supports etc. which are to be considered on each route shall similarly be marked thereon. 34.2 SCOPE OF WORK 34.2.1 The work consists of work described in Sch 'A'. All references to clauses in succeeding paragraphs pertaining to MES Sch Part-1. 34.3 MATERIALS 34.3.1 MILD STEEL GALVANISED TUBES (PIPES) AND FITTINGS 34.3.1.1 These shall conform to the clause 18.4.1 to 18.4.5 and shall bear ISI certification mark. 34.3.2 RUBBER GASKET FOR JOINTING 34.3.2.1 It shall be as specified in clause 18.11 of MES Schedule part-1. 34.3.3 SLUICE VALVE 34.3.3.1 It shall be of cast iron class PN-1.6 with flanged ends. It shall bear IS certification mark and shall comply with the requirements of IS-14846 of 2000. Sluice valve shall be long body type non rising type loaded with tin bronze sheet and stainless steel stem.

CA NO. CEPZ-31/17-18 Serial Page No. 183

PARTICULAR SPECIFICATIONS

34.3.4 VALVE PITS 34.3.4.1 Valve pit of size as mentioned in BOQ (internal dimensions) shall be constructed complete as shown on drawings with the following specifications:-

(a) Excavation & earth work - As specified here-in-before

(b) Lean concrete - M-10 (Nominal mix)

(c) Brick work - CM (1:4)

(d) PCC benching/bedding - M-15 (Nominal mix)

(e) Steel work - As shown as drawing. However, the thickness of MS sheet irrespective of what is shown on drawing shall be 3.15mm.

(f) Floor - 40mm PCC M-15 (Nominal mix) over 75mm thick hard core over rammed earth. Top surface of floor shall be finished even & smooth without using extra cement.

(g) Plaster (i) Internal (ii) External

- -

10mm thick in CM (1:4) using water proofing compound 15mm thick in CM (1:6)

(h) Finishes - All steel surfaces shall be pointed as specified here-in-before.

34.4. WORKMANSHIP 34.4.1 The work shall be carried out in compliance with the requirement specified in clause 18.41 to 18.48 of MES Schedule part-1 applicable to handling/laying of cast iron pipe. 34.4.2 Laying and jointing of GI pipe shall be in accordance with clause 18.50 of MES Schedule part-1 laying and jointing of CI pipe shall be all as per clause 18.48 of MES Schedule part-1 and as per description of Sch 'A'. 34.4.3 Back fillings of trenches shall be all as specified in clause 18.56 of MES Sch Part-I 34.4.4 Fixing of sluice valve/reflux valve/air release valve shall be in accordance with clause 18.57 of MES Sch Part-1. 34.4.5 Making connection of GI/CI distribution with GI/CI main shall be as per clause 18.59 of MES Schedule part-1. 34.4.6 Cutting of GI pipe line and stop valve shall be as specified in clause 18.63 to 18.63.2 of MES schedule part-1. 34.4.7 TESTING OF PIPE LINE : Testing of pipe line shall be carried out as specified in clause 18.49.7 and 18.54 of MES Schedule part-1. 34.5 RECORD DRAWINGS 34.5.1 Three copies of line plan of complete work indicating the line of pipes, position of fittings etc. shall be submitted by the contractor to the Engineer-in-Charge on completion of work.

CA NO. CEPZ-31/17-18 Serial Page No. 184

PARTICULAR SPECIFICATIONS

35. TEST CERTIFICATE AND LITERATURE 35.1 The contractor shall produce to the GE the manufacturers test certificate and literature/manual of the following equipments (as applicable):- (a) LT/HT cable (b) LT poles (c) LT/HT panels

(d) DG Sets (e) Bleaching dozer (f) Vaccum operated chlorine

plant (g) Voltage Stablizer (h) Transformer

(h) Any other equipments as directed by GE 36. TESTING OF CABLE & EQUIPMENTS 36.1 LT/HT cable (where the quantity of particular size is more than 500m), HT panel/feeder pillar boxes, DG Sets and the like shall be inspected & tested in presence of Accepting Officer rep in factory premises prior to despatch of these items. The contractor shall inform well in advance to the department for inspection at factory premises. 36.2 The testing and setting of relays of HT panels/feeder pillars boxes shall be carried out by the OEM 37.1 DIESEL ENGINE DRIVEN GENERATING SET (a) The information will be supplied by contractor to the manufacturer and information to be supplied by the manufacturer along with the engine as per IS-10000 (Part XI-1980). (b) For generating sets payment shall be made by GE after verifying both original purchase vouchers as well as manufacturer‟s test certificate to ensure, genuineness of equipment as per IS-10000 (Part XII) 1980. 37.1.1 The generating set shall be mounted on a common base plate of robust construction and will be enclosed in the Acoustic enclosure. 37.1.2 The electric starting device shall be, starter type complete with suitable batteries as recommended by manufacturer complete with electric connections. The batteries supplied must be completely charged and shall be provided/fitted in angle iron steel racks of suitable size. The rates quoted in the schedule „A‟ for generating set shall be deemed to include for the starting device as specified above. 37.1.3 The exhaust pipe system must include the provision of suitable silencer and complete pipe system of suitable size to carry the exhaust gases out of the Acoustic enclosure without creating undue back pressure. The cost of supply and fixing pipe is deemed to be included in the unit rate quoted by the tenderer. 37.4.4 The alternator and diesel engine shall be coupled through a flexible coupling. While erecting and coupling the above equipments, utmost care will be taken will be taken regarding alignment and the there is no undue torque and pressure between the shafts. 37.5 FOUNDATION. (a) Foundation for generating set shall be provided as per manufacturer‟s instructions. (b) The foundation must have anti-vibration device/arrangement. The tenderer will forward the detailed layout this arrangement included in the unit rate quoted for generating set. The arrangement should be such that, transmission of vibrations is avoided from the bottom as well as from the sides of the foundation to the building.

CA NO. CEPZ-31/17-18 Serial Page No. 185

PARTICULAR SPECIFICATIONS

(c) All material required for the foundation will be arranged by the contractor. (d) Feeder pillar box shall be mounted 400 mm above ground as brick pillar. Cap between pillar shall be closed by with brick masonry so that cable are not seen from a distance. 37.6 TESTING OF DG SET (a) The DG Set will be tested by putting water load . The load testing will be carried out for 12 hours duration as under: -

(i) 25% of rated load - one hour duration.

(ii) 50% of rated load - one hour duration.

(iii) 75% of rated load - one hour duration.

(iv) 100% of rated load - Eight hours duration.

(v) 110% of rated load - one hour duration.

(b) The test results of above test shall be recorded and signed by officer detailed by Accepting Officer, Garrison Engineer, Engineer-in-Charge and contractor‟s representative on standard proforma . (c) The test for fuel consumption shall also be carried out as per IS-10000 (Part-VIII) of 1980 and the readings will be recorded on the standard proforma attached and will be signed by the persons mentioned at Para(b) here-in-before. (d) In case the test results are found unsatisfactory, the contractor has to repair or replace the DG Set as per direction of GE/Engineer-in-Charge to his full satisfaction. Any dispute arising shall be referred to the accepting officer and his decision shall be final and binding. (f) The contractor has to arrange water load, all apparatus and instruments, cables, labour, diesel & engine oil of specified grade as recommended by the manufacturer, etc whichever is required for testing with out any extra cost to the department 38. BORE WELL

38.1. MATERIALS (a) All materials such as pipes fittings to be used under this contract shall be of conforming to IS-4270 grade Fe-410, new and of approved quality. Pipes and other fittings required shall be got approved by Engineer-in-Charge before incorporation in the work. (b) Bore of pipe mentioned in these specifications shall be deemed to be the nominal diameter of the pipe. Pipes shall be ERW steel tube for water well (casing pipe). (c) Strainer pipe shall be Mild steel ERW slotted pipes all as described in Schedule „A‟. (d) The blind pipes/strainer pipes shall be ERW type all as described in Schedule „A‟.

CA NO. CEPZ-31/17-18 Serial Page No. 186

PARTICULAR SPECIFICATIONS

38.2 BORING OF TUBE WELL (a) Boring, development and testing of bore well shall be carried out as per IS-11189:1985. Boring shall be carried out to the required depth with a particular size casing pipe. The boring shall be done truly vertically as far as possible in accordance with normal Engineering practice but in no case the eccentricity shall exceed the provision in IS. The slotted pipes and blind pipes shall be lowered at depths according to the Water borne strata met with so as to obtain maximum yield of Water per hours. (b) The length of housing pipe lowered from ground level shall be as decided by the Engineer-in-Charge. Lowering of the pipes shall not be done unless the pipes have been approved by the Engineer-in-Charge and shall be lowered truly vertical as far as possible to the normal Engineering practice and relevant IS‟s. The thickness of housing pipe 8” dia and blind/slotted pipes of 8” dia shall be as per IS:4270-1983, all as directed by GE.

(c) The contractor is allowed to drill holes of 750mm to 800mm dia by manual operation to depth upto 20 meters from GL depending upon the strata encountered and static water level. The rates quoted by the contractor shall be deemed to be included in relevant item of Schedule „A‟. The contractor shall have no claim what-so-ever, on account of enlarged bore.

38.3 DEVELOPING THE WELL (a) The well shall be developed in order to obtain sand free water. While developing each water bearing strata, it should be fully developed keeping the end of Air line at one meter intervals and develop the well till such time sand free water as defined in respective clause here-in-after is obtained. Air compressor for the development of tube well shall be arranged by the contractor under his own arrangement. (b) Development shall be carried out till yield ceases to improve at a fixed draw down of water. (c) In case development of tube well by over pumping, the capacity of pump installed by the contractor shall be at least 20% higher than the expected discharge. Filling of sand deposit at the bottom of well will be permissible upto 3% of the depth of tube well and the ramming have to be cleared by the contractor 38.4 SAMPLE OF WATER Soon after commencement of development, samples of water will be drawn and supplied by the contractor in the bottle provided by the department as directed by the Engineer-in-Charge and carry out the water test from authorised Govt. lab for physical test, chemical test and test for pesticides etc to confirm potability of water as per IS:10500-1991 without any extra cost to the Govt. The department will test the sample. The bottles provided for this purpose will be returned to the department after its completion.

CA NO. CEPZ-31/17-18 Serial Page No. 187

PARTICULAR SPECIFICATIONS

38.5 SOIL STRATASamples of strata shall be taken at every lift (3.05 metres depth) or after and if the strata changes, sample shall be carefully preserved at site in a sample box with glass front, and shall be available for the inspection of inspecting authorities.

38.6 YIELD TESTThe contractor shall inform the GE in writing as soon as the tube well is ready for testing. The test will be carried out within seven days from the date of intimation received by the GE. The well shall be tested for eight hours continuously after development of the well to ascertain the yield. The yield obtained in gallons per hour for such tube well shall be duly intimated in writing to the GE. The yield testing equipment with proper graduation shall be arranged by the contractor under his own arrangements and no extra payment on account of this shall be payable.

38.7 SAND FREE WATERSand free water shall mean water sample taken after half an hour pumping and shall have not more than 20 parts of sand per million parts of water. 38.8 STRATA CHARTStrata chart in standard tube well form shall be maintained at site containing the following information:-

(a) Description and depth of strata encountered.

(b) Spring level below ground level.

(c) Aqualayer opposite which strainer have been placed.

(d) Position of joints in strainer/blind pipes.

(e) The amount of gravel initially poured in packing around the well and the amount of gravel added during development, if any.

(f) Details of developing and duration as and when carried out.

38.9 SPECIAL REQUIREMENTThe depth of boring of the bore well at the site indicated by the GE is anticipated to be 125 metres, below ground level. The depth may, however, be ordered in writing to be varied by the GE upto maximum of 50 metres (plus or minus). If the GE decides that suitable water bearing strata is not available in the aforesaid bore or the boring cannot be continued further on account of the type of strata met with, he may order the contractor to bore at the site(s), selected by the GE, until suitable water bearing strata is met with or boring cannot be continued further on account of the type of strata met with provided total no. of bores under the contract do not exceed four for each tube well. The decision of the GE shall be final and binding as to whether or not the boring can be continued further in the strata met with. In the event of GE declaring the bore unsuccessful, the contractor shall be paid to the extent of work done as certified by the GE. The contractor will include in his pricing the cost of removal of his materials and T&P to the alternative sites, where the entire boring of well is decided be given up and the bore(s) proved unsuccessful. The contractor will be allowed to remove the materials and T&P from the site(s) within 4 weeks and materials collected /retrieved shall remain the property of the Contractor. Contractor will fill up the abandoned bore with PCC (1:5:10) Type E2 up to 2m from top (ie from Ground level) and remaining portion of bore shall be filled with earth as directed by Engineer-in- Charge without any extra cost to the department.

CA NO. CEPZ-31/17-18 Serial Page No. 188

PARTICULAR SPECIFICATIONS

38.10 Excavation and earth work (a) Soft /loose soil, hard/dense soil and mud shall all be classified as soil. (b) Unit rate for foundation of tube well quoted by the tenderer will be deemed to be inclusive of excavation and earth work in any type of soil as aforesaid.

38.11 Returning filling and disposal of surplus soilReturning filling in trenches shall be done with well approved earth only. All surplus soil shall be disposed off to a distance not exceeding 50 metres from the site of work and shall be stacked at places as directed by the Engineer-in-Charge. Form work shall comply with requirements of clauses 4.11.6.1 to 4.11.6.5 of MES Schedule (Part-I) and shall be provided all around the PCC foundation. 38.12 Exposed surfaces. All exposed surfaces of PCC foundation shall be finished even and smooth after removal of form work. 38.13 Steel work. All steel work shall be of standard quality Fe-410-S conforming to IS-226-1975 and shall be welded with arc running welding in accordance with IS-216 (106) and IS-823 (1964). 38.14 Completion Certificate. The work under this contract in the event of successful boring shall not be deemed to be completed until well have been tested to the entire satisfaction of GE and Engineer-in-Charge, certified by them as such and handed over to the department. 38.15. Vertically Test : After completion of work the contractor shall submit vertically Test Report and other connected details on the format given as per Form „H‟, „I‟ & „J‟ enclosed with the tender documents. 38.16. Safety fencing: The Complete site of bore well shall be fenced suitably as directed by GE to prevent entries of unauthorised persons to avoid miss- happenings . All persons working on the site will have suitable safety equipments as instructed. Cost of these aspects shall be deemed to be inclusive in quoted rates. Nothing shall be admissible on this account. ___________________ Dy Dir (Contracts) (Signature of Contractor) for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 189

PARTICULAR SPECIFICATIONS Appendix 'B'

CEMENT SUPPLY AND ACCEPTANCE REGISTER 1. CA No & Name of work : 2. Control No : 3. Name of Manufacturer/Brand Name/Gde of Cement a) Manufacturer_______ b) Brand__________ c) Grade___________ 4. Qty of cement & Lot No (in Bags) : a) Qty_____________ b) Lot No ________________ 5. Manufacturer's Test Certificate No ____________________________________ 6. Random Test Details : (a) Physical Test report from_______________ vide their letter No________________________ (NAME OF APPROVAL LAB/ENGG COLLEGE) (b) Chemical test report from______________ vide their letter No_________________ (NAME OF APPROVAL LAB/ENGG COLLEGE) 7. Details of Physical & Chemical properties

Physical Requirements (As per IS-4031)

Specific Surface

area (M/KG)

Soundness by Le

Chatellar

Soundness by auto clave

Initial setting time

Minutes

Final setting time

Minutes

Compressive strength (Mpa)

03 days

07 days

28 days

1 2 3 4 5 6 7 8 9

As per

relevant IS

As per

Manufacturer's

test cert

As per

random test cert

Chemical Requirements (As per IS-4032)

Temp during testing 0C

Standard consis- tency(%)

Lime saturation factor (Ratio)

Alumina Iron factor (Ratio)

Insoluble Resdue (%)

Magens- ium (%)

Sulphuh- ric Anhdride (%)

Loss of Lgnit- ion (%)

Alkai- lest (%)

Chlorides(%)

10 11 12 13 14 15 16 17 18 19

Accepted/Rejected JE Engineer-in-Charge Garrison Engineer

CA NO. CEPZ-31/17-18 Serial Page No. 190

Appendix 'C'

PARTICULAR SPECIFICATIONS

STEEL SUPPLY/ACCEPTANCE REGISTER 1. CA No & Name of work : 2. Control No : 3. Name of Manufacturer's TC No : 4. Manufacturer : 5. Random Test Details : (a) Physical Test report from___________vide letter No_________________ (NAME OF NABL APPROVED LAB/GOVT ENGG COLLEGE) (b) Chemical test report from_________ vide letter No__________________ ((NAME OF NABL APPROVED LAB/GOVT ENGG COLLEGE) 6. Types of Steel, dia & Qty :

(a) Type : TMT/CRS (b) Dia : mm (c) Actual weight : MT (b) Conversion Wt : MT

Chemical Test

Carbon %

Sulphur %

Phosphorous %

Sulphur + Phosphorous %

Manganese %

Silicon %

Corrosion Resistant element

1 2 3 4 5 6 7

As per IS-1786

As per Manufacturer's test cert

As per independent test

Mechanical Test Remarks

Wt per meter

Yeild Stress (N/mm²)

Tensile strength (N/mm²)

Percent elongation% (Min 18%)

Bend Test

Rebend test

8 9 10 11 12 13 14

Accepted/Rejected Remarks with signatures

Contractor JE Engineer-in-Charge Garrison Engineer Remarks of BOO/Inspecting Officer/CWE

CA NO. CEPZ-31/17-18 Serial Page No. 191

PARTICULAR SPECIFICATIONS Appendix 'D'

FREQUENCY FOR NORMAL MASS, TENSILE, BEND AND REBEND TESTS OF STEEL

SRL NO

NOMINAL SIZE

QUANTITY

STEEL FOR CONCRETE:

1. Bars size less than 10mm 1 sample (3 specimens) for

each test for every 25 tonnes

or part thereof.

2. Bars size 10mm to 16mm 1 sample (3 specimens) for

each test for every 35 tonnes

or part thereof.

3. Bars size over 16mm 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 25 tonnes

of steel or part thereof.

NOTE :- For various tests, acceptance criteria, tolerances etc. refer to Appendix „C‟ and relevant BIS Codes.

CA NO. CEPZ-31/17-18 Serial Page No. 192

PARTICULAR SPECIFICATIONS

Appendix 'E'

CHEMICAL COMPOSITION IN PERCENT (MAXIMUM)

SL NO.

DESCRIPTION

IS-1786-1985 ALL GRADES

SAIL-TMT ALL GRADES

TISCON-42

RASTRIYA ISPAT NIGAM LTD. R-BARS ALL GRADES

a) Carbon 0.30 0.25 0.17 0.20

b) Sulphur 0.06 0.05 0.045 0.04

c) Phosphorous 0.06 0.05 0.045 0.05

d) Sulphur and 0.11 0.10 0.09 0.09

Phosphorous

e) Manganese - - - 0.60

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

CA NO. CEPZ-31/17-18 Serial Page No. 193

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

1. Producers of Cement (PPC & OPC) :-

a) M/s Sanghi industries Ltd BRAND”SANGHI” (OPC 53 grade& PPC)

t) The Associated Cement Companies Ltd BRAND “ACC ” (OPC 43 grade & PPC)

b) M/s Cement Manufacturing Co. Ltd BRAND”STAR”

(OPC 43 grade, OPC 53 grade & PPC)

u) Grasim Industries Ltd BRAND “GRASIM”

(OPC 43 grade & PPC)

c) M/s Ultra Tech Cement Ltd BRAND”ULTRATECH”

“OPC 43 Grade, OPC 53 Grade & PPC”

v) The India Cement

OPC 43 grade & PPC)

d) M/s OCL India Ltd BRAND”KONARK”

(OPC 43 grade & PPC)

w) Andhra Cement Ltd

(OPC 43 Grade & PPC)

e) M/s Dalmia Cement (Bharat) Ltd. BRAND”DALMIA CEMENT”

(For OPC 43 Grade, & PPC)

x) Century Cements BRAND “CENTURY ”

(OPC 43 grade & PPC)

f) M/s Chettinad Cement Corporation Ltd BRAND”CHETTINAD” (For OPC 43 Grade, PPC & PSC)

y) Binani Cement Ltd BRAND “BINANI ”

(OPC 43 grade & PPC)

g) M/s Heidelberg Cement India Ltd BRAND ”MYCEM”

(PPC only)

z) Mangalam Cement Ltd BRAND “MANGALAM ” (OPC 43 grade & PPC)

h) M/s My Home Industry Ltd BRAND “MAHA SHAKTI ”for PSC & PPC, “MAHA” for OPC 43 Gr.

aa) Birla Corporation Ltd BRAND “BIRLA ”

(OPC 43 grade & PPC)

j) M/s Parashakti Cements Ltd BRAND “PRASAKTI ” (OPC 43 grade & PPC)

ab) Orient Cement BRAND “ORIENT ”

OPC 43 grade & PPC)

k) M/s Zuari Cement Ltd. BRAND “ZUARI ”

(OPC 43 grade & PPC)

ac) Shree Cement BRAND “SHREE ”

(OPC 43 grade & PPC)

l) M/s Toshali Cements Pvt Ltd BRAND “GAJAPATI ”

(OPC 43 grade, PPC & PSC)

ad) JK Cement BRAND “JK ”

(OPC 43 grade & PPC)

m) M/s Prism Cement Ltd. BRAND “PRISM ” (OPC 43 grade & PPC)

ae) JK Lakshmi Cement Ltd BRAND “JK LAKSHMI” (OPC 43 grade & PPC)

n) M/s Shri Guru Kirpa Cement Pvt Ltd BRAND “SARTAJ ”

(OPC 43 grade & PPC)

af) Jaypee Rewa Cement BRAND “JAYPEE ”

(OPC 43 grade & PPC)

o) M/s Barak Valley Cements Ltd BRAND “BVCL” (OPC 43 grade )

ag) Ambuja Cement Ltd BRAND “AMBUJA ”

(OPC 43 grade & PPC)

p) M/s Dhruv Industrial Co. Ltd. BRAND “DHRUV ”

(OPC 43 grade & PPC)

q) M/s Ramco Cements Ltd. Brand “RAMCO” (For OPC 43 Grade, & PPC )

r) Saurashtra Cement BRAND “SAURASHTRA ” (For OPC 43 grade & PPC)

s) Lafarge Cement (Lafarge India Pvt Ltd). BRAND “LAFARGE ”OPC 43 grade & PPC)

CA NO. CEPZ-31/17-18 Serial Page No. 194

LIST OF MAKES B/R ITEMS

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

Sr

No

Product Group of products based on makes/brands Remarks

Group 1 Group 2 Group 3

2 Chloro-

pyriphos

emulsifiable

concentrate

(20 EC)

Pest control (india) Pvt Ltd.

Pest control Services, Delhi,

Montari industrial Ltd. New

Delhi, JS Pest control

Chandigarh, De-Nocil

Bombay

Delhi Pest Control, New

Delhi, Dhawan

Pesticides‟, Delhi,Pest

Control of India New

Delhi, B L Kapoor,New

Delhi, Dr Swarop‟s Pest

control, Punjab United

Pest Control Punjan

United Pest Control

Ludhiana, Pest

Eradicators(India) New

Delhi, Pest Control

corporation Delhi, Pest

control organization,

Delhi, Trishul

3 Gammax -

20

India pesticides Ltd.

Lucknow, Tata chemicals,

Pest control, (india) Pvt Ltd.

4 Pressed

Steel Door

Frames/Cho

wkhats for

Doors/

Cupbords

and

Windows

Frames

M/S SK Steel Febricators

Ludhiana, M/S Sehgal Doors,

New Delhi, M/S Bhawani

Steel Fabrication, Gaziabad,

M/S India Mart Intermesh

Ltd, Hyat Interiors

SS Engg Industries

Gaziabad, Dahiya

Industries, Panchkula,

M/S Metal Window

Corporation, New Delhi,

M/S Ishwar Industries,

Meerut, M/S Trisul

Industries, M/S Aswani

& Sons, M/S Jangid

Engineer Works,

Ghaziabad, M/S GS

Udyog, Kanpur, Shri

Krishna Associates,

Panchkula,Steel Master

Vardhman Precision

Tubes and profiles, New

Delhi, M/S Royal Safe

Works, New Delhi, M/S

Delite Safe Works, New

Delhi, M/S Delhi, M/S

Jangid Engineers

Works, M/S Steelman

Industries, Jalandhar,

M/S Laxmi Steel Works,

Rohtak.

M/S Anoop Industries,

M/S Mohata Engg &

Construction Co,

Bikaner, M/S Chhabra

Steel Ydyog, Meerut,

M/S Chandni

Industries.

CA NO. CEPZ-31/17-18 Serial Page No. 195

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

Sr

No

Product Group of products based on makes/brands Remarks

Group 1 Group 2 Group 3

5 Steel

Window

/Vents

Agew Steel Manufacturer Pvt

Ltd, Ahmedabad, Multiwyn

Industrial Corp, Kolkata,

Salkar Industries,

Pathankot road Jalandhar,

Arcat

Ganpat doors, Rajpura,

M/S Metel Window

Corporation, M/S

Mohindra Fabricators,

M/S SK Fabrication

(India), (M/S Gurjeet

Industries, M/S GR Kalsi

& Co, M/S SKS

Industries, M/S Steel

Plasts Machines, M/S

Surbi Metal (India),

Govind Enterprises,

Delhi, M/S GS Udyog,

Kanpur, M/S Shree

Krishna Associates,

Panchkula, M/S Jangid

Engineers Works,

Jaipur, Godrej and

Boyce, Mfg, Mumbai,

Steel Master Industries,

Jalandhar, Shri Krishna

Associates, Punchkula,

M/S Bharat Steel

Fabrication & Engineers,

Ghaziabad, M/S Laxmi

Steel Works, Rohtak,

M/S steel Man

Industries Jalandhar

Anup Industires, M/S

Chandni Industries,

Sen Harvic, Mumbai,

M/S Bihar Bobbin &

Engg Works, Katihar,

M/S Mohta Engg &

Construction Co

6 Rolling

Shutters &

Rolling Grills

Swastik Rolling Shutter &

Manufacturing works, Mumbai,

Hercules rolling shutter

Banglore, standard industries

pune.

Parkash & co. New Delhi,

Ishwar industries, meerut

cantt. Dahiya industries,

Panchkula, Shubdwar,

M/S, Parkash industries,

SKS Steel industries, New

Delhi, M/S Akash Rolling

Shutter, Delhi, M/S Auto

Rolling Shutters

Entirprises,New Delhi, Shri

Krishna Associates,

Panchkula, M/S Bharat

Rolling Shutters Industries,

Jabalpur, M/S Parkash

Rolling Shutters delhi, M/S

Steel Delhi, M/S Sleetman

industries Jalandhar,

chabra steel udyog.

7 Welded wire

mesh / Fabric

Multiweld Wire Co Ltd, Mumbai,

Jainsons Sales Corp, Delhi,

Jaisons Industries

CA NO. CEPZ-31/17-18 Serial Page No. 196

15 Anodised

Aluminium

Doors/Window/

Frames/Partitio

ns

Fenesta, Jindal, Indal, Hindalco Aluminium System Corp,

Mumbai, NairsArkinetal

Enterprises, New Delhi,

Aluminium Manufacturing Co.

Kolkatta Santosh & Co, New

Delhi, Dada Aluminium

Fabricators, Jalandhar, M/S

Alumilite Pvt Ltd, Dhiraj, M/S

Ajay Industries,Bombay, M/S

Ramniklal S Raste Jabalpur,

M/S Aluminium Tech

Industries, Delhi, M/S VR

Associates, Delhi, Mahavir,

Ambala, Consolidated

Enginees com, New Delhi,

Aluminium Pvt. Ltd, Ajit india

Pvt.Ltd.

16 Aluminium

Wooden

Doors and

windows

fitting

Argent industries, Mowjee,Crown M/S Elite Enterprises,

Mumbai, M/S Classic, New

Delhi, M/S Aluminium

Udyog, M/S Mohan Metal

Industries, Delhi

8 Factory made

Panelled Door

Shutters

M/S MP Wood Product indore,

M/S Jainwood industries

(Jayana Board) Delhi, M/S Jain

Doors Pvt Ltd, Sonipat.

Chandigarh Timber Products,

Patiala, M/S New Jagdamba

Doors, M/S AB Composites

Pvt Ltd, M/S Haryana

Industies, M/S NND Wood

Industries Sriganganagar, M/S

Shakti Industies, Dhanaula,

M/S Sarab Enterprises,

Kangra, M/S Ecocell Doors,

Udaipur, M/S Massonite

Doors, Pathankot, Pioneer

Timber Products, Chandigarh,

Goyal Industrial Corporation,

New Delhi, Shri Krishna

Industries, Panchkula, M/S

Laxmi Doors, M/S Joinery

Manufacturing Co Kolkata.

M/S Rajendra, M/S

Neha Industries, M/S

Goel Brothers, Raipur,

M/S Surbhi Metal India

Ltd Jodhpur

9 Factory made

flush Door

Shutters

M/S Green Ply Industries, M/S

Century Ply, M/S dura Ply. Mysore

Chip Board, Archid, Swastik Ply

Wood, M/S Jain wood industries

Sitapur Plywood

Manufacturers Sitapur, M/S

Laxmi Doors, Lucknow,

Merino Flush Door, Faridabad,

MP Wood,Goyal Industries

Faridabad

M/S Harkirat Industries

M/S PR Ceiling Products

10 PVC Door

Frame/Shutter

s

Sintex, Rajshri Plastiwood Ltd,

M/S Dura Plast Extraction Pvt

Ltd, M/S Fenesta

M/S Poly window, Pune

Accura, Polytech

Ahmedabad, Fixopan indo

Plast Pvt Ltd, New Delhi

11 UPVC

Window/Doors

Fenesta, Veka Industries Pvt Ltd

Mumbai, Kundli Industrial

Estate, Sonipat

Accura Polytech Kumar

Arch Tech, Poly Windows,

Pune, H2O Solution

(Windows & doors)

12 Iron Mongery Mowjee, M/S Kitch Architectural

Product Pvt Ltd, RS Industries

13 Standard

Mortice lock

Godrej, Harrison, Link

14 Hydraulic Door

Closer

Everest, Universal, Godrej Amar, Sandhu, Priya

CA NO. CEPZ-31/17-18 Serial Page No. 197

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

Sr

No

Product Group of products based on makes/brands Remarks

Group 1 Group 2 Group 3

17 Aluminium

Section

Hindalco, Jindal,Indal Valco Industries Ltd

Chandigarh, Banco

Aluminium Ltd. Vadodra

Gujrat.

18 Aluminum

Sheets

NALCO Pvt Ltd, CRIL, Jindal,

BALCO

Jagdish Aluminium Pvt Ltd

Ahmedabad, Gujarat, Alco

Industries Pvt Ltd New

Delhi

19 Aluminium

Composite

Panels

ALCO Bond, Aluminium Clad,

Alstrong, Armstrong

Alstone

20 Particle Board

(Veneered &

Unveneered

Laminated)

Kitply, Nova Pan Industries,

New Delhi, M/S Green Ply

Industries, Ltd, Archid Ply,

Bhutan Board, Dura Board

Mysore Chip board Ltd

Bakelite Hylam Ltd Asis Particle Board,

Shirdi Industires, Arolite

Ceiling System Pvt Ltd,

M/S Associate Décor Ltd

21 Plywood for

General

Purposes

Dura Ply, Archid Ply, Bhutan

Board, Archid Board, Century,

Durian, Mysore Chip Board Ltd

Swastik Ply, Jaipur,

National Plywood

Industries Pvt Ltd, Kolkatta

Merino Plywood, Mayur

Ply, Jayna Plywood, M/S

Janardhan Ply Board

Industries

Sh Ram Pannels Pvt Ltd

Punjab, Rams Wood &

General Industires Ltd,

BLJ Plyam Marketing

Pvt, Ltd, MP & Co

22 Decorative

Laminates

Archid Lam, Sunmica, Merino,

Lam, Mysore Chip Board,

Greelam

Sungloss, Formica,

ecolam, Bakelite Hylam

23 Fibre Board

(Medium

Density)

Novapan, Bhutan Board, Kit

Ply, Mysore Chip, Board Ltd,

Green Panel Max (plain

exterior Grade

MDF/prelam/veneered

MDF/Green Floormax

Laminated)

Managalam Timber

Products, Kolkatta, Ramco

Industries Ltd, DECCO,

Green Panel Max plain

exterior MDF.

24 Pre Fab Panel

Boards/Wall

lining ceiling

tiles

Lafarge, Boral Gypsum Board

Pvt Ltd, Shri Nepal Board Ltd,

Aerolite Ceiling System Pvt,

Hilux, Armstrong

Ramco Industries Pvt Ltd,

Endura Modular Systems,

Reliance Bldg System,

BPB India Gypsum Ltd

M/S PR Ceiling Product,

Dexume marketing Pvt

Ltd, M/S Bharat Steel

Roll Bahadur Garh (Calsi

Brand)

25 Galvanised

steel sheets &

Colour Coated

galvanized

steel sheets

SAIL, TATA, Jindal Aone Industries, Bhushan,

CRIL, Prestar

CA NO. CEPZ-31/17-18 Serial Page No. 198

APPENDIX `F‟

LIST OF MAKES/MANUFACTURERS/PRODUCERS

SrNo

Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

26 Polycarbonate Sheets Duratuff, Lexan, VMT

Plaste Ltd M/S

Coxwell Domes Engg

Pvt Ltd

27 Galvalume Sheets Indian Ispat,TATA

Blue scope,JSW

Multicolor, Aone

Industries, Metco

Global, CRIL, kirby,

Prestar

28 AC Sheets/AC Boards

(Corrugated, Semi

Corrugated)

Chaminar, Ramco,

Everest

Swastic, Bombay,

M/s Eternit Ltd, UP

Asbestos Ltd

29 Gypsum Board India Gypsum,

Lafarge, Son

Industries Kanpur

30 PVC Tiles/Sheet Primer Polyfilm Ltd,

Wonder Floor,

Amstrong

RikvinFloot Ltd, New

Delhi, Fixopen

Machineries, New

Delhi, Krishna Tiles,

Polyfin

31 Glass Mosaic Tiles Johnson, Italia, Coral

Mosaic, NITCO

Paladio, Accura,

Biszza, Mridul,

Unistone, Arihant

32 Terrazzo Tiles/PPC Tiles/PPC Chequerred tiles

NTC, NITCO, Eurocon, Duracrete

Ultra Tiles Pvt Ltd, Bharat Tiles, Mehtab Tiles,Regent Tiles, Hindustan Tiles, SS tiles

Oasis Vetrified Pvt Ltd

33 Interlocking Tiles/Exterior Tiles/Paver Blocks

Unistone, NTC, NITCO,Ultra, Johnson

Terra Fima, A-One tiles Coral, Mehta, Tiles, Pavit, SS tiles, Hindustan Tiles

Shri Tiles

34 Decorative Textures/Coatings

Unitile, Bakelite Hylam (Haritage), NCL Altek Seccolar, Dulux(Acratax), Apex (Duracast)

Luxture surface coatings, Sperctrum Paint

35 Exposed Brick Façade Unistone, Pioneer Bricks, Regent Tiles

36 Glazed Earthen Ware Tiles HR Johnson, Kazaria, Somani

Orient, Ceramic, Asian, Vermora, Orient Bell

37 Glazed Ceramic/Non Skid Wall/Floor Tiles/Acid resistance tiles.

Kajaria, H & R Johnson, Cera, Unistone, Somani, MITCO, Eurotiles, Spartek

National tile, Ultra, tiles, Orient Ceramaic, Asian, Swastic, Vermoara, Orient Bell Bonzer-7 (Trial)

Victory Ceratec, Sogo Ceramics, Oricle Granites, Royal tiles, GEM tiles, Regency, Romano, Ferrous-Crate, Madhusudan Ceramics, Pavit, Ceramic, Oasis Vitrified

CA NO. CEPZ-31/17-18 Serial Page No. 199

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

SrNo

Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

38 Vetrified Tiles (Normal/Anti skid) Somani,Kajaria, Johnson,Orient Bell, NITCO

Murdushwar Ceramics Ltd, Orient, Asian, Swastic, Cristal, Bonzer-7 (Trtial)

Oasis Vitrified, Oracies Granito.

39 Sanitary appliances/fittings(Chinware)

Hindustan Sanitary Ware, Parryware, Cera, Juguar, Neycer

Duravit, Madhusudan Ceramics

Blue Star Sanitary, Anupan industrie, Sona Ceramic Prakash Industries,SFMC Solution.

40 Water Closet Seats and cove(Solid Bakelite) Thermostat Moulded toilet seat cover

Parrywre, Jaguar, Somani, Commaner, CERA, Neycer

Supreme, Prayag, Polytuff, Milennium

Ajanta, Precision Produces

41 PVC flushing Cistern Hindustan Sanitary Ware, Commaner ,Parryware, Cera, Juguar, Johnson, Pedar,Neycer

Khodiyar Potteryu Works, Millennium, Supreme, Prayag

Precision Products

42 CI flushing Cistern Hindustan Sanitary Ware, Parryware, Orient Sanitary Ware

Sintex India, PhenoweldPolymer, Anupam Industries

Areal Bros, Hind Iron Foudry, Jaipur Maze Produces

43 Stainless Steel Sink with or without Draining Board, Plate Rack

NIRALI, Kobra, Neelkanth, Jaynaa, Blue Star

Pheonix, Diamond, AMC, Prestige, Allex, Neel, Prahyag Polymers, Anupam Industries, Vardhaman Enterprises (Jainko), Elite Metal Products, Franke India Pvbt Ltd, Prakash sanitary Appliance, Shakti Enterprises

RA Engineerting Industries Plasto Craft Impex Sanitation, Kodar Industries.

44 Ball Valves (Horizontal Plunger Type)

Dripless Faucets India, Flowjet, Ball valves India

Hind enterprises, Prakash & Co, Leader valves Bombay metal, Taurus Engineering Industries, Prima.

Shri Tiles

45 Shower Roses Chromkum plates(Swivel Type)

GEM, JAGUAR, Jainko, Blustar, Prima

46 Bath Room Fancy fittings JAGUAR, GEM, MARC.

Anchor, Spectrum, Pico, Dripless, Kingston, Prima

47 Bib Taps and Stop Taps (CP) Fency fittings

JAGUAR PARKO, GEM Marc, ESS ESS

ELITE, Zim, prima, Essco, Janiko, Prayag

CA NO. CEPZ-31/17-18 Serial Page No. 200

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

SrNo

Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

48 Ready Made Batthroom cabinets

Jaugar, Cera, Commander, Parryware

Gratolite, Alpina, prayag

49 Salt Glazed Stone Ware Pipes/Glazed Stone Ware pipes/RCC pipes

Devraj Industries, Buran, Perfect Sanitary pipe, Supreme pipe and fittings

Shri Kamakshi Agencies, Hind Cramics, Bhardwaj Stone Ware, Binary Udyog, Ceramic Industries

Bhaskar Sons, TriumatiMoulds, Kiran Potteries.

50 Concrete Hume pPipes Indian Hume Pipe Company

Jain Spun, DayaSpun, Delhi Spun Pipe, Ramnik Enterpries

Hindustan Presssure Pipes Bhaskar Sons

51 AC Pipes Hyderabad Asbestos, Everest, Ganga Asbestos, Konark Cement and Asbestos

JK Super Pipes, Sarbamangala Manufacturing Co. Maharashta Asbestos

Poddar Industrial Corporation

52 PVC Rain Water pipe/Sewge pipes

Supreme, Finolex, Reliance

Kissan, Prince,Diplast Plastic

53 GI Pipe/fittings Jindal, TATA, NECO, UNCO Steel Industries, Bharat Steel Tube Delhi

Nidhi Pipe Ltd, Surya Roshni(Prakash) Indus Tubes Ltd

Ttrupati, J-Steel JTL

54 CI Pipes fittings (For Sewerage/Rainwater)

SKF,SRIF,Singhal Iron Foundry Hindustan Engineering Products Jindal, Saw, NECO (Jayaswal), HEPCO (BinayUdyog)

Ashutosh Casting Ltd Veetus Industries Ltd Anand Founders & Engineers, Electrosteel, Kesoram, BIC

Bharat Industrial Corpn Delhi New Delhi Foundry, Ludhiana Mahavir Iron Foundry

55 Soil Wasste Pipes fittings/steel Manhoale Cover

SKF, Singhal Iron Foundry, NECO, SILC, HEPCO (BinayUdyog)

BIC

56 PPR Pipes SFMC, SAFE, WETFLOW

Diplast Plastic, Veekay Technocrat Pvt Ltd, Amitex Polymers, Kitec Industries Ltd

Hindustan Plastic & Machine Corpn

57 HDFE Pipes/SNR Pipes(Water/Sewage)

Gamson India, Dustron,Rex Polextrusion Ltd,SIRF,SKF.

Kriti Industries India Ltd, Vertex Green Poly pipe, Uniplus, Diplast Plastic

Nindi Polymer, Trupati Strtucturals

58 Sand Cast Iron Spigot & Socket soil waste, Vent pipes & fittings

SRIF (Gola Castngs), NECO (Jayaswal),HIF, HEPCO (BinayUdyog)

Raj Iron Foundary, BIC Kolkatta, Kajecao

KK Pumps

59 Cement Based Paints Snocem,Asian, Jenson & Nicholson, Berger, Duracem

Acquolac Paints, Godavari Paints, Rajdoot Paints, Classsic Paint, Acro paints

Gattocem, Rubycem, Cemkote, SnolwWhite Industrial Corpn

CA NO. CEPZ-31/17-18 Serial Page No. 201

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

SrNo Product Group of products on makes/brands Remark

s

Group 1 Group 2 Group 3

60 Dry Distemper/Oil Bound Distemper/Plastic Emulsion/Exterior emulsion/Silcon plaints & Coating

Goodlass Nerolac Paints, Jenson & Nicholson, Berger Paints, ICI Dulux, Asian Paints

Shalimar Paints,Godavari Paints, Acro Paints

61 Plastic Emulsion Paint Berger (Silk, Rangoli easy clean), Asian (Royale, Apcolite advance), Akzo Nobel (Valvet touch), Nerolac (Impression ecoclan, impression 24 creat)

Berger (Rangoli emulsion ), Asian (Premium emulsion), Akzo Nobel (Supersmooth) Nerolac (Lotus touch Beauty Gold), Jenson & Nicholson (Eqvt Make), Shalimar (Equt. Make).

Berger (Bison emulsion ), Asia (Tractor emulsion), Akzo Nobel (Rainbow) Nerolac (Beauty silver Little Master) Jenson & Nicholson (Eqvt Make), Shalimar (Equt. Make).

62 Paint Extrior Berger(Weather Coat all guard),Asian(Apex Ultima), Akzo Noble(Weather shield max), Nerolac(Excel total)

Berger(Weather Coat smooth),Asian(Apex Weather proof), Akzo Noble(Weather shield), Nerolac (Suraksha Adsvanced)l)

Berger(Walmasta), Asian(ACE), Akzo Noble (Promise), Nerolac (Suraksha Plus)

63 Synthetic Enamel Paint Goodlass Nerolac Paints, Jenson & Nicholson, Berger Paints, ICI Dulux,Asian Paints

Aquolac Paints, Shalimar Paints, Acro Paints

64 False Ceiling Tiles/Board/Gypsum Board/POP/Mineral Fible)

Lafarge Boral, Gyproc, Amstrong, Diaken, Lloyds, Luxalong

Reliance big System, BPB Inda Ltd, Shree Nepal Boards, Bhutam Boards, Duratuff, Anchor

Dexune Marketing, Endusa Modular System

65 Drapery rods

Vista Levalor Vista Levalor Vista Levalor

60 Mirror looking Saint Gobain, Modi Float,Triveni Float Glass

Saint Gobain, Modi Float,Triveni Float Glass, Crown, Prayag polymers

Saint Gobain, Modi Float,Triveni Float Glass, Prayag polymers

61 False Ceiling Gypboard,Armstong, Anchorlam Anchor,

Gypboard,Armstong, Anchorlam Anchor, Bhutan boad, Duratuff, Aerolite

Gypboard,Armstong, Anchorlam Anchor, Bhutam boad, Duratuff, Aerolite

62 PTMT fittings PRAYAG,Shakti, Polutuf

PRAYAG,Shakti, Polutuf PRAYAG,Shakti, Polutuf

63. Main Producers of Structural Steel:-

a) SAIL b) Rashtriya Ispat Nigam Ltd

c) TISCO

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

CA NO. CEPZ-31/17-18 Serial Page No. 202

Sr

No

Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

64 Primary Producers of Steel:-

Company name Type of Steel Company name Type of Steel

M/s Steel Authority of India Ltd

BRAND “SAIL ”

17th

floor, Scope Minar, Lakshmi

Nagar, Dist Centre, Delhi – 110

092

For all types of dia

of TMT bars

M/s Tata Iron & Steel

Co (TISCO or Tata

Steel) BRAND “TATA ”

Bombay House, 2,4,

Homi Modi Street,

Mumbai – 400 001

For all types of dia of

TMT bars

M/s Rashtriya Ispat Nigam Ltd

(RINL), Visakhapatnam Steel

Plant, BRAND “RINL

”Visakhapatnam – 530 031

For all types of dia

of TMT bars

M/s SRMB Srijan Ltd

BRAND “SRMB ”

Srmb House, 7, Khetra

Das Lane, Kolkata –

700 012

TMT bars of Gde Fe

500, Fe 500D, Fe 550

& Fe 550D TMT bars

(8mm to 32mm)

M/s Jindal Steels and Power Ltd

BRAND “JINDAL ”

OP Jindal road Hissar – 125 005

(Harayana)

TMT bars of Gde

Fe 500, Fe 500D,

Fe 550 & Fe 550D .

M/s Steel Exchange

India Ltd BRAND

“SIMHADRI TMT ”

My Home, Lakshmi

Niwas, Apartment,

Ameerpet, Hyderabad

500016 (AP)

TMT bars of Gde Fe

500 & Fe 500D .

M/s Jai Balaji Industries Ltd

BRAND “JAI BALAJI ”

5, Bentek street Kolkata-700001

TMT bars of Gde

Fe 500 & Fe 500D

TMT

M/s SPS Steel Rolling

Mills Ltd BRAND

“ELEGANT TMT ”

68A, Ballygunge,

Circular Road, Kolkata

– 700 019

TMT bars of Gde Fe

500, Fe 550 & Fe

500D .

M/s Shyam Steel Industries Ltd

BRAND “SHYAM TMT ”

Shyam Tower, EN-32, Sector-V

Salt Lake, Kolkata – 700091

TMT bars of Gde

Fe 500 & Fe 500D

CRS

M/s Concast Steel &

Power Ltd, Kolkata

BRAND “CONCAST

MAXX ”

21, Hemant Basu,

Sarani Suit No 511 &

512, 5th

Floor, Kolkata

– 700001

TMT bars of Gde Fe

500 (8mm to 32mm)

APPENDIX `F‟

LIST OF MAKES/MANUFACTURERS/PRODUCERS

CA NO. CEPZ-31/17-18 Serial Page No. 203

Sr

No

Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

M/s Adhunik Metaliks Ltd, BRAND

“ADHUNIK MET ”

Lansdowne Towers, 2/1A, Sarat

Bose Road, Kolkata- 700020

TMT bars of Gde

Fe 500 & Fee 500D

(8mm to 32mm)

M/s Shri Bajrang Power

& Ispat Ltd, BRAND

“GOEL TMT ”

Vill – Borjhara, Urla

Industrial Area, Raipur,

Chhatisgarh – 493 221

TMT bars of Gde Fe

500 & Fe 500D (8mm

to 32mm)

M/s JSW Steel Ltd BRAND “JSW

TMT PLUS ”

Jindal Mansion, 5A, Dr. G

Deshmukh Marg, Mumbai –

400026

TMT bars of Gde

Fe 500, 500D CRS

(8mm to 40mm)

M/s Electrosteel Ltd

BRAND

“ELECTROSTEEL ”

GK Tower, 2nd

& 3rd

Floor,19 Camac Street,

Kolkata

WB – 700017

TMT bars of Gde Fe

500D (8 mm to 36

mm)

M/s Jindal Steels and Power Ltd

(For Structural Steel) BRAND

“JINDAL ”

Plot No 2, Sector 32,

Gurgaon – 122 001 (Harayana)

(For structural stee)

Angle, beam,

column, channel &

plates

M/S Shyam metalics &

engery Ltd BRAND

“SEL ” Viswakarma, Ist

floor ,86C Topsia road

Kolkata 700046

TMT bars of Gde Fe

500 (8 mm to 32 mm)

M/s Kamachi sponge and power

corporation Ltd. BRAND

“KAMACHI ” ABC Trade centre

3rd

floor (Inside Devi Theatre

Complex) old No 50 New No 39

Anna Salai Chennai .Pin Code

600002

TMT bars of Gde

Fe 500, 500D ,550 ,

550D HCRM (8mm

to 40mm)

CA NO. CEPZ-31/17-18 Serial Page No. 204

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

65. Secondary producers of Structural Steel:-

a) M/S Kashi Vishwanath Steels Ltd

Narain Nagar, Bazpur Road

Kashipur , Distt- U S Nagar

Tele : 05947-262138, 262109

Fax : 05947-262103

b) M/S K L Concast Pvt Ltd

Z-18, Naraina New Delhi

Work Office : 25th Mile stone

Bulandshahar Road,

GHAZIABAD (UP)

c) M/S Amba Shakti Ispat Ltd

Plot No 6, Phase II

Industrial area, Kala Amb

Distt Sirmour (HP) ,Pin – 173030

Tele : 01734- 309983 , 309986

Fax : 01702- 238927

d) BLANK

e) M/S Pushpak Steel Industries Ltd

Gate No 119, Alandi Markal Road, Dhanore

Tah Khed ,

PUNE

Tele-Fax : 020-26444700/070

f) M/S Shree Parashnath

Re-Rolling Mills Ltd

4C Maharshi Devendre Road

3rd

Floor , Kolkata-700007

Adm Office: 3511 Part Dr B C Roy Avenue

Durgapur- 713201

Tele : 033-22740045/4475 Fax : 033- 22740039

g) M/s Karam Steel Corportation,

Nasrali Road, PO Box No. 56

Mandi Gobindgarh – 147 301 (Pb)

Tele : 01765-257536

h) M/S K L Steel Pvt Ltd

Post Box no 61, Lal Kuan

Bulandshahar Road,

GHAZIABAD (UP)

Tele : 0120-2867911, 2867915

Fax : 0120-2867917

i) M/S Shyam Steel Ltd.

29, Ganesh Chandra Avenue

1st Flour, Kolkata-700 013

Tele : 033-22379444

Fax: 033-22366937

j) M/s Tata Steel Structura

Tata Steel – Tube Division

Jeeva Tara Building, 1st Floor

5, Sansad Marg, New Delhi-110001

Tele : 99111 2334 264601734-309983, 309986

CA NO. CEPZ-31/17-18 Serial Page No. 205

k) M/s Shri Badrinarain Alloys & Steels Ltd

95, Stephen House, 4BBD Bag

Kolkata 700001

Tele : 033 22205381/22481601

Fax 033 22488664

66. Bitumen:-

a) Indian Oil Corporation Ltd. b) HPCL c) BPCL

67 Wooden tiles

a) H&R Johnson b) kajaria c) Somany

d) Pergo

CA NO. CEPZ-31/17-18 Serial Page No. 206

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

E/M ITEMS

Sr

No

Product Group of products on makes/brands Rema

rks

Group 1 Group 2 Group 3

1 POWER TRANSFORMER

132/66/22 KV

BHEL,

SCHNEIDER, ABB,

SIEMENS,

BHARAT BIJLEE,

ALSTOM

CROMPTON GREAVES, ECE INDUSTRIES

LTD, VOLTAMP, ANDREW YULE,

MEGAWIN, ITE GURGAON, RAJASTHAN

TRANSFORMER & SWITCH GEAR, AREVA

(T&D)

2 DISTRIBUTION TRANSFORMERS 11 KV ABOVE 500 KVA CAPACITY

BHEL, SCHNEIDER, ABB, SIEMENS, BHARAT BIJLEE, ALSTOM

POWERGEAR, ANDREW YULE, INDIAN TRANSFORMERS & ELECTRICALS GURGAON (ITE-GUR), VOLTAMP, PACTIL, CROMPTON GREAVES, HINDUSTAN TRANSFORMERS, POWER WARE, RAJASTHAN TRANSFORMER AND SWITCHGEAR, SAI TRANSFORMER, URJA TECHNIQUES, BIAMOND, JK TRANSFORMER, UNIVERSAL

3 DISTRIBUTION TRANSFORMERS UPTO 500 KVA CAPACITY

CROMTON GREAVES, ANDREW YULE, ABB, SCHNEIDER, BHARAT BIJLEE, VOLTAMP

POWERWARE, INDIAN TRANSFORMERS & ELECTRICALS GURGAON, DIAMOND, HINDUSTAN TRANSFORMERS

4 CHEMICAL EARTHING OBO, JMB, JMV (EARTHING) ENOV, POWERTRACK, TIRUPATI

5 STAR RATED ENERGY EFFICIENT TRANSFORMERS STEP DOWN UPTO 200 DVA CAPACITY (4/5STAR RATING ONLYTO BE USED)

ANY MAKE AS APPROVED BY BUREAU OF ENERGY

EFFICIENCY AND BEARING 4/5 STAR RATING LABELLIST OF

MAKESAVAILBLE ON BEE WEBSITE

6 HT SWITCHGEAR 132/33 KV & 66

KV,VCB (OUT DOOR/INDOOR)/CT

& PT

ABB,SIEMENS,

SCHNEIDER,

BHEL,BHARAT

BIJLI

ANDREW YULE, CROMPTON GREAVES,

ALSTOM, C&S ELECTRIC, CEC, ITE

GURGAON,AREVA (T&D)

7 HT SWITCH GEAR 33/66 KV, SF6

(OUTDOOR/INDOOR)

ABB,SIEMENS,

SCHNEIDER,

BHEL

ANDREW YULE, CROMPTON GREAVES,

ALSTOM, C&S ELECTRIC,AREVA (T&D)

8 HT WSWITCH GEAR 11 KV,

VCB(INDOOR/OUTDOOR),HT

RINGMAIN UNIT, SF6/VACUUM, 11

KV/CT &PT

ABB,SIEMENS,

SCHNEIDER,

BHEL

ANDREW YULE, CROMPTON GREAVES,

ALSTOM, C&S ELECTRIC, L&T, ADVANCE

PANELS & SWITCHGEAR

9 HT SWITCH GEAR PROTECTION

RELAYS

(ELECTROMECHANICAL/NUMERI

CAL)

L&T,ABB,

SIEMENS,

SCHNEIDER,

EASUN ROYALE

CROMPTON GREAVES, BHARTIYA

INDUSTRIES

10 PACKAGE/UNIFIED SUB-STATION ABB,

SIEMENS,BHEL,

SCHNEIDER,

BHARAT BIJLEE,

VOLTAMP,ALSTO

M

CROMPTONGREAVES,L&T,ANDREW

YULE, C&S ELECTRIC, INDIAN

TRANSFORMERS & ELECTRICAL

GURGAON, RAJASTHAN TRANSFORMER

AND SWITCHGEAR, DIAMOND,

HINDUSTAN TRANSFORMERS, SUDHIR,

POWERWARE

CA NO. CEPZ-31/17-18 Serial Page No. 207

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

Sr No Product Group of products on makes/brands Remar

ks

Group 1 Group 2 Grou

p 3

11 LT/HT CABLE

JOINTS HEAT

SHRINKABLE/C

OLD

SHRINKABLE/P

USH ON TYPE

DENSON, M-SEAL, BIRLA

3M, RAYCHEM, CABSEAL

12 GANG

OPERATED

SWITCH

DEVICE

BHEL, PACTIL OBLUM, ABB JAIPURIA, RASHRTRIYA, REYCHEM,

GE POWER, DENKE POWER SWITCH,

ATLAS, SCREW INDIA, SSK

ENTERPRISE

13 LIGHTENING

ARRESTERS

BHEL,CROMPTON

GREAVES, SCHEINDER,

PACTIL , OBLUM

ELECRICAL, OBO,

BETTERMEN

LEMLOS CO, HPL, ALPRO, CENOTECH

INDIA, JAIPURIA, RASHTRIYA

14 HT/LT PCC

POLES

CEMENT FABRIC CHANDIGARH, PUNJAB, CONCRETE LTD

CHANDIGARH, HARYANACONCRETEUDYOG LTD,PCIC, ECI,

HINDUSTAN PREFAB, PRACTO ENGINEERS, ICB INDUSTRIES,

KASHMIR CEMENT, KB INDUSTRIES, PRE CAST CEMENT, CONCRETE

FABRIC, CONCRETE UDYOGLTD, MOHAN CONCRETE UDYOG

LUCKNOW,

15 CT & PT, 11& 33

KV

ABB, SIEMENS, CROMPTON

GREAVES,PRAGATI,AE,

KAPPA (AS PER OEM HT

PANEL MANUFACTURER)

16 HT XLPE

CABLES

132/66/33 KV &

11 KV

CCI, UNIVERSAL CABLES,

FINOLEX,ASIAN CABLES,

KEI INDUSTRIES LTD

HAVELLS, GLOSTER CABLES LTD,

NICCO, RPG CABLES,

POLYCAB,ICL,RAVIN,ELECKTRON,CRY

STAL ELECTRIC CO PVT LTD,

DIAMOND RALLISON PVT LTD,

UNISTAR, PLY CAD & M/S GEMSCAB

INDUSTRIES LTD.

17 HT/LT STEEL

TUBULAR

SWAGED

POLES

NATIONAL TUBING CO,

KANPUR, BHARAT

CONDUIT& STEEL WORKS

KANPUR, C&S ELECTRIC

QUALITY STEELS,PARUTHI

ELECTRICALS, MS ELECTROSTEEL,

SURJIT STEEL INDUSTRIES,SOHAN

LAL & SONS, TTI, AST, MAHENDRA

INDUSTRIES, VIKRAM INDUSTRIES

18 STEELTUBULA

R

DECORATYIVE

POLES

OCTAGONAL/HI

GH MAST

LIGHT AND

POLES

FINOLEX,HAVELLS,CROMP

TON GREAVES, C&S

ELECTRIC HOMEDEC

KEI,RALLISON,SURYA,NICCO,

PARAGON, GEMINI, GRANDLAY,

POLYCAB, PLAZA, E

STANDARD,KALINGA GOLD,GEMSCAB,

INDOASIAN, HPL, BAJAJ, SHALABH,

LBEE, VRONICA, EON, PARUTHI

ELECTRICALS

CA NO. CEPZ-31/17-18 Serial Page No. 208

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

SrNo Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

19 LT PANELS/APFC/PANELS/AC

CONTROL PANELS/PUMP HOUSE

PANELS FOR SS HAVING

CAPACITY 1000 KVA AND ABOVE

SIEMENS,

L&T, ABB,

SCHNEIDER,

LEGRAND.

CROMPTONGREAVES, POWER

SYSTEM & CONTROLS JALANDHAR,

UNIVERSAL SWITCHGEAR

CONTROL, CONELEC SYSTEM ,

UNILEC, NEPTUNE, CONTROL WEL,

TRICOLITE, RMS PANELS, SMS

PANELS & SWITCHGEAR, POWER

WARE, BENTEC,CATER PILLER,

ADLEC, UNITECH, INDIAN

TRANSFORMERS & ELECTRICALS,

INDUSTRIAL POWER CONTROL,

SYSTEMS & SERVICES (POWER

CONTROLS), DV ELECTROMATIC

PVT LTD, KRYPTON POWER

CONTROLS(INDIA) PVT LTD, AVON

CONTROLS, SUPERTECH POWER

CONTROL PVT LTD, HANSON

ENTERPRISES PVT LTD, STANDARD

SWITCHGEAR, ELECTRA POWER,

EAP ELECTRO, AE, HPL, SOMBANSI,

ADHUNIK SWITCHGEAR, NATIONAL

ENGG WORKS, UNIX SWITCHGEAR

PVT LTD, MILESTONE, LOMER

SUPREME CONTROL JALANDHAR,

SUDHIR POWER LTD, SHALABH, SPC

ELECTROTECH PVT LTD, EXPERT

ENGG,ADVANCE PANELS AND

SWITCHGEARS, HAVELLS,POWER

TECH SWITCHGEARS (I)PVTLTD,C&S

ELECTRIC,BCH. M/s GUPTA &

FRIENDS GANGYAL JAMMU

LT PANELS/APFC/PANELS/AC

CONTROL PANELS/PUMP HOUSE

PANELS FOR SS HAVING

CAPACITY BELOW 1000 KVA

CA NO. CEPZ-31/17-18 Serial Page No. 209

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

Sr

No

Product Group of products on makes/brands Rem

arks

Group 1 Group 2 Group 3

20 HIGH VOLTAGE INSULATING RUBBER JYOTI,

DUNLOP

KARULA PREMIER POLYFILM, SUNTEX

INSULATION, SAFEVOLT, SINTEX

21 LT AIR CIRCUIT BREAKERS ABB,

SIEMENS,

L&T,

SCHNEIDER,

LEGRAND,

ALSTOM,

HAGER

C&S ELECTRIC, BCH,

INDOASIAN, HAVELLS,

CROMPTON,

STANDARD, HPL, GE

KINJAL,BENTEX

, AHDUNIK,

CONTROL &

SWITCH GEAR,

BCH, BHARTI

INDUSTRIES

LTD

22 MCCBS ABB,

SIEMENS,

L&T,

SCHNEIDER,

LEGRAND,

MERLIN

GERIN,

HAGER

C&S ELECTRIC, BCH,

INDOASIAN, HAVELLS,

CROMPTON,

ANCHOR, GE POWER,

HPL, STANDARD

ELECRICALS,

ADHUNIK,

BHARTIA

INDUSTRIES,

CRYSTAL

ELECTROIC CO

PVT LTD,

ELECTRIC CO

PVT LTD,

SHALABH,

BENTEK,

NOVATEUR.

23 MCB/ELCB/RCCB/RCBO/ISOLATORS/MC

B DISTRIBUTION BOARD

L&T, ABB

SCHENEIDER,

SEIMENS,

LEGRAND,

HANGER

BCH, CROMPTON

GREAVES,INDOASIAN,

C&S ELECTRIC,

HAVELLS, STANDARD

ELECTRICALS,PLAZA

HPL, ELECTRIC CO

PVT LTD, GE

SHALABH,

BENTEX,

ADHUNIK,ANCH

OR, ESS ESS

KAY, CRYSTAL,

KINJAL

24 POWER CONTACTORS L&T, ABB

SCHENEIDER,

SEIMENS,

LEGRAND, GE

POWER, AE

BCH ELECTRIC C&S

ELECTRIC,

STANDARD,

INDOASIAN, HAVELLS,

HPL

25 VOLTMETER/AMMETER/FREQUENCY

METER/PF METER (ANALOG TYPE)

L&T, AE,

SECURE,

SCHENEIDER,

LEGRAND,

HANGER

IMP, AMTL, HPL,

MECO, ESSMA,

HAVELLS, INDOASIAN,

C&S ELECTRIC

NAPTUNE,

CADEL,

BENTEC,

ENENERCON,

DIVIS,DUCATI,

TRINITY, RAAS,

CONCORD,

VAISHNAV

26 SAME AS ABOVE (BUT ELECTRONIC

TYPE/DIGITAL TYPE)

SECURE,

DUCATI, L&T

(RISHAB),

RAAS

CONCORD,

C&S

ELECTRIC,

MECO, AMTL

CA NO. CEPZ-31/17-18 Serial Page No. 210

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

SrN

o

Product Group of products on makes/brands Rema

rks

Group 1 Group 2 Group 3

27 LT CABLES, 1100

VOLTS, XLPE

CCI, FINOLEX,

UNIVERSAL

CABLES, RPG

CABLES, KEI

INDUSTRIES PVT

LTD

NICCO, ASIAN CABLES,

HAVELLS,POLYCAB,

ANCHOR, KALINGA

GOLD,GRANDLAY, PLAZA,

HPL, PARAGAON,

GLOSTER CABLES

LIMITED, INDUSTRIAL

CABLE, SHALAB, HEAT

FLEX, SS CABLE

INDUSTRIES, BONTON

PARAMOUNT, HIND

INDUSTRIES,DIAMOND,

WINDSOR, EON

ELECTRICAL LTD,

GEMSCAB, ALCON WIRES

AND CABLES, RALLISON

PVT LTD, CABCOM, ICL,

M/S GEMSCAB

INDUSTRIES LTD.

28 PCC CABLE

COVER

MEHTAB TILES, PEARLESS INDUSTRIES, HINDMOZAIC GUJRAT, JJ CONCRETE LUCKNOW

29 CHANGE OVER

SWITCHES

SIEMENS, ABB,

L&T, SCHNEIDER,

GE POWER,BCH, C&S

ELECTRIC, HPL,

HAVELLS, STANDARD,GE,

INDO ASIAN,ANCHOR,

HAGER

SHALABH, AUDHINIK SWITCHGEAR,

BENTEC,CRYSTAL ELECTRIC CO PVT

LTD, UNILEC, EE INDIA LTD, ESS ESS

KAY

30 SMART/TAMPER

PROOF ENERGY

METERS

ABB L&T,

SCHENIDER,

SECURE

LANDIS & GYR,HPL, AMTL,

HAVELLS,GENUS, C&S

ELECTRIC, INDO-ASIAN

DIVIS, BUKATI,BENTEC, TRINITY, RAAS,

INDOASIAN,CONCORD,VAISHNAV,ENER

CON

31 VOLTAGE

STABILIZERS

UPTO 25 KVA

APLAB, AE, V

GUARD,ANDREW

YULE

POWERWARE, SINETRAC,VOLINA,MICROTECH, INDIAN

TRANSFORMERS & ELECTRICAL, VENER-7, AAR KEY, VINITEC

32 VOLTAGE

STABILIZERS

ABOVE 25 KVA

(SERVO

CONTROLLED)

AE, V GUARD,

APLAB, ANDREW

YULE

POWERWARE,SINETRAC,VOLINA,LOGICSTAT,BLULINE, PACTIL,

VOLTAMP, INDIAN TRANSFORMERS & ELECTRICAL,VENER-7,AAR

KEY, VINITEC

33 UPS(OFFLINE &

ONLINE)

EMERSON, TATA

LIBERT, APLAB,

APC, AE

SUKUM,MICROTECH,

APS, LABOTEK, V-GUARD,

SINETRAC,LUMINOUS,

MOSERBAER

ARR KEY

34 DG SETS ENGINE: COTTON GREAVES, MAHINDRA & MAHINDRA, RUSTON,CUMMINS,KIRLOSKAR OIL

ENGINES,ASHOK LEYLAND, CATERPILLAR

ALTERNATOR: BHARAT BIJLI, CROMPTON GREAVES,SEIMENS,KIRLOSKAR

ELECTRIC, STAMFORD, CATLER PILLAR, MTU, VOLVO, LEROY SOMER, JYOTI

CA NO. CEPZ-31/17-18 Serial Page No. 211

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

SrN

o

Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

35 DG SET

INTEGRATOR

AKSON, SUDHIR,

MAHINDRA,KIRLOSKER

GREENS,

LOMBARDINI INDIA PVT

LTD

36 LT CAPACITOR

BANKS

L&T, ABB, SCHNIEDER,

LEGRAND, BHEL,

SIEMENS,ALSTOM

EPCOS, CROMPTON

GREAVES, DUCATI,

UNIVERSAL (UNISTAR),

C&S

ELECTRIC,HAVELLS,

BCH, GE

DATAR,

GPEC,BHARTIY

A INDUSTRIES

37 HT

CAPACITOR

BANKS

ABB, UNIVERSAL, BHEL,

SCHNIDER, SIEMENS,

EPCOS INDIA PVT LTD

38 RIGID PVC

CONDUIT

PLAZA, FINOLEX, BAJAJ KAMPLAST, SUPREME,

KALINGA, DUTRON,

AKG, KINJAL, PRINCE,

DIPLAST,TRUPARTI,

POLYCAB, JAIN

IRRIGATION, SAVOIR,

INDO

POLYCAB,

VISHAL,

HARSH,

PARTEEK

PIPES,

KISAN,PKS

EXPORTS

39 MS

CONDUIT/ERW

CONDUIT

PIPE

BHARAT STEEL,

JINDAL, TATA

AKG, BEC, NIC,

PRAKASH TUBES

OSWAL, TIRUPATI

40 PVC COPPER

WIRES-

650/1100

VOLTS

L&T, FINOLEX, RPG, RR

KABLE, GRANDLAY

INDOASIAN,

PARAMOUNT, C&S

ELECTRIC, BCH, V-

GUARD, POLYCAB,

BONTON, NICCO,

KALINGA PREMIUM,

HPL, HAVELLS, PLAZA,

PARAGON,(ELEKTRON),

ANCHOR, GEMINI,

ALCON

BENTEC,

SHALABH

41 PT

SWITCH/SOCK

ETS/ CEILING

ROSES/FAN

RAGULATORS

ANCHOR, LEGRAND,

CRABTREE (SCHNEIDER)

C&S ELECTRIC,

STANDARD, HAVELLS,

SSK, POLYCAB, FINE,

PLAZA, CONA,

INDOASIAN

KINJAL, EON,

LEADER, RR

CABLE

42 LAMINATED

SHEET COVER

HYLUM, FORMICA,

GREEN LAMINATED

BOARDS

43 MODULAR

SWITCH/SOCK

ETS/FAN

REGULATORS

LEGRAND, SEIMENS

ABB, CRABTREE

(SCHNEIDER)

ANCHOR, L&T (ORIS),

C&S ELECTRIC,

LEADER, SSK,

INDOASIAN, HAVELLS,

CLIPSAN, STANDARD,

POLYCAB, HPL

NOVATEAR,

KATATIYA, MK,

NORTHWEST,

ADHUNIK, RR

CABLE

CA NO. CEPZ-31/17-18 Serial Page No. 212

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

Sr

No

Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

44 STREET LIGHT

FITTING &

ACCESSORIES –

HPSV

(70/150/250/400)

HPMV

(80/125/250/400) /

METAL HALIDE

PHILIPS, CROMPTON

GREAVES, BAJAJ,

WIPRO, SCHNEIDER

C&S ELECTRIC, GE

LIGHTING, HAVELLS,

HPL

KINJAL, TWINKLE,

ELECTRO CINE, JAIN

INDUSTRIAL LIGHTING

CORP (JILCO)

45 TUBE

LIGHT/STREET

LIGHT FITTING

PHILIPS, CROMPTON

GREAVES, BAJAJ,

WIPRO

SURYA ROSHNI LTD,

INSTA POWER,

HALONIX

TECHNOLOGIES LTD,

HAVELLS, POLYCAB,

C&S ELECTRIC,

SCHNEIDER, GE

LIGHTING

ADHUNIK, HPL

45A FLOOD LIGHT

FITTINGS

PHILIPS, CG, BAJAJ,

WIPRO

SURYA ROSHNI LTD,

INSTA POWER,

HALONIX

TECHNOLOGIES LTD,

HAVELLS, POLYCAB

ADHUNIK, JAIN

INDUSTRIAL LIGHTING

CORP (JILCO)

46 ACSR

CONDUCTOR

JAIPURIA, ALIND,

ICC, NICCO

DIAMOND, BHARAT

CONDUCTORS

47 BOX TYPE

DECORATIVETUBE

LIGHT FITTING

PHILIPS, CROMPTON

GREAVES, BAJAJ,

WIPRO

SURYA, HALONIX,

SHAKTI, ANCHOR,

HPL, LEGERO,

POLYCAB, C&S

ELECTRIC,

SCHNEIDER, GE

LIGHTING, HAVELLS

SINTEX, ADHUNIK,

NOVATEUR, JAGUAR,

HOMEDEC, INDOASIAN,

ASIAN ELECTROMIX,

POLYCAB

48 CFL FITTINGS CROMPTON

GREAVES, PHILIPS,

BAJAJ, WIPRO

C&S ELECTRIC, GE

LIGHTING, OSRAM,

HAVELLS, SURYA,

HALONIX, ANCHOR,

HPL, SINTEX,

INDOASIAN

ADHUNIK, NAVATEUR,

JAGUAR, HOMODEC,

JAIN INDUSTRIAL

LIGHTING CORP

(JILCO), ASIAN

ELECTROMIX, OSRAM,

SHAKTI

49 CFL LAMPS PHILIPS, CROMPTON

GREAVES, OSRAM,

SURYA, BAJAJ

OSRAM,HALONIX,

SURYA, HPL, WIPRO

50 LED LAMPS PHILIPS, CROMPTON

GREAVES, OSRAM,

SURYA, BAJAJ

ELEKTRON,

IMPERIAL, SANGWAN

ENERGY SYSTEM

PVT LTD, HALONIX

CA NO. CEPZ-31/17-18 Serial Page No. 213

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

Sr

No

Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

51 SK FITTING VIKAS, PRAKASH,

JEMCO, SPARKS,

HOMEDEC

52 (A) CEILING FANS

(ONLY 5 STAR BEE

RATING C/FANS

SHALL BE

SPECIFIED)

(B)

EXHAUST/WALL

MOUNTED

FANS/AIR

CIRCULATORS

BAJAJ, CROMPTON

GREAVES, GEC

KHAITAN, ORIENT,

POLAR, GEC,

HAVELLS,

ALMONARD, MIE,

OSRAM, ANCHOR,

LUMINOUS, ORTEM,

HALONIX

POLYCAB, GANESH,

EON

53 WATER HEATER

(ONLY 5 STAR BEE

RATING WATER

HEATERS SHALL BE

SPECIFIED)

CROMPTON GREAVES, BAJAJ, RECOLD,

HAVELLS, MORPHY RICHARDS, VENUS,

USHA LEXUS, BLACK & DECHER, JAGUAR,

LUMINOUS, INDOASIAN, SHRIRAM,

THERMOKING, ARISE

DITZ, SAAHAS, KONARK,

PEARLS

54 BUS BAR TRUNKING

SYSTEMS

SHENEIDER,

SIEMENS,

LEGRAND, OBO

BETTER MAN

L&T, C&S ELECTRIC,

GE

55 BATTERY CHARGER SU-KAM, AMCO, SINETRAC, WAC, BCH,

AMAR RAJA

56 LEAD ACID

BATTERIES

AMARON,

STANDARD

FURKKAVA, EXIDE

AMAR RAJA,

SUKAM, TATA

GREEN, APC,

LUMINOUS, POWER

ZONE, ARISE, AMCO

57 LED LIGHT FITTING PHILIPS, BAJAJ,

OSRAM,

CROMPTON

GREAVES

HAVELLS, C&S

ELECTRIC, SURYA

ROSHNI LTD, SYSKA

LED, ELEKTRON,

HALONIX

TECHNOLOGIES

BIRLA POWER,

INSTAPOWER, HPL, ESS

ESS KAY, ANCHOR, MIC,

ADHUNIK, JAIN

INDUSTRIAL LIGHTING

CORP (JILCO)M

GOLDWYN LTD,

POLYCAB, IMPERIAL

CA NO. CEPZ-31/17-18 Serial Page No. 214

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

Sr

No

Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

58 FLAME PROOF

SWITCH/SOCKET/DB

BAJAJ, CROMPTON

GREAVES, SUDHIR,

FCG, BALIGA

LIGHTING EQPTS

SHYAM, C&S

ELECTRIC

59 FLAME PROOF

LIGHT/FITTINGS

BAJAJ, CROMPTON

GREAVES, SUDHIR,

FCG, BALIGA, GE

SHYAM, C&S

ELECTRIC, FLEXO

ELECTRICAL,

PLUTO FLAME

PROOF CONTROL,

FLEXPRO

60 FLAME PROOF

EXHAUST FAN,

PEDESTAL

FAN/FLAME PROOF

AC

BAJAJ, SHYAM,

CROMPTON, FCG,

SUDHIR

61 SOLAR STREET

LIGHT FITTINGS

BAJAJ, PHILIPS, CG WIPRO, SURYA JAIN INDUSTRIAL

LIGHTING CORP (JILCO)

62 STREET LIGHT

TIMERS

L&T, LEGRAND,

BAJAJ, SIEMENES,

ABB

INDOASIAN,

HAVELLS,

SINETRAC, GE,

BCH, C&S ELECTRIC

63 AVIATION

OBSTRUCTION

LIGHT

BAJAJ,

CROMPTON

GREAVES, PHILIPS

WIPRO, SURYA

64 TRANSFORMER OIL M&I MATERIAL (MIDEL) POWER LINK,

POWER OIL, SAVITA

65 GI PIPES/MS PIPES JINDAL PIPES, TATA, BST, PRAKAASH

TUBES, OSWAL

NIDHI PIPES, INDUS

TUBES LTD, SWASTIK,

SURYA ROSHNI

(PRAKASH) TUBES,

OSWAL

GOOD

LUCK,

TRIPUTI,

RAVINDRA,

J STEEL

SYSTEM

,JTL INFRA

66 HDPE/UPVC/PPR

PIPES

DUTRON, FINOLEX, TIRUPATI, SFMC PIPE,

JAIN PIPE, RELIANCE (RPPPL), SWASTIK

ALONPOLY EXTRUSION

LTD, KIRTI, SAVIOR

FAIRE, SARVORAM

67 CI PIPES ELECTRO STEEL/LANCO, JINDAL, RASHMI,

KESORAM, ELECTROTHERM, TATA

METALIKS, TATA KUBOTA

JAI BALA JEE,

KEJERAWAL, NECO,

BENGAL IRON COPN

CA NO. CEPZ-31/17-18 Serial Page No. 215

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

Sr

N

o

Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

68 DI PIPES ELECTRO STEEL/LANCO,

SRIKALAHASTHI, JINDAL,

KESORAM, ELECTROTHERM, TATA

METALIKS, TATA KUBOTA

JAI BALA JEE,

KEJERAWAL,

KISWOK, RASHMI

METALIKS

69 SLUICE

VALVES/NON

RETURN

VALVES/AIR

RELEASE

VALVES

KIRLOSKAR, LEADER, ZOLOTO, L&T

(AUDCO)

BIR, KARTAR,

SANT

MAC

INTERNATIONAL,

AIP, BVI, MINAR,

NETA METAL,

UPADHAYAY,

NEW METAL

WORKS

70 BUTTERFLY

VALVES/CHECK

VALVES

ADVANCE/AUDCO/LEADER/CASTLE,

NVR, ZOLOTO

AIP, BVI, MINAR,

MAC

INTERNATIONAL,

NETA METAL,

UPADHAYAY,

NEW METAL

WORKS, BIR

KARTAR

71 GUN METAL

GLOBE VALVE

KIRLOSKAR, LEADER, ZOLOTO, L&T

(AUDCO), NVR

AIP, BVI, MINAR,

MAC INTERNAL,

NETA METAL,

UPADHAYAY,

NEW METAL

WORKS, BIR,

KARTAR, SANT

72 GI FITTING JINDAL, TATA, BST ZENTO, NANDA

MANUFACTURING,

UNIQUE, NIDHI,

OSWAL

73 PUMP SETS-

MONO BLOCK

KIRLOSKAR, CROMPTON, BEST &

CROMPTON, BEACON, MATHER &

PLATT, GRANDFOS, KSB

WILLO, ARISE,

KALSI, BS PUMPS,

JYOTI,

FLOWMORE, MAX

FLOW, JOHNSON

& JOHNSON

CA NO. CEPZ-31/17-18 Serial Page No. 216

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

Sr

No

Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

74 CENTRIFUGAL

PUMPS

KIRLOSKAR, BEACON, KSB,

MATHER & PLATT,

GRANDFOS, WASP, ITT

WILLO, ARISE,

KALSI, BS PUMPS,

JYOTI,

FLOWMORE, MAX

FLOW,

ARMSTRONG

75 SUBMERSIBLE

PUMPS

CALAMA, KIRLOSKAR,

BEACON, KSB, MATHER &

PLATT, GRANDFOS, WASP,

ITT

WILLO, ARISE,

GRETINDIA,

JYOTI, MODI

ATLANTA, SU

PUMPS,

CROMPTON

GREAVES,

COLAMER, MODI

INDIA, GREAT IND

ARMSTRONG

76 NON CLOG

SEAWAGE PUMPS

KIRLOSKAR, BEACON, KSB,

CROMPTON

FLOWMORE,

GREAT IND,

JOHNSON &

JOHNSON

77 VERTICAL TURBINE

PUMP

KSB, KIRLOSKAR, WASP FLOWMORE,

BAJAJ ATLANTA,

JOHNSON &

JOHNSON

78 DOSING

PUMP/BLEACHING

DOZER

ION EXCHANGE, MAIC

INDIA, JESCO

RMCO

AQUAPURA,

CHLROTECH,

VIKRAM PAC

79 MOTOR STARTERS L&T, BCH, SCHNEIDER,

SIEMENS, C&S ELECTRIC,

ABB

HAVELLS,

INDOASIAN, HPL,

STANDARD

80 ELECTRIC MOTOR BHARAT BIJLEE,

KIRLOSKAR ELECTRIC,

CROMPTON GREAVES,

ABB, SIEMENS, GEC

JYOTI, NGEF, BCH

81 SINGLE PHASE

PREVENTORS/PHASE

SEQUENCE

CORRECTOR

L&T, SIEMENS, C&S

ELECTRIC, SINETRAC,

MINILEC, LEGRAND,

SCHNEIDER, ABB

AUTO

ELECTRONICS,

AKASH,

TELEMECHANIC,

INDOASIAN,

HAVELLS, BCH,

SINETRAC

CA NO. CEPZ-31/17-18 Serial Page No. 217

Sr

No

Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

82 ALUMINUM

EXTRUDED,

ALUMINIUM

GRILL/DIFFUSER

DYNA CRAFT, RAVISTAR,

MAPRO, CARRYAIRE,

SERVEX, GREEN HECK,

BRIGHTFLOW, RUSKIN

83 DESERT COOLERS SYMPHONY, KHAITAN,

KENSTAR

CROMPTON

GREAVES,

BAJAJ,OSRAM

JK Electric,

Venus,Kohli &

Co,Avinlight

84 CHILLERS/CHILLING

UNITS

YORK, TRANE, DAIKIN,

MACQUAY, CARRIER,

VOLTAS, BLUESTAR,

KIRLOSKAR

85 AIR HANDLING UNIT,

COOLING COIL FOR

AHU

BLUE STAR,

VOLTAS,CARRIER,

FEDDERS , LLYODWAVES,

HITECH,EDGETECH

86 COOLING TOWERS MIHIR, PAHARPUR,

ADVANCE, DELTA

WELLDONE

87 FRACTIONAL HP

MOTORS

AUE, SIEMENS

88 VARIABLE

FREQUENCY DRIVES

(VFD)

DANFOSS, MITSUBISHI,

HONEYWELL, ABB

ALLENBRADELY,

WOLF

AUTOMATION,

SIMPHOENIX

89 POT/Y-STRAINER EMERALD/ RAPID

COOL/LEADER

90 PRESSURE

GAUGE/DIAL TYPE

THERMOMETERS

FIEBIG, H.GURU, EMERALD,

ANERGY

DROPCO, DIGITAL

MARKETING,

SYSTEM TAYLOR,

DS ENGG,

DWYER, AUTO

MAT LUB SYSTEM

91 INSULATION

(FIBREGLASS)

OWENS CORNING,

UPTWIGA, LLOYD

SHRI FIRE PACK,

IMPEX

INSULATION,

TRANS

INSULATION

92 INSULATION

(EXPANDED

POLYETHYLENE)

MATTUR BEARDSELL,

TOSHIBA, STYRENE

PACKAGING

CAPRICORN,

ECOTHEM,

INSULATION

CA NO. CEPZ-31/17-18 Serial Page No. 218

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

Sr

No

Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

93 INSULATION (CROSS

POLYETHYLENE FOAM)

SUPREME, PARAMOUNT,

AEROFLEX, TROCELLONE

94 INSULATION (INITRILE

RUBER)

ARMAFLEX, KAIFLEX,

KFLEX, VIDOFLEX,

PARAMOUNT

95 TF THERMOCOL FOR PIPE

INSULATION

PK PACKING, BIRDSELL,

PROPACK, STYRENE

PACKAGING, RYCON

SERVCIES

KIWI THERMO

PACK, PRAKSH

PACKAGING,

SAHARATHERMO

PACK

96 CONTROLS (3 WAY

VALVES) THERMOSTATS

ANERGY, SIEMENS,

HONYWELL

ANERGY,

SIEMENS,

HONYWELL

97 EXTRODED ALUMINUM

GRILLS/DIFFUSERS/FIRE

DAMPERS

DYNE CRAFT, MAPRO,

CARRYAIRE,SERVEX,

GREEN HECK

DYNE CRAFT,

MAPRO,

CARRYAIRE,

SERVEX,

GREEN HECK

98 COPPER REFRIGERANT

PIPING

DIAMOND, STAR DIAMOND, STAR

99 GI SHEETS FOR DUCTING SAIL, TATA, JINDAL,

OSWAL, BHUSHAN

100 ACTUATOR JEVENTA, BELIMO,

SIEMENAS,

ADVANCE

CASTLE, ROTORK,

NIBCO,AIP

101 CENTRIFUGAL FANS (AHUs) NICOTRA, KRUGER,

AIRFLOW, GREENHECK,

COMBIFREE,

LLOYD, YILIDA

102 STRIP HEATES RAYCOLD, DASSPASS,

AUE, HONEYBEE

103 HUMIDSTAT/THERMOSTATE PENN, DANFOSS,

HONEYWELL, SIEMENS,

JOHNSON,

RAPIDCOOL,ANERGY

104 AIR FILTER/ HEPA FILTER TENACITY, PUROLATOR,

LLYOD, MIHIR, DANFOSS,

INDFOSS, KLENZOID JOHN

FOWLERS

DELTA, HANNY,

AIRTECH,

TERMODYNE

105 FACTORY BULT DUCTS CORI ENGINEER,

RESISSTO FLEX,

ROLASTAR, TECHNO AIR,

CAMDUCT, ZECO,

DUCTOFAB, ECODUCT

CA NO. CEPZ-31/17-18 Serial Page No. 219

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

Sr No Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

106 FLEXIBLE CONNECTOR CORI ENIGNEER, RESISTO FLEX,

DUNLOP

CORI ENGINEER,

RESISTO FLEX, DUNLOP

107 HOT WATER GENERATOR THERMAX, INDCON 3M, RAPID

CONTROL, ZENITH

108 WATER TREATMENT

PLANT

SCALE MASTER, SCALE GUARD,

WELDONE, AQUAMECH, DELTA

SCALE MASTER, SCALE

GUARD, WELDONE,

AQUAMECH, DELTA

109 DUCT FLANGE ZECO/ROLSTAR/ECODUCT ZECO/ROLSTAR/ECODU

CT

110 EXPANSION VALUE DANFOSS, INDFOSS, SPORLON,

ALCO

111 FLOW SWITCH RAPID COOL, SIEMENS, BCH,

L&T

RAPID COOL, SIEMENS,

BCH,L&T

112 AUTOMATIC AIR VENT RAPID CONTROL, ANERGY RAPID CONTROL,

ANERGY

113 3-WAY MODULATING

VALVE

HONEYWELL, SIEMENS,

ANERGY, SUZLON,INDFOSS,

DANFOSS,

JOHNSON ASKA, RAPID

CONTROL CASTLE

114 ROOM

THERMOSTATE/AHU

THERMOSTAT

HONEYWELL,SIEMENS

,DASPASS,ESCORTS,INDFOSS

HONEYWELL,SIEMENS

,DASPASS,ESCORTS,IND

FOSS

115 HP/LP

CUTOUTS/CONTROLS

HONEYWELL,PENN,

DANFOSS, INDFOSS

116 AIR WASHERS BREEZE

AIR,NICOTRA,PECMA,AIREF,

AIRLOW

117 PROPELLER FANS ABB,KRUGER

118 BUTTERFLY VALVE AUDECO, ADVANCE, DEEPAK,

ZOLOTO

119 FIRE HYDRENT MINIMAX,FIREX,SAFEX,FLAME,

GUARD

120 RRL HOSE PIPE NEWAGE,DUNLOP,COSMOS,

FLAME GUARD

CA NO. CEPZ-31/17-18 Serial Page No. 220

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

Sr

No

Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

121 FIRE PANEL MATHER &

PLATT,MINIMAX,SAFEX,AGNI,

HONEY WELL,SYSTEM

SENSOR,FIREX,NOTEFIRE

122 HOOTER / SIREN MINIMAX,MELTRON,AHUJA,

PHILIPS,AGNI

123 MANUAL CALL

BELL POINT

AGNI SURKSHA,MINI

MAX,FIREX

124 SMOKE / HEAT /

IONISATION

DETECTOR

ADDRESSABLE &

NON

ADDRESSABLE

APPOLO,EDWARDS, HONEY

WELL, SYSTEM SENSER

RAVEL

125 WATER

SPRINKLER HEAD

TYCO, CEASEFIRE, SAFEX,

MINIMAX, STARTECH FIRE,

SYSTEM ELECTRONIC

CONTROLS, CEASEFIRE

126 FIRE

EXTINGUISHER

ALL TYPE

MINIMAX FIREX, NEWAGE,

NITIN, CEASEFIRE

127 LIFTS/ELEVATORS KONE, SCHINDLER, OTIS, THYSSEN KRUPP, HITACHI JOHNSON

KONE, SCHINDLER, OTIS, THYSSEN DRUPP, HITACHI, JOHNSON

128 WINDOW TYPE/SPLIT TYPE AIRCONDITIONERS (NOTE: ONLY 5 STAR BEE RATING ACS SHALL BE SPECIIED WHERE ANNUAL USAGE IS >1000HRS, 3 STAR FOR OTHER PLACES E.G CONFERENCE

VOLTAS, HITACHI, DAIKIN, O-GENERAL CARRIER, FEDDERS LLYOD

LG, BLUE STAR, VIDEOCON, SAMSUNG, GODREJ

ZENITH, PANASONIC, HAIER

129 WATER COOLERS VOLTAS, BLUESTAR, SHRIRAM (USHA) AND SIDHWAL

- -

130 REFRIGERATOR WHIRLPOOL, LG, SAMSUNG, VOLTAS, VIDEOCON, KELVINATOR

GODREJ, PANASONIC, ELECTROLUX, HAIER

131 DEEP FREEZER BLUE STAR, VOLTAS, SHRI RAM (USHA)

SIDHWAL, CARRIER, FEDDERS, LLYOD

CA NO. CEPZ-31/17-18 Serial Page No. 221

LIST OF MAKES/MANUFACTURERS/PRODUCERS APPENDIX `F‟

Sr

No

Product Group of products on makes/brands Remarks

Group 1 Group 2 Group 3

132 CASSETTE TYPE AC

BLUE STAR, FEDDERS LLYOD, VOLTAS, DAIKIN

PANASONIC, TOSHIBA, LG

133 PILLAR TYPE AC FEEDERS LLYOD, DAIKIN, O-GENERAL, HITACHI

LG, BLUE STAR, WHIRLPOOL, PANASONIC

134 DUCTABLE AC FEDDERS LLYOD, VOLTAS, DAIKIN, O-GENERAL, HITACHI

LG, BLUE STAR

135 AIR CURTAIN CROMPTON GREAVES, ALMONARD, ROBUSTIX

136 FIRE DAMPER DYAN CRAFT, RAVISTAR, MAPRO, CARRY AIR, AIRFLOW, RUSKIN

All other materials :

137. Makes of all other materials except as listed above shall be got approved by GE.

NOTE:- Where makes for Group II and Group III are not mentioned, makes specified for group I

shall be used by the contractor without any price adjustment.

(Signature of Contractor) AAD (Contracts)

Dated: for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 222

Appendix „G‟

FORMAT FOR QUALITY CONTROL PLAN This format shall from part of contract Agreement

( To be submitted by Contractor within 30 days of commencement of contract )

1. Contract Agreement Reference No.

:

2. CPM network prepared and approved by GE

:

3. Resource scheduling done based on CPM

:

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

:

5. Concrete mix design submitted and approved

:

6. Preliminary works completed to standard Engineering practice

:

7. Arrangements for water made (including testing of Water).

:

8. Arrangement for electric supply made

:

9. Materials

Sl 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

:

Contd…

CA NO. CEPZ-31/17-18 Serial Page No. 223

Appendix „G‟(Contd..)

14. Confirmation that contract requirements relating

to Quantity of all materials and quality standards of Workmanship and finishes and acceptance criteria are explained and understood by all

:

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

:

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

:

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

Sl No

Date Material Quantity 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. Date : ( Signature of Contractor )

CA NO. CEPZ-31/17-18 Serial Page No. 224

PART II

( To be completed by GE before forwarding for approval by CWE ) 1. Verification of Serial No. 2 to 8 of Part I

:

2. Verification of Serial No. 9 to 18 of Part I

:

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

:

4. Confirmation that all sites as required by contract had been handed over to contractor on the date fixed in Work Order No. 1

:

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

:

Dated : ( Signature of GE )

Approved by CWE

CA NO. CEPZ-31/17-18 Serial Page No. 225

REVISED LIST OF DRAWINGS

Srl No

Drawing No. Sheet No.

Original Date

Revised Date

Description

1 2 3 4 5 6

BASKET BALL GROUND

50 CEPZ/C-TD/017/13 1/1 11-9-13 - Plan, elevation & details

VOLLEY BALL GROUND

51 CEPZ/C-TD/23/13 1/1 11-9-13 - Plan, elevation & details

CA NO. CEPZ-31/17-18 Serial Page No. 226

LIST OF DRAWINGS (CONTD)

Srl No

Drawing No. Sheet No.

Original Date

Revised Date

Description

1 2 3 4 5 6

52 CEPZ/WD-56/15 1/1 22.7.15 14.8.15 RCC notes and other structural details.

53 CEPZ/STD-029/01 1/2 09.4.01 30.04.01 Steel truss span 12m to 18m.

54 CEPZ/STD-029/01 2/2 09.4.01 30.04.01 Steel truss span 12m to 18m.

55 CEPZ/STD-74/07 1/7 06.11.01 Typical details of seismic provision.

56 CEPZ/STD-74/07 2/7 06.11.01 Typical details of seismic provision.

57 CEPZ/STD-74/07 3/7 06.11.01 Typical details of seismic provision.

58 CEPZ/STD-74/07 4/7 06.11.01 Typical details of seismic provision.

59 CEPZ/STD-74/07 5/7 06.11.01 Typical details of seismic provision.

60 CEPZ/STD-74/07 6/7 06.11.01 Typical details of seismic provision.

61 CEPZ/STD-74/07 7/7 06.11.01 Typical details of seismic provision.

62 CEPZ/STD-80/08 1/10 02.04.08 07.05.08 RCC notes and other structural members.

63 CEPZ/STD-80/08 2/10 02.04.08 07.05.08 RCC notes and other structural members.

64 CEPZ/STD-80/08 3/10 02.04.08 29.04.08 RCC notes and other structural members.

65 CEPZ/STD-80/08 4/10 02.04.08 07.05.08 RCC notes and other structural members.

66 CEPZ/STD-80/08 5/10 02.04.08 07.05.08 RCC notes and other structural members.

67 CEPZ/STD-80/08 6/10 02.04.08 07.05.08 RCC notes and other structural members.

68 CEPZ/STD-80/08 7/10 02.04.08 07.05.08 RCC notes and other structural members.

69 CEPZ/STD-80/08 8/10 02.04.08 08.08.08 RCC notes and other structural members.

70 CEPZ/STD-80/08 9/10 02.04.08 08.08.08 RCC notes and other structural members.

71 CEPZ/STD-80/08 10/10 02.04.08 - RCC notes and other structural members.

72 CEPZ/STD-88/08 1/1 04.07.08 - Staging details upto 500 ltrs moulded polythene water storage tanks

CA NO. CEPZ-31/17-18 Serial Page No. 227

LIST OF DRAWINGS (CONTD)

TD DRAWINGS

73 CEPZ/C-TD/001/14 1/1 11/09/13 - Fixing details of pipe post & galavanised turn buckle

74 CEPZ/TD/006/13 1/1 11/09/13 - Typical detail of valve pit

75 CEPZ/TD/010/13 1/1 11/09/13 - Detail of display board and Notice board

76 CEPZ/TD/013/13 1/5 11/09/13 - Septic tank and soakage well

77 CEPZ/C-TD/016/13 1/1 Single ramp

78 CEPZ/C-TD/018/13 1/3 11/09/13 - Details of drip course steps, details of exhaust fan details of peg set of three and 6, details of urinal partition and platform, details of skirting/dado, details of RCC chujjas and fixing details of towel rail

79 CEPZ/C-TD/018/13 2/3 11/09/13 Detail of WHB, detail of soap niche, plan of CI/MS box with fan hook only), plinth protection without drain and plinth protection with drain.

80 CEPZ/C-TD/018/13 3/3 11/09/13 Detail of PCC cill, PCC coping, elevation of DR, ramp, sectional plan of ground sump grating and format.

81 CEPZ/C-TD/26/13 1/5 11/09/13 - Steel box windows with fan light, ventilators and fixed glazings

82 CEPZ/C-TD/26/13 2/5 11/09/13 - Steel box windows with fan light, ventilators and fixed glazings

83 CEPZ/C-TD/26/13 3/5 11/09/13 - Steel box windows with fan light, ventilators and fixed glazings

84 CEPZ/C-TD/26/13 4/5 11/09/13 - Steel box windows with fan light, ventilators and fixed glazings

85 CEPZ/C-TD/26/13 5/5 11/09/13 02/12/13 Steel box windows with fan light, ventilators and fixed glazings

86 CEPZ/C-TD/27/13 1/4 11/09/13 02/12/13 Steel box windows without fan light, ventilation and fixed glazing

87 CEPZ/C-TD/27/13 2/4 11/09/13 02/12/13 Steel box windows without fan light, ventilation and fixed glazing

88 CEPZ/C-TD/27/13 3/4 11/09/13 02/12/13 Steel box windows without fan light, ventilation and fixed glazing

89 CEPZ/C-TD/27/13 4/4 11/09/13 02/12/13 Steel box windows without fan light, ventilation and fixed glazing

90 CEPZ/C-TD/28/13 1/1 11/09/13 02/12/13 Aluminum window with wire mesh and Al grill with fan light

91 CEPZ/C-TD/32/13 1/2 11/09/13 Steel box window with fan light wire mesh & details of frame for desert cooler

92 CEPZ/C-TD/32/13 2/2 11/09/13 Steel box window without fan light ventilator & fix glazing.

CA NO. CEPZ-31/17-18 Serial Page No. 228

LIST OF DRAWINGS (CONTD)

Srl No

Drawing No. Sheet No.

Original Date

Revised Date

Description

1 2 3 4 5 6

93 CEPZ/C-TD/34/13 1/2 11/09/13 - Steel Box windows, with Fanlight, without wire mesh & Detail of frame for Desert cooler

94 CEPZ/C-TD/34/13 2/2 11/09/13 - -do-

95 CEPZ/C-TD/37/13 1/2 11/09/13 HDF door shutter, Wdn wire gauge shutter with pressed steel frame 2100 ht

96 CEPZ/C-TD/37/13 2/2 11/09/13 HDF door shutter, Wdn wire gauge shutter with pressed steel frame 2100 ht

97 CEPZ/C-TD/39/13 1/2 11/09/13 - HDF door shutter, wooden wire gauge shutter with pressed steel frame with light door

98 CEPZ/C-TD/39/13 2/2 11/09/13 - HDF door shutter, wooden wire gauge shutter with pressed steel frame with fan light

99 CEPZ/C-TD/42/13 1/1 11/09/13

- PVC Door & Details.

100 CEPZ/C-TD/44/13 1/1 11/09/13

- Details of RCC jail type „A‟, „B‟ & „C‟.

101 CEPZ/C-TD/52/13 1/1 11/09/13 - Staging details for upto 500 ltrs moulded polythene water storage tanks

102 CEPZ/C-TD/54/13 1/2 11/09/13 - Aluminium door, PVC Partition wall & details.

103 CEPZ/C-TD/54/13 2/2 11/09/13 -do-

104 CEPZ/C-TD/57/13 1/1 11/09/13

Steel door (General purpose)

105 CEPZ/C-TD/59/13 1/2 11/09/13 Typical details of wardrobes

106 CEPZ/C-TD/59/13 2/2 11/09/13 Typical details of wardrobes

107 CEPZ/C-TD/84/13 1/2 11/09/13 - Details of soil/waste pipe connections

108 CEPZ/C-TD/84/13 2/2 11/09/13 Details of soil/waste pipe connections

109 CEPZ/C-TD-91/13 1/1 11/09/13 Mirror (460x1220)

110 CEPZ/C-TD-93/13 1/2 11/09/13 Aluminium notice board(1800x1200)

111 CEPZ/C-TD-95/13 1/1 11/09/13 E- board normal false ceiling with GI members.

112 CEPZ/C-TD-100/13 1/1 11/09/13 Detials of sliding soft board

113 CEPZ/C-TD-103/13 1/1

11/09/13 Typical details of cupboard (CB) of MS steel shutter

CA NO. CEPZ-31/17-18 Serial Page No. 229

LIST OF DRAWINGS (CONTD)

114 CEPZ/C-TD-103/13 2/2 11/09/13 -do-

115 CEPZ/C-TD/107/13 1/2 11/09/13 15/02/14 Typical Detail of Wardrobes & Cupboard

116 CEPZ/C-TD/107/13 2/2 11/09/13 15/02/14 -do-

117 CEPZ/TD/331/08 1/1 11/09/13 15/02/14 Details of blackboard

118 CEPZ/C-TD/116/13 1/2 11/09/13 15/02/14 Steel box windows with & without fan light & detail of frame for desert cooler

119 CEPZ/C-TD/116/13 2/2 11/09/13 15/02/14 Steel box windows with & without fan light & detail of frame for desert cooler

120 CEPZ/STD-149/12 1/2 24/07/12 Typical details of separation/expanstion/crumple joint.

121 CEPZ/STD-149/12 2/2 24/07/12 Typical details of separation/expanstion/crumple joint.

122 CEPZ/TD-350/08 1/2 14/11/2008

Typical details of electricals fitting (External)

123 CEPZ/C-TD/391/14 1/1 11/09/13 15/02/14 Details of aluminium window

124 CEPZ/TD/911/88 11/20 Ty details of joints of truss

125 CEPZ/TD/911/88 15/20 Ty bracing plan

126 CEPZ/TD/911/88 16/20 Fixing details of bracing joints

127 CEPZ/TD/911/88 17/20 Fixing details of bracing joints

128 CEPZ/TD/1031/90 1/1 12/5/90 16/11/13 Inspection pit. (Plan, section & details)

129 CEPZ/TD/1123/95 1/1 28/09/95 11/01/08 Leakage seepage & dampness prevention & cure

SITE PLAN

130 CEPZ/S-342/2015 1/3 29.5.15 Ext B/R services

131 CEPZ/S-342/2015 2/3 29.5.15 Ext electric supply

132 CEPZ/S-342/2015 3/3 29.5.15 Ext water supply

The drgs mentioned at Srl No 104 to 106 i.e, site plans are not uploaded on e-procurement portal due to security reasons. However, the same can be seen in the office of CE/CWE/GE on request by bidder before quoting his tender and the same are forming part of tender documents. ------------------------------ Dy Dir (Contracts) (Signature of Contractor) for Accepting Officer Dated :

CA NO. CEPZ-31/17-18 Serial Page No. 230

TO SRL Page No 267

GENERAL CONDITIONS OF CONTRACTS (IAFW-2249-1989 PRINT) LUMP SUM CONTRACTS (IAFW-2159)

1. A copy of the General Conditions of Contracts (IAFW-2249-1989 Print) with errata 1 to 20 and amendments 1 to 40 has been supplied to me/us is in my/or possession. I/we have read and understood the Provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS before submission of the tender and I/we agree that I/we shall abide by the terms and conditions thereof as modified, if any, elsewhere in these tender documents. 2. It is hereby further agreed and declared by me/us, that GENERAL CONDITIONS OF CONTRACTS (IAFW-2249-1989 Print) including Condition 70 thereof pertaining to settlement of disputes by arbitration, containing 33 pages (Serial Page Nos. 218 to 250) with errata 1 to 20 and amendments No 1 to 40 containing 17 pages (Srl Page No. 251to 267) form part of these tender documents. 3. My/our signature hereunder is in token of my/Our having acceptance the aforesaid General Conditions of Contracts together with errata and amendments IAFW-2249 (1989 Print). 4. It is agreed that in the event of discrepancy in the English and Hindi version of IAFW-2249, the contents in English will prevail. _____________________ Signature of the Contractor Dy Dir (Contracts) Dated : for Accepting Officer

CA NO. CEPZ-31/17-18 Serial Page No. 231

SERIAL PAGE NO 228 BE AMENDED TO READ AS SERIAL PAGE No. 268

SCHEDULE OF MINIMUM FARE WAGES

A copy of the latest Schedule of minimum fare wages has been supplied to me/us and is in my possession. I/we have read and understood the provisions contained in the aforesaid Schedule of minimum fare wages before submission of these tender documents.

It is further agreed and declared by me/us that Schedule of minimum fare wages form part of

these tender document. The latest revised wages of labour as fixed by the State Govt/Govt of India/ Union Territory as applicable to the work whichever is higher will only be applicable in the Contract. _____________________ Signature of the Contractor Dy Dir (Contracts) Dated : for Accepting Officer