0% found this document useful (0 votes)
1K views311 pages

Final Tender

This document is the contents page for the tender document for the work of "PROVN OF AUDITORIUM AT ALWAR MILITARY STATION". It lists 10 items including the notice of tender, tender contract documents, general conditions of contract, special conditions, specifications and drawings. It provides details of the 17 parts of Schedule A (list of works and prices) including building works, water supply, electrification, roads, drainage etc. It specifies a completion period of 756 days to be executed in two phases and notes on preparation of levels and measurement of excavation quantities.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
1K views311 pages

Final Tender

This document is the contents page for the tender document for the work of "PROVN OF AUDITORIUM AT ALWAR MILITARY STATION". It lists 10 items including the notice of tender, tender contract documents, general conditions of contract, special conditions, specifications and drawings. It provides details of the 17 parts of Schedule A (list of works and prices) including building works, water supply, electrification, roads, drainage etc. It specifies a completion period of 756 days to be executed in two phases and notes on preparation of levels and measurement of excavation quantities.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 311

CA NO CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 1

CONTENTS

NAME OF WORK : PROVN OF AUDITORIUM AT ALWAR MILITARY STATION

SN Description Pages

From To

1 2 3 4

1 Contents 01

2 Notice of tender including Annexure-A 02 07

3 Tender and lump sum contracts for works IAFW-2159 (Revised 08 100
1947) including schedule of works ( BOQ )

4 General conditions of contracts IAFW-2249 (1989 print) 101 133

5 Special conditions including Annexure I, II & III 134 160

6 Particular specifications including list of drawings and 161 383

Appendix ‘A’ & ‘B’

7 Forwarding letter, instructions for filling and submission of tender 384 388

8 Amendments to tender documents

9 Relevant correspondence

10 Acceptance letter

Pages ______ Sheets

Total Drawings______ Sheets

Signature of Contractor For Accepting Officer


CA NO CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 8

In l ieu of IAFW-2159

TO BE USED IN CO NJ UCTIO N WITH


GENERAL CONDITIONS OF CONTRACTS

Telefax : 0141-2202517 Military Engineer Services


Tele : 0141-2207174 Headquarters
Chief Engineer Jaipur Zone
Power House Road, Bani Park
Jaipur-302006

80740/44 /E8 12 Oct 2017

LUMP SUM TENDER AND CONTRACT FOR WORKS REQUIRED IN THE


EXECUTION OF PROVN OF AUDITORIUM AT ALWAR MILITARY STATION
TENDER ID: 2017_MES_150771_1

1. Shri/S’Shri______________________________________________________ of
______________ is/are hereby authorized to tender for the above work published on the
NIC website MES. eprocurement portal (www.eprocuremes.gov.in). The quoted E-tender
will be submitted online by 22 Nov 2017 up to 1800 Hrs. The E-tender technical bid (i.e. cover 1)
shall be opened at the office of the Chief Engineer Jaipur Zone, Power House Road, Bani Park,
Jaipur-6 by 0900 hrs on or after 27 Nov 2017.

2. All documents must be returned whether or not a tender has been submitted.

3. Any correspondence concerning this tender shall be addressed as indicated at the top of
this sheet, quoting the reference as given.

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

SIGNATURE OF CONTRACTOR Signature of Officer


Issuing the documents
Appointment :- Deputy Dir (Contracts)

Signature of Contractor For Accepting Officer


CA NO CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 9

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

NAME OF WORK : PROVN OF AUDITORIUM AT ALWAR MILITARY STATION

A. GENERAL

1.1 This Schedule is divided into XVII parts as detailed below :-

(a) Part-I Building Works


(b) Part-II Internal Water Supply
(c) Part-III Internal Electrification
(d) Part-IV Road, Path and Culvert
(e) Part-V Sewage Disposal
(f) Part-VI Area Drainage
(g) Part-VII Compound wall and steel gate.
(h) Part-VIII External Water Supply
(j) Part-IX External Electrification
(k) Part-X Lightning Protection
(l) Part XI Summer appliances & central air conditioning
(m) Part-XII Fire fitting
(n) Part-XIII Stage light wiring & fitting
(o) Part- XIV Rain water harvesting
(p) Part- XV Site Clearance and Earth work
(q) Part-XVI Miscellaneous items (to be quoted by the contractor)

.
1.2 Prepriced rates inserted under column 4 of Schedule ‘A’ Part- I to XV, are deemed to be at
par with the rates contained in the MES standard schedule of rates or analogous rates
thereto. Contractor’s attention is invited to condition 6A(B) of IAFW-2249 where under the
lump sum price shall be worked out by him independently of the prices or rates inserted by
MES in the tender and irrespective of any errors or inaccuracies therein. The amount to be
inserted by tenderer against a particular part of Schedule ‘A’ shall be derived by him from
the amount tendered by him.

1.3 In respect of Schedule ‘A’ Part- XVI the tenderer is required to insert his rates in figure under
column 5 of BOQ for entire completion of items of work as described and specified inclusive
of his overhead and profit complete. Amount column shall be generated by the system in
relation to unit rate inserted by you.

1.4 The rates quoted by tenderer shall be inclusive of all type of taxes levies, octroi, excise,
service tax, cess, GST etc as prevailing on the date of submission of tender i.e bid
submission end date. However, in this connection attention is invited to Special Condition
No 33.

Signature of Contractor For Accepting Officer


CA NO CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 10

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

A. (Contd..)

1.5 Description of buildings, 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 for materials and workmanship and conditions in relevant trade
section of MES SSR Part-I MES SSR Part II and contract drawings including notes on the
drawings.

1.6 (a) COMPLETION PERIOD: Entire work under this contract shall be completed within 756
days from the date of handing over the site as indicated in the first work order in two phases
as under :-
(i) PHASE-I :- Levels are to be taken before starting excavation and after
clearance of vegetation/bushes etc at the intervals of 3 meters and the same shall be
plotted in graph sheet duly marked with the location of the buildings / structure
covered in tender along with the proposed developed ground levels if any and
proposed plinth level of the building / structures / drainages / disposal arrangement
etc and submitting to AO duly signed by JE, Contractor, Engineer-in-Charge and GE
for approval within 60 days from the date of commencement. Permanent Bench mark
(which will not change in future) shall be prominently marked on the level sheet.
Intermediate bench mark, such as FFL of other permanent building also shall be
fixed, such that quantity of excavated earth and filled earth shall match economically.
Excavation / site clearance work at site shall commence only after written approval
for the proposed levels is obtained from the Accepting Officer.

(iii) PHASE-II :- Balance items of works under this contract - 756 days
Completion periods for Phase-I, & Phase-II i.e. balance items of work will run
concurrently and thus the total period for completion for this contract shall be 756
days.

(b) Site(s) for item of Schedule ‘A’ Part-I shall be handed over simultaneously. Sites for
other parts i.e. Schedule ‘A’ Part-II to XVII shall accordingly be deemed handed over
simultaneously with items of Schedule ‘A’ Part-I irrespective of actual progress on
ground.

(c) The defect liability period for Phase-I and Phase-II shall commence after completion
of work against whole contract as certified by the GE in completion certificate.

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

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

1.8 In case specifications in respect of items shown on main/detailed drawings are not included
in particular specifications, then the same shall be followed as per SSR Part-I / or as
directed by the GE. In case of any dispute between the GE and the contractor the same
shall be referred to the Accepting Officer and decision of the Accepting Officer shall be final
& binding.
Signature of Contractor For Accepting Officer
CA NO CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 11

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


A. (Contd..)
1.9 Layout of internal/external services is tentative and may be changed as per the site
requirement at the discretion of the GE. No claim on this account shall be entertained and
contractor quoted rates shall be deemed to cater for the same.

1.10 Layout of buildings indicated in the site plan is tentative and this may be changed at the
discretion of the GE before commencement of work. No claim on this account shall be
entertained and contract rates shall be deemed to cater for the same.

1.11 The under mentioned columns shall be deemed to have been inserted at respective places
in Schedule ‘A ’: -

S.No Column No Heading Remarks


(a) Column 3 Drg No Refer list of drawings

(b) Column 7 Period of completion for Refer Note No A.1.6 of


individual item from date of Schedule `A’ notes
handing over the site
(c) Column 8 Remarks Refer Schedule `A’ Notes
1.12 Wooden gutties as specified in SSR shall not be used in this work. In lieu of wooden gutties,
PVC sleeves of appropriate sizes shall be provided for fixing of fittings/fixtures to the entire
satisfaction of GE.

1.13 Where specification for any item of work are not given in Particular Specifications MES
schedule shall be referred. If the same is not available in MES SSR, specification given in
relevant Indian Standard / code (as revised) of practice shall be followed as decided by GE.

B. NOTES APPLICABLE TO SCHEDULE ‘A’ PART-I

1.1 The lump sum quoted by the tenderer for work under Schedule ‘A’ Part-I shall be deemed
to include for all relevant items of works shown on the drawings, notes therein and /or
specified in particular specifications complete, for entire completion of works, except works
covered in Part-II to XVI of Schedule ‘A’ and or unless otherwise specifically stated
elsewhere in the tender document. Screen shown on drawings is not forming part of this
contract. The unit rate quoted by contractor against Sch A part-I shall not include cost of
screen.

1.2 lump sum of building in Schedule ‘A’ Part-I shall include cost of any cutting, leaving/forming
holes, chases etc in the walls, floors and ceilings as required and making good. No
adjustment shall however, be made on variations in quantities of cuttings, leaving/forming
holes, chases etc, on this account for pricing of any deviations in respect of items listed in
Schedule ‘A’ Part-I and due to variation in quantities indicated as PROVISIONAL in the
tender documents.

1.3 Building under Schedule ‘A’ Part-I shall have the foundation for safe bearing capacity as
specified/ shown on drawings. Variation in safe bearing capacity of soil if found at site and
require redesigning of the foundation, the same shall be regularized through proper
deviation order.

Signature of Contractor For Accepting Officer


CA NO CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 12

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


B. (Contd..)

1.4 Excavation in soft/loose soil shall be considered in lump sum quoted cost of item of
schedule `A’ Part-I. If hard/dense soil or soft/disintegrated rock or hard rock met with during
excavation, same shall be measured and paid separately as a deviation. Hard rock shall
become the property of contractor and recovery at the rate of rubble stone from approved
quarries for hand packing (item 06123 of MES SSR Part-II) shall be made subject to
applicable %age over SSR. The contractor shall be responsible for its removal from site
(from time to time) all as directed by Engineer-in-Charge.

1.5 Wherever Apron, ramp, steps, platform, hard standing, open court yard, Compound wall with
wicket gate etc as shown on the main plan drawings of building and specifically not
excluded from the lump sum scope of the respective bldg, the quoted rates of buildings /
structures under Schedule ‘A’ Part I shall be deemed inclusive for the same irrespective to
the fact whether these are categorically covered in description of Schedule ‘A’ Part I or not.

1.6 The cost of built-in furniture items as given in particular specification clause No 1.4 as shown
in main plan or other drawings and/or as specified in particular specifications are included in
the scope of work of tender unless otherwise specifically stated to be excluded in Schedule
‘A’, particular specifications. The contractor’s quoted lump sum against respective item of
Schedule ‘A’ Part-I shall be deemed inclusive for the above provisions.

1.7 In the event of discrepancy in the provision given in drawing of schedule of finishes and
other drawings forming part of the tender, the provisions in the schedule of finishes drawing
shall take precedence over the provisions in the other drawings.

1.8 In the event of discrepancy in the details/dimensions given in various drawings, the
details/dimensions as per breakup details drawing & enlarge scale drawing shall take
precedence over the provisions in the small scale drawings.

1.9 In the event of discrepancy in the total dimension as per room sizes and outer dimensions of
any building / structure, the total dimension worked out as per room size (breakup details)
shall be followed.

1.10 In case of discrepancies between the provisions / details given in architectural and structural
drawings, the architectural details shall be followed from architectural drawing and structural
details shall be followed structural drawing..

1.11 Sump and CI pipe (centrifugally cast) including fittings to drain out water from open
courtyard/court yard as shown main plan drawings of building shall be deemed to be
inclusive in the quoted amount by the tenderer against respective item of schedule ‘A ‘ Part
1 up to 5 metre from external face of wall of building.

Signature of Contractor For Accepting Officer


CA NO CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 13

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

C. NOTES APPLICABLE TO SCHEDULE ‘A’ PART-II TO XVI

1.1 All items and quantities are provisional.

1.2 Unless otherwise specified, unit rate of each item of work is inclusive of materials and labour
or supplied and fixed including testing complete.

1.3 Specifications in MES SSR Part-I and preambles to items given in MES SSR Part-II under
respective trades shall be applicable. If any provision / items of Schedule ‘A’ and / or in
particular specifications is at variance with the provisions in specification in MES SSR Part-I
and preambles to MES Schedule items of SSR Part-II first the provision as per description of
item of Schedule ‘A’ and thereafter the provision of particular specifications shall take
precedence there over.

1.4 Hard rock met with during excavation shall become the property of contractor and recovery
at the rate of rubble stone from approved quarries for hand packing (item 06123 of MES
SSR Part-II) shall be made subject to applicable percentage over SSR. The contractor shall
be responsible for its removal from site time to time all as directed by engineer-in-charge.

1.5 Excavation and earthwork items included in the respective parts of schedule ‘A’ shall be
applicable for the items for which excavation and earth work not included in the description
of items of respective schedule ‘A’.

1.6 If the layout of the proposed services / structure overlaps over the layout of the existing
demolished buildings / structures and the contractor has to excavate in other than in soft &
loose soil no extra payment shall be admissible irrespective to actual materials met with as
site. Contractor’s quoted rates deemed inclusive of this provision and no extra payment shall
be admissible to the contractor on this account.

D. NOTES

1.1 Unless otherwise specifically mentioned, demolition / dismantling shall be carried out up to
bottom of foundation / or up to GL as directed by Engineer-in-Charge and quoted rates shall
be deemed inclusive of making good the disturbed surfaces and removal of debris out side
MD land as directed by Engineer-in-Charge.

1.2 All material (serviceable / unserviceable) obtained from demolition / dismantling shall
become contractor’s property. Necessary credit thereof as per schedule of credit shall be
recovered from contractor’s running bills as and when processed. The contractor shall have
no claim whatsoever on the rates fixed by the department. The amount / rate of credit fixed
by department building wise / item wise is firm. Rebate / discount if any offered by tenderer
shall not be applicable against this schedule.

Signature of Contractor For Accepting Officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 14
SCHEDULE 'A'
PART-I (BUILDING WORKS)

Remarks
Drg No
Sl Description of building or works Unit Rate No. of Amount in Rs Period of
No Rs. Ps. units completion
required on of
individual
items after
date of
handind
over the
site
1 2 3 4 5 6 7 8
1 Construction of CENTRAL AUDITORIUM BLOCK 1 40000000.00
CUM CINEMA HALL including HVAC 40000000.00
SERVICE ROOM, ELECTRIC PANEL
ROOM & UNDERGROUND SUMP CUM
PUMP HOUSE complete all as specified
and as shown in drawings.

2 Construction of Sentry post complete all as BLOCK 2 44000.00


specified and as shown in drawings. 22000.00

Total amount of Sch 'A' Part I carried over to schedule of


works (BOQ)
Rs 40044000.00

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 15
SCHEDULE 'A' CONTD
PART -II (INTERNAL WATER SUPPLY)

Drg No
S. Description of items or works Unit No. of Total in Period of
No Rate units Rs completion
Rs. Ps. required on of
individual

Remark
items after
date of
handind
over the site

1 2 3 4 5 6 7 8
NOTE :- Cost of cutting/leaving forming chases for pipes and making good deemed to be included in lump sum for building
under Schedule ‘A’ Part-I.
1 Supply, jointing & testing steel water tubing, medium grade, galvanised
with and including all tube fittings/accessories like sockets, unions tees,
elbows etc and fixed to or concealed in walls and ceiling or laid in floors
complete all as specified & directed, of following sizes :-

(a) 15 mm bore 116.60 120 13992.00


RUNNING
METRE
(b) 20 mm bore 153.80 80 12304.00
RUNNING
METRE
(c) 25 mm bore 227.50 50 11375.00
RUNNING
METRE
(d) 40 mm bore 348.20 80 27856.00
RUNNING
METRE
(e) 50 mm bore 437.50 30 13125.00
RUNNING
METRE
2 15 mm bore bib taps, fancy type, cast copper alloy chromium plated with 180.30 20 3606.00
crutch or butterfly handle, screwed down, screwed for iron pipe or for EACH
brass ferrule and fixed complete all as specified & directed.
3 15 mm bore,stop valve (ISI marked) cast copper alloy, fancy type, 271.00 54 14634.00
chromium plated with long shank and cup (concealed type), screwed EACH
down, high pressure with crutch or butterfly handle screwed both ends
(externally threaded) for iron pipe or for unions and fixed complete all as
specified & directed .
4 Gun metal Gate valve,painted, finish with forged brass spindle and iron
wheel head, screwed both ends internally IS:778 class 2 for iron pipe or
for unions and fixed complete all as specified & directed of following
sizes:-
(a) 15mm bore 206.10 5 1030.50
EACH
(b) 20 mm bore 252.20 21 5296.20
EACH
(c) 25mm bore 413.80 4 1655.20
EACH
(d) 40 mm bore 568.50 8 4548.00
EACH
(e) 50 mm bore 893.10 2 1786.20
EACH
Total amount of Sch 'A' Part I carried over to schedule of works (BOQ) Rs 111208.10
Signature of contractor For Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SEREIAL PAGE NO : 16
SCHEDULE 'A' CONTD
PART -III ( INTERNAL ELECTRIFICATION)

Drg No
S. Description of items or works Unit No. of Total in Rs Period of
N Rate units completi
o Rs. Ps. required on on of
individu

Remark
al items
after
date of
handind
over the
site

1 2 3 4 5 6 7 8
NOTE :- Cost of cutting/leaving forming chases for conduits, sinking for boxes etc and making good shall be deemed to
be included in lump sum for building under Schedule ‘A’ Part-I.
1 Point wiring complete with 1.5 Sq mm, single core PVC insulated
PVC unsheathed multi-stranded copper conductor FRLS cable 1100
volts grade laid/drawn through & including rigid PVC conduit with
necessary conduit fittings/ accessories fixed concealed in
walls/ceiling by means of PVC sleeve/dash fastener with cadmium
plated iron screws all as per ISI including sunk type pressed steel
terminal boxes for mounting, fittings like switches, sockets, fan
regulator etc with 3 mm thick plastic laminated sheet top covers
concealed in walls etc including 1.5 Sq mm single core PVC insulated
but unsheathed multistranded copper conductor FRLS cable 1100
volts grade as continuous earth wire to common earth and
connecting to earth dolly complete all as specified & directed of
following :-
(a)  One light/fan/exhaust fan point controlled by one, one way switch. 509.10  273 138984.30
POINT
(b)  One 3 pin 5 Amp Socket outlet point controlled by 01 number, 1 way 509.10  26 13236.60
switch on independent board POINT
(c)  One bell/buzzer point controlled by one bell push on independent 509.10  2 1018.20
board. POINT
2 Point wiring complete with 4 Sq mm, single core PVC insulated PVC 990.00  19 18810.00
unsheathed multi stranded copper conductor FRLS cable 1100 volts POINT
grade drawn through in and including rigid PVC conduit pipe with
necessary conduit fittings /accessories fixed concealed in wall/ceiling
by means of PVC sleeve/dash fastener with cadmium plated iron
screws all as per ISI including sunk type pressed steel terminal boxes
with 3 mm thick plastic laminated sheet top covers concealed in walls
etc for 3 pin, 15 Amp socket outlet point on independent board
including 2.5 Sq mm single core PVC insulated but unsheathed
multistranded copper conductor FRLS cable as continuous earth wire
to common earth and connected to earth dolly complete all as
specified & directed.

3 Hanging/fixing only ceiling fan (any sweep) including fixing of fan  47.80  9 430.20


regulator and down rod and connecting up with and including 3 runs  EACH
of 1.5 Sq mm single core PVC insulated but unshethed, FRLS  JOB
multistrand copper conductors cables, from ceiling rose to fan 
complete all as specified & directed.
Note :- Ceiling Fan and down rod shall be measured and paid 
separately as supply only under respective item of Schedule of work 
(BOQ)    
4 Stepped type electronic fan regulator, 100 W, humfree,0-4 steps with  219.80  9 1978.20
ISI mark with IS-11037 and connecting up complete all as specified &  EACH
directed.  Regulator shall be of cat part No 675530 of Leagrand or 
equivalent model of make specified in Appendix `B' to Particular 
Specification.
Total amount carried over to collection of Schedule ‘A’ Part-III Rs 174457.50
Signature of contractor For Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SEREIAL PAGE NO : 17
SCHEDULE 'A' CONTD
PART -III ( INTERNAL ELECTRIFICATION)
1 2 3 4 5 6 7 8
5 Switch piano flush type 230/250 volts grade on top covers (catered in
point wiring above) mounted on MS box and concealed flush (MS box
included under point wiring) complete all as specified & directed. 

(a)  Single pole, one way, 5 Amp rating 34.30    299 10255.70


EACH
(b)   Single pole, one way, 15 Amp rating 86.50    19 1643.50
EACH
(c)  Bell Push,single pole 5 Amps rating 39.00    2 78.00
EACH
6 Ceiling rose, 3 terminals, surface type, bakelite 65x50mm, 230/250  22.80  273 6224.40
Volt complete all as specified & directed. EACH
7 Buzzer ding dong,suitable for 230/250 V, single pole, AC supply  82.30   2 164.60
complete all as specified & directed. EACH
8 Earthing complete with galvanised mild steel earth electrode plate 4700.00  14 65800.00
600 X 600 X 6 mm thick buried directly and vertically in ground EACH 
connected to galvanised earth lead wire 4 mm dia by means of bolts, SET
nuts, check nuts and washers of galvanised iron or steel all as shown
in electrical Plate No 3 of MES SSR Part-I connected to main switch
board or main control board all as specified and testing on completion
including provision of earth wire protected by galvanised iron 15 mm
bore medium grade pipe with all fittings from the earth electrode fixed
along pole with and including 25 x 6mm flat iron clamp, bolts, nuts
and washers and watering pipe shall be 20 mm bore GI medium
grade from top of the earth electrode to bottom of the earth pit
including all excavation and earth work in any type of soil and removal
of soil upto 50 metre, PCC pit with pre-cast RCC cover with handle,
charcoal/salt, funnel , CI frame etc complete all as specified &
directed.

NOTES :
(i)  The concrete pit shall be made in PCC 1:2:4 type B-O, using 12 
mm graded crushed stone aggregate 40mm thick precast cover slab  
of RCC (1:2:4),  type B-1,  using 20mm graded crushed stone 
aggregate with suitable MS handle in lieu of CI cover.
(ii)  Item includes the cost of 7.5 metre GI pipe for protection of earth 
wire. Any variation in length shall be adjusted through deviation order 
.
(iii) Items includes cost of 7.5 metre earth lead wire. Any variation in 
length shall be adjusted through deviation order.
(iv) Earth electrode shall be surrounded by adequate quantity of 
charcoal dust and salt to a packed thickness of 15cm on all sides.

9 Factory made, sheet steel distribution boards, double door type,


protection class ( IP-42) suitable for mounting MCB/RCBO's, DBs
confirming to IS-13032, IS-8623, BS-5484 with min 200 Amps rating
copper bus bar and of the undermentioned type :-
(a)  SP and N 12 Ways,240 V 1493.40  3 4480.20
EACH
(b)  SP and N 8 Ways ,240 V 1232.90  5 6164.50
EACH
(c)  TP and N 4 Ways,415 V 2564.90  3 7694.70
EACH
Note:-
(i) RCBO's shall be measured and paid for separately under 
respective item of this schedule 'A'.
(ii) MCB's shall be measured and paid for separately under respective 
item of schedule of work (BOQ)
Total amount carried over to collection of Schedule ‘A’ Part-III Rs 102505.60
Signature of contractor For Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SEREIAL PAGE NO : 18
SCHEDULE 'A' CONTD
PART -III ( INTERNAL ELECTRIFICATION)
1 2 3 4 5 6 7 8
10 Socket outlet multi purpose type, flush mounting type 230/250 volt  
interlocking and shuttered type with porcelain base , backelite caver 
flush in mild stell box concealed in walls suitable for conduit wire entry 
(MS box included under point wiring) complete all as specified & 
directed :-
(a)  5 pin, 5 Amps (with 2 pin outlet also) 51.50  26 1339.00
EACH
(b)  6 pin, 5 and 15 Amps (2 in 1) 95.20  19 1808.80
EACH
11 Fixing only Exhaust fan any sweep suitable for SP 230/250 V 50 Hz 64.60  9 581.40
AC supply complete with louver shutters including fixing/grouting of EACH 
frame in wall and cutting opening complete and connecting with and JOB
including 3 run 1.5 sq mm single core. PVC insulated but unseathered 
FRLS multistranded copper conductors cable from ceiling rose to fan
complete all as specified & directed. 
Note :-Exhaust fan and louver shall be measured and paid
separately as supply only under respective item of Schedule of work
(BOQ)
12 Sub main wiring with the under-mentioned runs of single core PVC
insulated but unsheathed FRLS cable of specified size with multi
stranded copper conductors, 1100 volts grade, drawn-through and
including suitable size stove enameled steel rigid conduit and fittings
/ accessories, concealed in wall and also including the specified runs
of specified size earth continuity conductor of similar type cable
complete all as specified & directed :-                                      

(a)  Two runs of 4 Sq mm size main cable and one run of 2.5 Sq mm size 157.00   80 12560.00
earth continuity conductor RUNNIN
G METRE

(b)   Two runs of 6 Sq mm size main cable and one run of 4 Sq mm size 213.00  350 74550.00
earth continuity conductor RUNNIN
G METRE

(c)  Two runs of 10 Sq mm size main cable and one run of 6 Sq mm size 319.00  50 15950.00
earth continuity conductor RUNNIN
G METRE

Note :- The above mentioned specified runs of single core cables and 
specified runs of earth continuity conductors and the relevant conduit 
with accessories shall be measured as one run/unit length.

13  RCBOs, 10 KA short circuit with stand capacity,  IS 12640 of the 
under mentioned type and rating and fixing in DB's (Catered 
separately in this schedule 'A') complete all as specified & directed

(a)  Four Pole 16 Amps, 30mA 2853.70 3 8561.10


EACH
(b)  Four Pole 25 to 32 Amps , 30mA 2963.30 4 11853.20
EACH
(c)  Four Pole 63 Amps , 30mA 3573.40  1 3573.40
EACH
Total amount carried over to collection of Schedule ‘A’ Part-III Rs 130776.90
COLLECTION OF SCHEDULE ‘A’ PART-III
(a) Total brought forward from Srl Page No 16 Rs. 174457.50
(b) Total brought forward from Srl Page No 17 Rs. 102505.60
(c) Total brought forward from Srl Page No  18 Rs. 130776.90
Total amount of Schedule ‘A’ Part-III carried over to schedule of works (BOQ) Rs. 407740.00
Signature of contractor For Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 19
SCHEDULE 'A' (CONTD)
PART -IV ( ROAD, PATH , CULVERT )

Drg No
S.N Description of items or works Unit Rate No. of Total in Rs Period of
o Rs. Ps. units completion
required on of

Remark
individual
items after
date of
handind
over the
site
1 2 3 4 5 6 7 8
Note :- (i) Earth work required for this schedule shall be measured and paid under respective items of Schedule 'A' Part
XV
1 PCC (1 :4 : 8), type D-2, using 40 mm graded crushed 2303.30 25.50 58734.15
stone aggregate as in foundations, filling, mass concrete CUBIC
complete complete all as specified&directed. METRE
2 Brick work using sub class 'B' burnt bricks (old size) straight 2180.50 8.40 18316.20
or curved on plan exceeding 6 metre mean radius built in CUBIC
cement and sand mortar (1:6) complete all as METRE
specified&directed.
3 Providing PCC (1:2:4) type B-1 using 20 mm graded 4144.40 0.30 1243.32
crushed stone aggregate as in lintel, cills, steps and similar CUBIC
items including weathering slightly rounded or chamfered METRE
angles and throating etc complete all as specified&directed.

4 Spreding and leavelling of 25mm thick sand layer as in 51.70 7.35 380.00
floor/ foundation including well ramming including watering CUBIC
complete all as specified & directed. METRE
5 100 mm thick PCC (1:4:8) type D-2 , using 40 mm graded 230.10 4070 936507.00
stone aggregate as in subbase to inner locking tiles SQUARE
complete all as specified&directed. METRE
6 Sand filling under below interlocking tiles 25-30 mm thick 678.20 102.00 69176.40
including watering and consolidation complete all as CUBIC
specified&directed. METRE
7 Machine pressed precast conctete interlocking paver 578.10 4070 2352867.00
block any shape and size confirming to IS 15658-2006 SQUARE
of 80 mm thickness M-40 Grade with grey cement and METRE
pigment complete all as specified&directed.

8 PCC 1:3:6 type C-2 using 40mm graded stone aggregate 328.20 58 19035.60
for 300 mm bore pipes including packing under and RUNNING
haunching against the sides of pipes after they are laid and METRE
tested complete all as specified&directed.
9 Reinforced cement concrete pipes, 300 mm bore class NP- 552.70 58.00 32056.60
2 laid and jointed in cement mortar, with and including RUNNING
collars etc complete all as specified&directed. METRE
10 Rendering 15 mm thick in cement and sand mortar (1:4) on 114.90 38 4366.20
fair faces of brick work or concrete surface of wall , surface SQUARE
finished even and fair complete all as specified&directed. METRE

11 Two coats of cement base painting over plastered surfaces 31.70 38 1204.60
including preparation of new surface complete all as SQUARE
specified&directed. METRE
12 Rolling and consolidation to required gradient and camber 8.00 396 3168.00
of formation surface (in cutting or filling) with power roller TEN
exceeding 8 tonne and not exceeding 12 tonne including SQUARE
filling in depressions which occur during rolling complete all METRES
as specified & directed.
Total amount carried over to collection of Schedule ‘A’ Part-lV Rs 3497055.07

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 20
SCHEDULE 'A' (CONTD)
PART -IV ( ROAD, PATH , CULVERT AND PARKING AREA)
1 2 3 4 5 6 7 8
13 M&L 200mm thick Soling (spread thickness) (in two layers 1655.00 396 655380.00
of 100mm thick spread thickness and each layer to be TEN
rolled and consolidated seperately) with crushed or broker SQUARE
stones of grading 63mm to 90mm inter stices filled, surface METRES
formed and rolled and consolidated to required gradient and
camber complete all as specified & directed.

14 150 mm thick ( compacted thickness) (in two layers of 1519.00 396 601524.00
75mm thick spread thickness and each layer to be rolled TEN
and consolidated seperately) WBM with coarse stone SQUARE
aggregate of sand stone, flint or quartzite of grading 2 (63 METRES
mm to 40 mm size) spread ,rolled and consolidated to
required gradient and camber complete all as specified &
directed.
15 M&L Preparing un-surfaced WBM surfaces by brushing with 109.20 396 43243.20
wire brushes for removing caked mud etc. sweeping TEN
with brooms and finally fanning the cleaned surface with SQUARE
gunny bags to remove all loose dirt etc. METRES
16 M&L Applying evenly a priming/tack coat of paving bitumen 429.50 396 170082.00
VG 10 with bituminous primer at 10 kg per 10 sq metre TEN
SQUARE
METRES
17 M&L Bituminous premix asphaltic dense concrete with 2361.40 489 1154724.60
paving bitumen of grade VG 10 ,40mm consolidated TEN
thickness with 5.5% binder content by weight of total mix, SQUARE
rolled and compacted to required camber and gradient METRES
complete
18 M&L Preparing black top surfaces by brushing with wire 65.50 93 6091.50
brushes for removing caked mud etc. sweeping with TEN
brooms and finally fanning the cleaned surface with gunny SQUARE
bags to remove all loose dirt etc. METRES
19 M&L Applying evenly a priming/tack coat of paving bitumen 214.75 93 19971.75
VG 10 with bituminous primer at 5 TEN
kg per 10 sq metre SQUARE
METRES
20 Providing pre-cast cement concrete (1:2:4) type B-1 using 4820.00 36.00 173520.00
20 mm graded crushed stone aggregateas in window and CUBIC
door sill, lintels, steps quoin block coping kneelers, apex METRE
stone aggregate and setting to match the cement mortar
(1:6) complete all as specified&directed.
21 Stone kerb of roughly squared stones of size 7.5cm x 30cm, 95.75 900 86175.00
all surfaces hammer dressed so that the maximum RUNNING
depression from a straight edge held against the dressed METRES
surface shall not exceed 20mm jointed in cement mortar 1:6
and struck flush

Total amount carried over to collection of schedule 'A' Part IV Rs 2910712.05

COLLECTION OF SCHEDULE ‘A’ PART-IV


(a) Total brought forward from Srl Page No 19 Rs. 3497055.07
(b) Total brought forward from Srl Page No 20 Rs. 2910712.05
Total amount of Schedule ‘A’ Part-IV carried over to schedule of works (BOQ) Rs. 6407767.12

Signature of contractor For Accepting Officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 21
SCHEDULE 'A' (CONTD)
PART -V ( SEWAGE DISPOSAL)

Drg No
S. Description of items or works Unit Rate No. of Total in Rs Period of
No Rs. Ps. units completion
required on of
individual

Remark
items after
date of
handind
over the
site
1 2 3 4 5 6 7 8
Note :- Earth work required for this schedule shall be measured and paid separately under respective item of Schedule
'A' Part XV.
1 PCC (1:4:8), type D-2, using 40 mm graded crushed stone 2303.30 5.00 11516.50
aggregate in foundation filling and mass concrete complete CUBIC METRE
all as specified&directed.
2 Brick work using sub class 'B' burnt bricks (old size) straight 2351.90 28.00 65853.20
or curved on plan exceeding 6 metre mean radius built in CUBIC METRE
cement and sand mortar (1:4) complete all as
specified&directed.
3 Providing PCC (1:2:4) type B-1 using 20 mm graded 4144.40 3.80 15748.72
crushed stone aggregate as benching to manholes in lintel CUBIC METRE
upto 1.5m clear span , cill, steps seismic and other similar
band plinth courses string courses lacing course parapets
and railings upto 60cm in height copings keelers apex
stones, bed plates and the like including weathering slightly
rounded or chamfered angles and throating etc complete all
as specified&directed.
4 Reinforced cement concrete M-25 (design mix) using 20 3770.00 2.70 10179.00
mm graded crushed stone aggregate as in slab supported CUBIC METRE
on walls, beams and columns in floors,
roofs, landings, balconies, canopies, deck slabs and in
shelves and the like etc complete all as specified &
directed.
Note:- Formwork and reinforcement shall be measured
and paid for separately under respective item of this
schedule "A" .
5 Form work for flat fair finished surfaces of concrete to soffits 236.50 8.00 1892.00
of suspended slabs landings and similar works not SQURE
exceeding 200 mm thick complete all as specified&directed. METRE

6 Form work for fair finished surfaces of concrete to edges of 44.00 110.00 4840.00
concrete flats and sides of slab, and similar work exceeding RUNNING
10 cm but not exceeding 20 cm wide complete all as METRE
specified&directed.
7 Providing precast cement concrete (1:2:4) type B-1 using 20 4817.60 0.70 3372.32
mm graded stone aggregate as in landings, cover slabs (for CUBIC METRE
man holes etc.) chullah hoods, chajjas, water troughs,
mangers, shelves and similar articles with plain faces set in
cement mortar 1:4 complete all as specified&directed.

8 Mild steel TMT bars 8 mm dia, cut to length bent to shape 49.10 274 13453.40
required including cranking, bending spirally for hooping for KILOGRAM
columns, hooking, ends and binding with and including mild
steel wire (annealed) not less than 0.9 mm dia complete all
as specified&directed.
Total amount carried over to collection of Schedule ‘A’ Part-V Rs 126855.14

Signature of contractor For Accepting officer


CA NO : CEJZ/HSR-04 OF 2016-2017 SERIAL PAGE NO : 22
SCHEDULE 'A' (CONTD)
PART -V ( SEWAGE DISPOSAL)
1 2 3 4 5 6 7 8
9 Framed work such as grills, gratings,rungs etc with ends of 87.10 88.00 7664.80
bars shouldered and/or riveted, or forged into spikes; KILOGRAM
framed guard bars; barred iron doors; ladders; framed
balusters; walk ways; railings; framework of water tanks and
similar work conforming to Fe.290.Gde-E-165 complete all
as specified&directed.
10 Mild steel work for bands, rungs, handle, straps, support to 91.90 191.00 17552.90
stays for rain water pipes incl bolts if required, hook (stay), KILOGRAM
heavy for large gates, hook and pintle hinges, large haps
and staples, chains, hand made sliding bolts , clamps, etc
conforming to Fe 290 Gde E-165 including bituminious
painting two coat over a coat of red oxide zinc chrome
primer complete all as specified&directed.
11 Rendering 10mm thick on fair faces of brick work or 103.60 147.00 15229.20
concrete surfaces finish even and smooth without using SQUARE
extra cement in cement and sand mortar (1:4) using WPC METRE
@ 3% by weight of cement or all as per manufacturers
instructions complete all as specified&directed.

12 Supply only integral water proofing compound complete all 35.30 30.00 1059.00
as specified&directed. KILOGRAM
13 Extra for forming fair finished drain or channel 30 cm inner 14.90 23.00 342.70
girth in cement concrete ,using extra cement including RUNNING
forms, moulds, mitred/stopped ends etc complete all as METRE
specified&directed. (Inner girth only to be measured for
payment).
14 Add or deduct from ser item 13 above for each 25 mm 1.90 _ _
girth or part there of over or under 30 cm complete all as RUNNING
specified&directed. METRE
Note :- This item is only for adjustment of rates.
15 Plain cement concrete (1:4:8) type D2 (using 40 mm graded 177.20 262.00 46426.40
crushed stone aggregates) as in bed to drain pipes RUNNING
including packing under, and haunching against the sides METRE
of pipe after they are laid and tested for 150 mm bore pipe
complete all as specified&directed.
16 Reinforced concrete 150 mm bore pipe, class NP2, laid in 283.30 270.00 76491.00
trenches on concrete bed and jointed, complete all as RUNNING
specified&directed. METRE

17 Two coats of synthetic enamel paint over a coat of red oxide 62.20 14.00 870.80
zinc chrome on steel surface of any description, n.exc 10cm TEN RUNNING
in width or girth not other wise described including METRE
preparation of surfaces etc complete all as
specified&directed.

Total amount carried over to collection of Schedule ‘A’ Part-V Rs 165636.80


COLLECTION OF SCHEDULE ‘A’ PART-V
(a) Total brought forward from Srl Page No 21 Rs. 126855.14
(b) Total brought forward from Srl Page No 22 Rs. 165636.80
Total amount of Schedule ‘A’ Part-V carried over to schedule of works (BOQ) Rs. 292491.94

Signature of contractor For Accepting Officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 23
SCHEDULE 'A' (CONTD)
PART -VI ( AREA DRAINAGE)

Drg No
S.N Description of items or works Unit Rate No. of Total in Rs Period of
o Rs. Ps. units completion on of

Remark
required individual items
after date of
handind over the
site
1 2 3 4 5 6 7 8
Note : Earth work required for this schedule shall be measured and paid separately respective item of Schedule 'A' Part XV.

1 Cement concrete (1:3:6) type C-2 using 40 mm 2648.80 74 196011.20


graded crushed stone aggregate in foundation CUBIC
surface channels and drains complete all as METRE
specified & directed.
2 Brick work with sub class 'B' bricks old size bricks 280.00 1548 433440.00
straight or curved on plan to any radius in half brick SQUARE
thick walls built in cement and sand mortar (1:4) METRE
complete all as specified&directed.
3 Hardcore with broken stone or boulders of gauge n 895.10 31 27748.10
exc. 63 mm, deposited, spread and levelled in layers CUBIC
n exc. 15 cm thick, watered and rammed to a true METRE
surface
4 Mild steel TMT bars 10mm dia and over, cut to 48.60 1344 65318.40
length, bent to shape required, including cranking, KILOGRAM
bending spirally for hooping for columns, hooking
ends and binding with and including mild steel wire
(annealed) not less than 0.9mm dia or securing with
clips complete all as specified&directed.
5 Providing precast cement concrete (1:2:4) type B-1 4817.60 9 43358.40
using 20 mm graded stone aggregate as in landings, CUBIC
cover slabs (for man holes etc.) and similar articles METRE
including weatherings, slightly rounded for
chamfered angles and throating etc set in cement
mortar 1:4 complete all as specified&directed.
Note:- Reinforcement shall be measured and paid
for separately under respective item of this schedule
"A"

Total amount of Schedule ‘A’ Part-VI carried over to schedule of works Rs 765876.10
(BOQ)

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 24
SCHEDULE 'A' (CONTD)
PART-VII ( COMPOUND WALL AND STEEL GATE)

Drg No
S.N Description of items or works Unit Rate No. of Total in Rs Period of
o Rs. Ps. units completio
required n on of
individual

Remark
items after
date of
handind
over the
site

1 2 3 4 5 6 7 8
Note : Earth work required for this schedule (except item 14) shall be measured and paid separately under respective
item of Schedule 'A' Part XV.
1 PCC (1:4:8), type D-2, using 40 mm graded crushed stone 2303.30 25.5 58734.15
aggregate as in foundation filling and mass concrete complete all CUBIC
as specified&directed. METRE
2 Brick work with sub class 'B' burnt bricks straight or curved 2180.50 8.4 18316.20
exceedind 6 m mean radius, built in cement and sand mortar CUBIC
(1:6) complete all as specified&directed. METRE
3 Providing PCC (1:2:4) type B-1 using 20 mm graded crushed 4144.40 0.30 1243.32
stone aggregate as in lintel , cill, steps and other similar items CUBIC
including weathering slightly rounded or chamfered angles and METRE
throating etc complete all as specified&directed.
4 Reinforced cement concrete M-25 (20mm graded stone 3482.20 68.0 236789.60
aggregate) design mix in foundations, including rafts, footings, CUBIC
foundation beams; plinth beams; bases for columns, etc.; METRE
basement slabs, under-reamed piles and mass concrete
5 Reinforced cement concrete M-25 (20mm graded stone 4159.00 77.0 320243.00
aggregate) design mix in Columns, pillars, piers, CUBIC
posts and struts METRE
6 Formwork to sides of concrete foundations, footings, bases of 134.20 221 29658.20
columns, raft and raft beams, sides and soffits (if any) of SQUARE
foundation and plinth beams; and similar work; vertical or to METRE
batter for flat rough finished surfaces of concrete
7 Reinforced cement concrete M-25 (20mm graded stone 4004.10 0.4 1601.64
aggregate) design mix in Beams, cantilevers, bressummers, CUBIC
lintels over 1.5m span METRE
8 Formwork to sides of pillars, posts, struts, piers, columns and 241.10 996 240135.60
stanchions for Square rectangular or polygonal rough finished SQUARE
surfaces of concrete METRE
9 Formwork to sides and soffits of floor or roof beams, beam 203.70 4 814.80
haunchings, girders, bressummers, lintels, cantilevers, shelves SQUARE
including supports, overhangs, etc. also splays between floors METRE
and beams, etc.for flat rough finished surfaces of concrete
10 Mild steel TMT bars 10mm dia and over, cut to length, bent to 48.60 8393 407899.80
shape required, including cranking, bending spirally for hooping KILOGRAM
for columns, hooking ends and binding with and including mild
steel wire (annealed) not less than 0.9mm dia or securing with
clips complete all as specified&directed.
11 Mild steel TMT bars 5mm dia and over upto and including 10mm 49.70 2682 133295.40
dia in stirrups, spacers and binders and binding with including KILOGRAM
mild steel wire (annealed) not less than 0.9 mm dia or securing
with clips complete all as specified & directed.
Total amount carried over to collection of Schedule ‘A’ Part- VII Rs 1448731.71

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 25
SCHEDULE 'A' (CONTD)
PART-VII ( COMPOUND WALL AND STEEL GATE)
1 2 3 4 5 6 7 8
12 Rolled mild steel framed work as in doors or gates of angle or 58.00 1840 106720.00
other section with gusset plates, rails, braces, etc., complete, KILOGRAM
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 of grade Fe-290 Gde E-165 complete

13 All as per item no 12 above but in ornamental and intricate 99.70 120 11964.00
design. KILOGRAM

14 Framed work as in doors or gates of angle or other section 58.00 105 6090.00
with gusset plates, rails, braces, etc., complete, drilled for KILOGRAM
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 complete all as
specified&directed.
15 Providing precast cement concrete louvres and jallies, 25mm 324.90 407 132234.30
thick (measured solid) in cement concrete 1:2:4 type B-0 using SQUARE
12.5mm graded aggregate , including all mouldings but excluding METRE
frames and set in cement mortar 1:4
16 Providing precast cement concrete (1:2:4) type B-1 using 20 mm 4817.60 7.50 36132.00
graded stone aggregate as in window or door , cill, steps and CUBIC
other similar items including weathering slightly rounded or METRE
chamfered angles and throating etc complete all as
specified&directed.
17 M&L 15 mm thick cement plaster in cement and sand mortar 110.20 2376 261835.20
(1:6) on fair faces of brick or concrete wall surfaces finished SQUARE
even and smooth without using extra cement complete all as METRE
specified&directed.
18 M&L 5 mm thick cement plaster in cement and sand mortar (1:3) 115.60 487 56297.20
on fair faces of brick or concrete wall surfaces finished even and SQUARE
smooth without using extra cement complete all as METRE
specified&directed.
19 Granite (of any type) work (table rubbed and polished) for wall 2608.90 62 161751.80
lining (veneering to wall) 12mm thick in cement mortar (1:3) and SQUARE
pointing with white cement (1:2) using marble dust with admixture METRE
of pigment to match with shade of granite.
20 Preparation of newly plastered surfaces of walls and applying two 31.70 3470 109999.00
coats of cement base paint ,white or tinted complete all as SQUARE
specified&directed. METRE
21 PVC (SWR) pipes of 110mm bore single socketed, in any length 232.50 58 13485.00
with rubber ring joints, laid in trenches or in floorscomplete all as RM
specified&directed.
22 Applying two coats of synthetic enamel paint on steel & iron 58.20 48 2793.60
surfaces of any description, over 10cm in width or girth, including SQUARE
preparation of new or previously untreated surfaces and priming METRE
with one coat of red oxide, zinc chrome primer complete all as
specified & directed.
Total amount carried over to collection of Schedule ‘A’ Part- VII Rs. 899302.10
COLLECTION OF SCHEDULE 'A' PART- VII
(a) Total brought forward from Srl Page No 24 Rs 1448731.71
(b) Total brought forwad from srl Page No 25 Rs 899302.10
Total amount of Schedule ‘A’ Part-VII carried over to schedule of works (BOQ) Rs. 2348033.81

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 26
SCHEDULE 'A' (CONTD)
PART -VIII ( EXTERNAL WATER SUPPLY )

Drg No
S. Description of items or works Unit Rate No. of Total in Rs Period of
No Rs. Ps. units completio
required n on of
individual

Remark
items
after date
of
handind
over the
site
1 2 3 4 5 6 7 8
Note : Earth work required for this schedule (except item 04) shall be measured and paid separately under respective
item of Schedule 'A' Part XV.
1 Material and laying in tranches ,along with wall,floor etc of steel
water tubes,medium grade ISI marked ,galvanised with all
fittings complete all as specified and directed of Eng-in-Charge
of the following sizes:-
(a) 100 mm bore dia 798.50 100 79850.00
RUNNING
METRE
(b) 50 mm bore dia 415.90 50 20795.00
RUNNING
METRE
(c) 25 mm bore dia 214.90 150 32235.00
RUNNING
METRE
2 S&F Stop valves, cast copper alloy, screwed down, high
pressure, with crutch or butterfly handle, screwed both ends for
iron pipe or for unions complete all as specified and directed of
the following sizes:-
(a) 25 mm bore dia 301.00 4 1204.00
EACH
(b) 50 mm bore dia 476.80 2 953.60
EACH
3 Sluice valves of 100 mm bore dia, class 1.6 PN, cast iron body 11601.00 1 11601.00
with forged brass spindle, non rising complete type, and cast EACH
iron wheel head, both ends flanged, IS-14846 marked,
complete with neoprene rubber gasket joint and nuts, bolts
(high tensile), washers etc, complete all as specified and
directed.
Total amount carried over to collection of Schedule ‘A’ Part- VIII Rs 146638.60

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 27
SCHEDULE 'A' (CONTD)
PART -VIII ( EXTERNAL WATER SUPPLY)
1 2 3 4 5 6 7 8
4 Earthing complete with galvanised mild steel earth plate 6200.00 16 99200.00
electrode 600X600X6 mm thick buried directly in ground EACH SET
vertically (earth pit not less than 2.25 m deep below normal
ground level) with the top edge of the earth plate electrode at a
depth not less than 1.5m below normal ground level and
including GI earth strip 25 x 4 mm bolted (with GI nuts, bolts &
check nuts) and riveted to earth plate electrode at one end and
connected to metallic bodies of HT/LT equipments etc at the
other end, earth strip encased in and including 40 mm bore GI
medium grade pipe with all fittings from top of earth plate
electrode to body of equipment fixed with and including 25x
6mm flat iron clamps, bolts, nuts and washers and including
providing watering pipe 20mm bore GI pipe medium grade from
Bottom of concrete pit to top of earth plate electrode complete
all as specified and shown in electrical plate No 3 of MES SSR
Part-I. The scope of work includes necessary excavation and
earth work in any type of soil, removal of soil upto 50 metre,
PCC pit with precast RCC cover, charcoal/salt, funnel, CI frame
etc complete all as specified and directed.

NOTES :-
(i)The concrete pit shall be made in PCC 1:3:6 type C-1, using
12.5mm graded crushed stone aggregate 40mm thick precast
cover slab of RCC (1:2:4), type B-1, using 20mm graded
crushed stone aggregate with suitable MS handle in lieu of CI
cover shown in electrical plate No 3 of MES SSR Part-I shall be
provided. Reinforcement in RCC cover shall be of 8mm dia
TMT bars laid @150mm c/c both ways.
(ii) Item includes the cost of 7.5 metre GI pipe for protection of
earth strip. Any variation in length shall be adjusted through
deviation order.
(iii) Item includes cost of 7.5 metre earth strips. Any variation
in length shall be adjusted through deviation order.
(iv) Earth plate electrode shall be surrounded by adequate
quantity of charcoal dust and salt to a packed thickness of 15
cm on all sides.
5 Material and labour for river washed and screened, dry sand for 678.20 11 7460.20
filling in trenches below and around underground cables for CUBIC
cushioning and covering of cables complete all as specified and METRE
directed.
6 Supply, Laying, jointing, testing and commissioning only LT 231.00 100 23100.00
underground cables, 1100 volts grade cable of 35 Sqm, 3.5 RUNNING
core, XLPE insulated and PVC sheathed, heavy duty armoured, METRE
with multistranded aluminium conductors,laid in trenches /
ducts / fixed on poles / walls / laid under roads / paths / drain /
culverts or encased in GI pipe complete all as specified and
directed.
7 Material and labour for 50 mm bore GI Pipe , light grade ,ISI 390.00 5 1950.00
marked confirming to IS-1239,with fittings laid in floor / fixed RUNNING
along with poles/walls /Road crossing/floor crossing for cable METRE
protection ,all as ordered complete all as specified and directed.

Total amount carried over to collection of Schedule ‘A’ Part- VIII Rs 131710.20

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 28
SCHEDULE 'A' (CONTD)
PART -VIII ( EXTERNAL WATER SUPPLY)
1 2 3 4 5 6 7 8
8 Supplying, laying, fixing, testing and commissioning non return 7772.00 1 7772.00
Sluice valve cast iron body flanged end and drilled horizontal EACH
heavy duty of 100 mm dia with matching flanges including all
necessary washer, nuts bolts, gaskets etc .confirming IS-5312
PN 1.6 complete all as specified and directed.

9 Bends (any type, radius and angle) tapers any type, (straight, 43.00 80 3440.00
bend, increasing, decreasing or double socket etc.) Tee pieces KG
single branch. "Y" junction, double branch, cross (all sockets or
socket and spigot) collars, caps and plugs Up to 150 mm bore.

10 Run lead joint for 150 mm bore for spigot and socketed cast 510.30 5 2551.50
iron pipe and fittings including material like lead, spun yarn, EACH
caulking etc complete all as specified and directed.
11 M&L for cement concrete (1:2:4) type B-2 using 40 mm graded 3062.50 1.00 3062.50
mechanicaly crushed stone aggregate in foundations, CUBIC
filling and mass concrete complete all as specified and directed. METRE

12 M&L for cement concrete (1:3:6) type C-1 using 20 mm graded 2630.00 1.00 2630.00
mechanicaly crushed stone aggregate in foundations, CUBIC
filling and mass concrete complete all as specified and directed. METRE

13 Supply and Laying rubber gasket joint for 100mm dia complete 70.00 40 2800.00
all as specified and directed. EACH
Total amount carried over to collection of Schedule ‘A’ Part- VIII Rs 22256.00
COLLECTION OF SCHEDULE 'A' PART- VIII
(a) Total brought forward from Srl Page No 26 Rs146638.60
(b) Total brought forward from Srl Page No 27 Rs131710.20
(c) Total brought forward from Srl Page No 28 Rs22256.00
Total amount of Schedule ‘A’ Part-VIII carried over to schedule of works (BOQ) Rs. 300604.80

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW­14 OF 2016­2017 SERIAL PAGE NO: 29
SCHEDULE 'A' (CONTD)
PART-IX ( EXTERNAL ELECTRIFICATION)

Drg No
S.N Description of items or works Unit Rate No. of Total in Rs Period of
o Rs. Ps. units completion
required on of
individual

Remark
items after
date of
handind
over the
site

1 2 3 4 5 6 7 8
Note : Earth work required for this schedule (except item 08) shall be measured and paid separately under
respective item of Schedule 'A' Part XV.
1 Supply, installing, testing and commissioning Indoor type 559013 1 559013.00
step down transformer, 11 KV/433 Volts (at no load) AC, EACH JOB
3 phase, 50 Hz, 400 KVA capacity, core type, copper
wound, oil immersed, naturally cooled, Oil Natural­Air
Natural (ON AN), with external cooling tubes, delta
connected on primary side (HV) and star connected on
secondary side (LV) in accordance with vector group ­
DYn­11 with neutral brought out on secondary side (LV
side) and having tapings at + 2.5% & + 7.5% on HV side
to be changed by means of hand operated off load tap
changer gear. The maximum temperature rise should not
exceed 45 degree Celsius in oil and 55 degree Celsius in
HV/LV winding when measured by resistance method
after continuous full load run on an ambient temp of 40
degree Celsius. The transformer shall be conforming IS­
2026 marked and shall comprise of the following:­

(a) One cable box on HT side (primary) consisting of 3 numbers porcelain bushing with
copper rods, complete with nuts and washers, with 2 number cable glands suitable for
reception / taking out of ,XLPE, heavy duty, armoured HT cables including, gland, joint
and jointing materials complete.
(b) One cable box on LT side (Secondary side) consisting of four nos porcelain bushing
with copper rods, complete with nuts and washers, with 2 Nos cable glands suitable for
reception / taking out of PVC/XLPE insulated, heavy duty, armoured cables including
gland, joint and jointing materials complete.
(c) Oil conservator with filter type drain valve and oil level guage.
(d) De­hydrating breather with first fill of dehydrating agent (silica gel).
(e) Explosive vent
(f) Thermometer pocket on tank cover
(g) One no 100mm dia , dial type thermometer , vapour pressure type heving range 0­
120 degree celsiusn with metal guard having maximum perimeter reading temparature
indicator with resisting device for transformer.
(h) Two earthing terminals on tank cover to facilitate fixing of 32 x 6 mm galvanised iron
earth strip for earthing of natural&body.
(j) Rating plate and terminal marking plate.
(k) Oil level gauge
(l) Oil drain filter valve
(m) Lifting lugs
(n) Oil filling hole with cap / plug with connection plate complete
(o) Air release valve plug
(p) Four plain solid cast steel detachable rollers.
(q) Extra bushing for neutral, outside the LT cable box for providing independent set of
earthing for neutral.

Total amount carried over to collection of Schedule ‘A’ Part­ IX Rs 559013.00

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW­14 OF 2016­2017 SERIAL PAGE NO : 30
SCHEDULE 'A' (CONTD)
PART-IX ( EXTERNAL ELECTRIFICATION)
1 2 3 4 5 6 7 8
(r) First fill of new and unused transformer oil, IS­335/93(fourth revision) marked filtered
& tested upto 40 KV dielectric strength at 2.5 mm air gap between testing electrodes.
(s) One danger notice board having conventional danger sign of skull with bones in
painted in red colour.
NOTE:-
(i) Certification of electric strength shall be submitted by the contractor, after filling the oil.
(ii) Pole and connected supporting members shall be measured and paid separately
under respective items of this schedule.

2 Supply and laying cable XLPE insulated, screened, PVC 1045.00 200 209000.00
bedded, galvanised steel strip or wire armoured, electric RM
power cables (heavyduty) with aluminium conductor,
11000 volts, grade cross sectional area 120 sq. mm 3
core complete.
3 Supply and fixing Cable jointing kit for 11 KV (Earthed) 18396.00 4 73584.00
grade cable for outdoor termination cold shrink type joint EACH
complete with jointing material and accessories suitable
for 3 core XLPE armoured aluminium conductor cable of
size 120 sqmm to 185 sqmm
4 Supply,Laying,jointing, testing and commissioning of LT
undergound cable,1100 volts grade, XLPE insulated and
PVC sheathed, armoured, heavy duty electric cable with
multistranded aluminium conductors IS­7098 , laid in
trenches / fixed on wall / floor/road/culverts/pole or
encased in GI pipe complete all as specified and directed.
Cables of the following sizes :­

(a) 3.5 core 300 sqmm 1400.00 100 140000.00


RUNNING
METRE
(b) 3.5 core 50 sqmm 305.00 60 18300.00
RUNNING
METRE
(c) 4 core 25 sqmm 207.00 150 31050.00
RUNNING
METRE
(d) 4 core 16 sqmm 160.00 60 9600.00
RUNNING
METRE
(e) 2 core 10 sqmm 104.00 500 52000.00
RUNNING
METRE
5 M&L for swich air break, gang operated triple pole 6648.00 2 13296.00
machanically operated mounted on HT insulators (12 EACH SET
insulator type) horizontal/vertical type and MS galvanized
steel frame with operating mechanism worked from
ground level,including operating rod of size 32 mm dia GI
medium grade for current rating upto 200 Amps 11000
volts complete with locking arrangement, MS
clamps,bolts,nuts and washers etc including two coat of
aluminium paint over a coat of red oxide primer on MS
work complete all as specified and directed.(The unit rate
also including for jumpers, copper thimbles,connections
etc).
Total amount carried over to collection of Schedule ‘A’ Part­ IX Rs 546830.00

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW­14 OF 2016­2017 SERIAL PAGE NO : 31
SCHEDULE 'A' (CONTD)
PART-IX ( EXTERNAL ELECTRIFICATION)
1 2 3 4 5 6 7 8
6 Supply and fixing drop out expulsion single pole fuses 1009.00 2 2018.00
11000 volts, above 50 & upto 100 amps rating all as EACH
specified and directed by Eng­in­charge.
7 Lightning arresters expulsion type complete with all 4613.00 2 9226.00
fittings, transmission class, discharge capacity 65 kilo amp Per Set
11000 volts.
8 Earthing complete with galvanised mild steel earth plate 6200.00 16 99200.00
electrode 600X600X6 mm thick buried directly in ground EACH SET
vertically (earth pit not less than 2.25 m deep below
normal ground level) with the top edge of the earth plate
electrode at a depth not less than 1.5m below normal
ground level and including GI earth strip 25 x 4 mm bolted
(with GI nuts, bolts & check nuts) and riveted to earth
plate electrode at one end and connected to metallic
bodies of HT/LT equipments etc at the other end, earth
strip encased in and including 40 mm bore GI medium
grade pipe with all fittings from top of earth plate electrode
to body of equipment fixed with and including 25x 6mm flat
iron clamps, bolts, nuts and washers and including
providing watering pipe 20mm bore GI pipe medium grade
from Bottom of concrete pit to top of earth plate electrode
complete all as specified and shown in electrical plate No
3 of MES SSR Part­I. The scope of work includes
necessary excavation and earth work in any type of soil,
removal of soil upto 50 metre, PCC pit with precast RCC
cover, charcoal/salt, funnel, CI frame etc complete all as
specified and directed.

NOTES :-
(i)The concrete pit shall be made in PCC 1:3:6 type C­1,
using 12.5mm graded crushed stone aggregate 40mm
thick precast cover slab of RCC (1:2:4), type B­1, using
20mm graded crushed stone aggregate with suitable MS
handle in lieu of CI cover shown in electrical plate No 3 of
MES SSR Part­I shall be provided. Reinforcement in
RCC cover shall be of 8mm dia TMT bars laid @150mm
c/c both ways.
(ii) Item includes the cost of 7.5 metre GI pipe for
protection of earth strip. Any variation in length shall be
adjusted through deviation order.
(iii) Item includes cost of 7.5 metre earth strips. Any
variation in length shall be adjusted through deviation
order.
(iv) Earth plate electrode shall be surrounded by
adequate quantity of charcoal dust and salt to a packed
thickness of 15 cm on all sides.

9 Danger notice plate of 1.6mm thick mild steel sheet, 108.00 2 216.00
vitreous enamelled white, with letters, figures and EACH
conventional skull and bones in signal red colour and fixed
with M.S. clamps, bolts and nuts of approved size, for HT,
25x20cm size

10 M & L for prestressed concrete pole, 11.0 metres long, 5437.00 2.00 10874.00
152mm x 152mm at top and 152mm x 260mm at bottom, EACH
class 9 complete all as specified and directed.
Total amount carried over to collection of Schedule ‘A’ Part­ IX Rs 121534.00

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW­14 OF 2016­2017 SERIAL PAGE NO : 32
SCHEDULE 'A' (CONTD)
PART-IX ( EXTERNAL ELECTRIFICATION)
1 2 3 4 5 6 7 8
11 Supplying, transporting to site, erecting, and fixing in 7891.70 20 157834.00
position, steel tubular swaged poles complete with cast EACH
iron base plate, finial taper plug, bolts, nuts & screws as JOB
specified type 410 SP­31(9.0 mtr long) complete all as
specified and directed.
12 Material and labour for 80 mm bore GI Pipe , light grade 536.50 15 8047.50
,ISI marked confirming to IS­1239,with fittings laid in floor / RUNNING
fixed along with poles/walls /Road crossing/floor crossing METRE
for cable protection ,all as ordered complete all as
specified and directed.

13 Material and labour for river washed and screened, dry 678.20 100 67820.00
sand for filling in trenches below and around underground CUBIC
cables for cushioning and covering of cables complete all METRE
as specified and directed.
Note­ For the purpose of payment only punned thickness
shall be measured.
14 Material and labour for GI Pipe , light grade ,ISI marked
confirming to IS­1239,with fittings laid in floor / fixed along
with poles/walls /Road crossing/floor crossing for cable
protection ,all as ordered complete all as specified and
directed.For following sizes:­
(a) 100 mm bore 733.80 20 14676.00
RUNNING
METRE
(b) 50 mm bore 390.00 100 39000.00
RUNNING
METRE
15 M&L for Cross arms, bracings, supports, clamps and back 8584 .00 1.5 12876.00
plates fabricated from structural steel sections including QUINTAL
nuts, bolts, washers, welding, bending (cold or hot),
drilling holes for bolts, bent to any shape or size as
indicated or directed and inclusive of one primer coat of
red oxide zinc chrome, one under coat and one finishing
coat of aluminium paint complete all as specified and
directed.
16 Aluminium conductor steel rainforced (ACSR) ISI 19168.00 0.3 5750.40
MARKED straining properly on insulators on HT/LT poles QUINTAL
and winding wire 14 SWG , conectors, jumpers etc
complete of size 6/1x2.11 mm (squirrel)
Total amount carried over to collection of Schedule ‘A’ Part­ IX Rs 306003.90
COLLECTION OF SCHEDULE ‘A’ PART- IX
(a) Total brought forward from Srl Page No 29 Rs. 559013.00
(b) Total brought forward from Srl Page No 30 Rs. 546830.00
(c) Total brought forward from Srl Page No 31 Rs. 121534.00
(d) Total brought forward from Srl Page No 32 Rs. 306003.90
Total amount of Schedule ‘A’ Part­IX carried over to schedule of works
(BOQ) Rs. 1533380.90

Signature of Contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 33
SCHEDULE 'A' (CONTD)
PART -X ( LIGHTNING PROTECTION)

Drg No
S. Description of items or works Unit Rate No. of Total in Rs Period of
No Rs. Ps. units completion
required on of

Remark
individual
items after
date of
handind
over the
site
1 2 3 4 5 6 7 8
Note :- Earth work required for this schedule (except item 7) shall be measured and paid under respective item of
Schedule 'A' Part XV.
1 M&L for Aluminium strip 25mm X3.15mm complete with 55.00 600 33000.00
saddles and fixing screws etc for roof conductors and down RUNNING
conductors above ground all as specified and directed by the METRE
engineer in charge.
2 M&L for Air termination single pointed Aluminium rod, 12 136.80 36 4924.80
mm dia, 300mm long all as specified and directed by the EACH
engineer in charge.
6 M&L for GI strip 32mm X 6mm buried in ground (beyond 7.5 132.10 320 42272.00
metre length catered in item 7 herein after) complete all as RUNNING
specified and directed. METRE
7 M&L for Earthing complete with galvanised mild steel earth 7700 EACH 8 61600.00
plate electrode 600X600X6mm thick buried directly in SET
ground vertically (earth pit not less than 2.25 m deep below
normal ground level) with the top edge of the earth plate
electrode at a depth not less than 1.5m below normal ground
level and including GI earth strip 32 x 6 mm bolted (with GI
nuts, bolts & check nuts) and riveted to earth plate electrode
at one end and connected to down conductor at the other
end, and including providing watering pipe 20mm bore GI
pipe medium grade from complete all as specified and
shown in electrical plate No 3 of MES SSR Part-I. The
scope of work includes necessary excavation and earth
work in any type of soil, removal of soil as directed, PCC pit
with precast RCC cover, charcoal/salt, funnel, CI frame etc
complete as directed by Engineer-in-Charge.

NOTES :-
(i)The concrete pit shall be made in PCC 1:3:6 type C-1,
using 12.5mm graded crushed stone aggregate 40mm thick
precast cover slab of RCC (1:2:4), type B-1, using 20mm
graded crushed stone aggregate with suitable MS handle in
lieu of CI cover shown in Electrical plate No 3 of MES SSR
Part-I shall be provided. Reinforcement in cover shall be of
8mm dia TMT bars laid @150mm c/c both ways.
(ii) Item includes cost of 7.5 metre earth strips beyond 7.5
metre same shall be paid under respective item of this
schedule 'A'
(iii) Earth plate electrode shall be surrounded by adequate
quantity of charcoal dust and salt to a packed thickness of
15 cm on all sides.

3 M&L for Test point terminal block made of gun metal or 582.60 9 5243.40
phosphorus bronze size 75X75X25mm drilled and screwed EACH
including 3 numbers, 8mm dia 25mm long hex. head screw
complete all as specified and directed.
Total amount carried over to collection of Schedule ‘A’ Part- X Rs 147040.20
Signature of contractor For Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 34
SCHEDULE 'A' (CONTD)
PART - XI ( SUMMER APPLLIANCES & CENTRAL AIR CONDITIONING )

Drg No
S. Description of items or works Unit Rate No. of Total in Rs Period of
No Rs. Ps. units completion
required on of
individual

Remark
items after
date of
handind
over the
site
1 2 3 4 5 6 7 8
1 Supply, installation,commis-sioning of Water cooler 50040.00 2 100080.00
fully stainless steel, electric driven single phase EACH
having approx storage capacity of 150 liter and JOB
nominal cooling capacity 150 liter per hours
complete all as specified and directed.

2 Ceiling Mounted AHUs:


Supplying, installing, testing and commissioning of
CEILING MOUNTED double skin construction Air
Handling Units as per specification, complete with
25mm thich pre filter section, minimum 4 row deep
coil of copper tube & aluminium fins, flexible duct
connection, squirrel cage induction motor, DIDW
forward curve fan(s), belt drive, Fan Motor shall
be suitable for 415±10% volts, 50 Hz, 3 phase AC
supply and shall be high efficiency (IE2). AHU shall
be selected for a maximum coil of 500 FPM and
filter face velocity of 500 FPM. The AHU inner
skin shall be 0.6 mm plain GI, outer skin shall be
0.6 mm pre coatd GI, The AHU panel shall be
25mm thick 40 Kgf PUF insulation with thermal
break profile. The AHU shall be of following
capacities :-

4500 CFM (11.25 Tr) capacity with 4 row deep 141000.00 2.00 282000.00
cooling coil 40 mm SP. NOS
1200 CFM (3.0 Tr) capacity with 4 row deep 74700.00 2.00 149400.00
cooling coil 32 mm SP. NOS
2500 CFM (6.25 Tr) capacity with 4 row deep 93000.00 1.00 93000.00
cooling coil 32 mm SP. NOS
Total amount carried over to collection of Schedule ‘A’ Part- XI Rs. 624480.00

Signature of contractor For Accepting officer


CA NO : CEJZ/HSR-04 OF 2016-2017 SERIAL PAGE NO : 35
SCHEDULE 'A' (CONTD)
PART - XI ( SUMMER APPLLIANCES & CENTRAL AIR CONDITIONING )
1 2 3 4 5 6 7 8
3 Chilled Water Piping:
Supplying, laying, fixing, testing & commissioning
MS class `B' pipes confirming to IS 1239/3589, cut
to required length with necessary, clamps,
supports, antivibration, hangers, fittings such as
bends, tees, reducers etc and installed with all
welded joints complete as per specification &
drawings and as directed by Engineer in charge.

150 mm dia MS pipes 1400.00 30.00 42000.00


125 mm dia MS pipes 1175.00 151.00 177425.00
100 mm dia MS pipes 900.00 83.00 74700.00
80 mm dia MS pipes 620.00 67.00 41540.00
65 mm dia MS pipes 480.00 14.00 6720.00
50 mm dia MS pipes 380.00 64.00 24320.00
40 mm dia MS pipes 270.00 50.00 13500.00
32 mm dia MS pipes 230.00 40.00 9200.00
25 mm dia MS pipes 185.00 105.00 19425.00
20 mm dia MS pipes 120.00 27.00 3240.00
3 Condenser Water Piping:
Supplying, laying, fixing, testing & commissioning
MS class `B' pipes confirming to IS 1239/3589, cut
to required length with necessary, clamps,
supports, antivibration, hangers, fittings such as
bends, tees, reducers etc and installed with all
welded joints complete as per specification &
drawings and as directed by engineer in charge.

150 mm dia MS pipes 1400.00 15.00 21000.00

125 mm dia MS pipes 1175.00 15.00 17625.00

Total amount of Schedule 'A' Part XI carried over to Schedule of Work (BOQ) 450695.00
Rs.

Signature of contractor For Accepting officer


CA NO : CEJZ/HSR-04 OF 2016-2017 SERIAL PAGE NO : 36
SCHEDULE 'A' (CONTD)
PART - XI ( SUMMER APPLLIANCES & CENTRAL AIR CONDITIONING )
1 2 3 4 5 6 7 8
4 Cooling Tower: 262800 2 525600.00
Supply, installation, testing and commissioning of NOS
FRP Induced draft counter flow type cooling towers
complete with FRP basin. The basin shall be
complete with connections for drain, overflow,
makeup water, quick fill and float valve, plus hot
dipped galvanised suction strainer FRP body, of
sufficient strength to withstand wind velocities upto
60 m/s, vibrations and earth quakes, 2 nos fan and
motor assembly conforming to IP-55, protection for
outdoor operation fill media of honeycomb design
arranged in the suitable pattern for ease of
replacement, distribution pipes consisting of spray
type arrangement on top of the main supply
standby, overflow pipe, ladder, vibration isolation
pads, cables, controls etc. As per specifications
and drawing.
80 T.R.
Water flow rate : 1060 LPM
Condenser Water IN : 97.5 F
Condenser Water OUT : 90.0 F

Total amount of Schedule 'A' Part XI carried over 525600.00


to Schedule of Work (BOQ) Rs.
Signature of contractor For Accepting officer
COLLECTION OF SCHEDULE 'A' PART- XI

(a) Total brought forward from Srl Page No 34 Rs 624480.00


(b) Total brought forward from Srl Page No 35 Rs 450695.00
(b) Total brought forward from Srl Page No 36 Rs 525600.00
Total amount of Schedule ‘A’ Part-VIII carried over to schedule of Rs. 1600775.00
works (BOQ)

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 37
SCHEDULE 'A' (CONTD)
PART -XII (FIRE FIGHTING)

Drg No
S. Description of items or works Unit Rate No. of Total in Rs Period of
No Rs. Ps. units completio
required n on of
individual
items

Remark
after date
of
handind
over the
site

1 2 3 4 5 6 7 8
Note : Earth work required for this schedule shall be measured and paid separately under respective item of
Schedule 'A' Part XV.
1 Supply, installation, testing and commissioning main 550210.00 1 550210.00
fire hydrant pump horizontal mounted split case two EACH
stage Centrifugal pump having discharge of 2850
LPM at 70 mtrs head suitable for fire fighting and
conforming to IS-12469-1988 complete with totally
enclosed drip proof squirrel cage energy efficient
induction motor conforming to IS 12615 suitable for
3 phase 415 volts 50 Hz capable of delivering
adequate BHP as required to drive the pump at 2900
RPM and giving a jet pressure not less than 7.0 kg/sq
cm at the starting point for automatic operation ,
mounted on a common base frame including
pressure guage , pressure switch complete including
PCC foundation block and making connection with
tail / tapper pieces to connect supply and delivery
pipes, including following accessories :-

(a) Fabricated mild steel common base frame of


suitable size with antivibrating pads including all other
auxillaries etc
(b) Coupling guard
(c) Air vent for casing
(d) Delivery pipe GI medium grade of sizes as
specified in IS 3844-1989 upto common header or
one meter length which ever is lower(Latest revision
and amendment)
(e) Wiring with PVC insulated copper conductor of
25 Sqmm size, single core multistranded, 1100V
graded in 6 runs drawn in PVC pipe of suitable dia
fixed on wall or concealed in floor complete all as
directed.
Note :-
Foundation of pumping set shall be as per
manufacturers standards.
Total amount carried over to collection of Schedule ‘A’ Part- XII Rs 550210.00
Signature of contractor For Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 38
SCHEDULE 'A' (CONTD)
PART -XII (FIRE FIGHTING)
1 2 3 4 5 6 7 8
2 Supply, installation, testing and commissioning 150470.00 1 150470.00
jockey pump of 180 LPM capacity at 70 mtrs head EACH
pressure not less than 7.0 kg/sq cm at the top most
hydrant suitable for fire fighting and conforming to IS
12469-1988 complete with totally enclosed drip proof
squirrel cage energy efficient induction motor
conforming to IS 12615 with bronze impellers,
pressure guage , pressure switch complete to
operate on 3 phase, 415 volts, 50 Hz capable 2900
RPM complete including PCC foundation block and
making connection with tail and taper pieces to
supply and delivery pipes including pipes and also
including fabricated MS common base phase of
suitable size coupling guard air vent for casting
pressure guages on delivery side and pipes etc

(a) Fabricated mild steel common base frame of


suitable size
(b) Coupling guard
(c) Air vent for casing
(d) Delivery pipe GI medium grade of sizes as
specified in IS 3844-1989 upto common header
(Latest revision and amendment)
(e) Wiring with PVC insulated copper conductor of
16 SQ MM size, single core multistranded, 1100V
graded in 6 runs drawn in PVC pipe of suitable dia
fixed on wall or concealed in floor complete all as
directed.
Note :-
Foundation of pumping set shall be as per
manufacturers standards

3 Supplying, fixing, Install and commission booster 57000.00 1 57000.00


pump for 440 V, 3 phase, 50 Hz confirming to IS - EACH
12469 with CI casing bronze impeller and stainless
steel shaft mounted on heavy duty bearings suitable
for 440 V, 3 phase, 50 HZ 20 mtr head, 450 litre/ min
discharge to be fixed at terrace

Total amount carried over to collection of Schedule ‘A’ Part- XII Rs 207470.00
Signature of contractor For Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 39
SCHEDULE 'A' (CONTD)
PART -XII (FIRE FIGHTING)
1 2 3 4 5 6 7 8
4 Supplying, Install, testing and commission of diesel 803640.00 1 803640.00
engine cum fire pump with control panel for fire pump EACH
set of capacity 2850 LPM at 70 M head with diesel
engine indoor type water cooled with diesel tank
capacity 500 liters necessary mounting /connection
and other required accessories with electrical and
mechanical connection to operate at pressure range
of 2.5 to 7.5 kg/cm2 complete, switches duly painted
with powder coating complete all as specified and
directed and comprising the following :-

(i) 24 volts 120 AII capacity battery set.


(ii) 15 amps battery charger with trickle and boost facility.
(iii) 0-32 volt voltmeter.
(iv) 0-15 amps ammeter.
(v) Auto starting contractor with relay.
(vi) Auto/manual selector switch with push botton for manual start.
(vii) Spare parts as specified in specification.
(viii) Necessary tools as specified.
Note:-
(i) cost of wiring to pressure switch for pump starter deemed to be included in the
rate quoted.
(ii) cost of wiring from pump to fire panel with 2.5 sq mm copper conductor
multistranded 6 run in suitable pipe deemed to be included in the rate quoted.

5 Ball brass valves, high pressure, with polythene


float and flynut complete, screwed for iron pipe
or brass ferrule and fixed complete all as
specified and directed.
(a) 25 mm 320.30 6 1921.80
EACH
(b) 50 mm 1245.30 6 7471.80
EACH
6 Supply Installation Testing and Commissioning
of Butterfly valves PN1.6 with bronze/gunmetal
seat duly ISI marked complete with nuts, bolts,
washers, gaskets, conforming to IS 13095
complete all as specified and directed of
followinf sizes:-
(a) 200 mm 13231.00 4 52924.00
EACH
(b) 150 mm 10103.00 7 70721.00
EACH
(c) 100 mm 8294.00 2 16588.00
EACH
(d) 80 mm 5511.00 4 22044.00
EACH
Total amount carried over to collection of Schedule ‘A’ Part- XII Rs 975310.60
Signature of contractor For Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 40
SCHEDULE 'A' (CONTD)
PART -XII (FIRE FIGHTING)
1 2 3 4 5 6 7 8
7 Supplying, laying, fixing, testing and commissioning
double flanged non return valve with matching
flanges including all necessary washer, nuts bolts,
gaskets etc .confirming IS-5312 PN 1.6 complete all
as specified and directed of folllowing sizes:-

(a) 150 mm 10552.00 2 21104.00


EACH
(b) 80 mm 5833.00 1 5833.00
EACH
8 Supplying, laying, fixing, testing and commissioning
of "Y" type strainer of CS/CI body with SS Strainer
element 40 mesh matching flanges nut bolt , gasket
etc suitable for flow of 136 cu.m/hr at pressure of
drop not more than 0.2 kg/cm2 at 50 % chocked
condition , body hydrotest at 16 .0 kg/cm2 for suction
suitable for fire fighting with suitable material
complete all as specified and directed.

(a) 200 mm 20564.00 2 41128.00


EACH
(b) 100 mm 7564.00 1 7564.00
EACH
9 S&F Pressure guage/indicator 8" dial 0-21 Kgs rating 2819.50 4 11278.00
including electrical connection with cut in & cut off EACH
setting etc suitable for fire fighting with suitable
material complete all as specified and directed.

10 S&F Pressure switch 0-21 Kgs rating 150 mm dia 3377.90 3 10133.70
complete with isolation cock & syphone tube etc EACH
suitable for fire fighting with suitable material
complete all as specified and directed.
12 S&F Hydrant valve single headed type with pick tube 9345.80 11 102803.80
suitable for discharge of 450 LPM at a pressure of 7 EACH
kg /cm2 GM construction complete suitable for fire
fighting with suitable material (to be installed inside
auditorium) complete all as specified and directed.

13 Fire hydrant stand post both end flanged, 1.5 mtr 4124.80 6 24748.80
height with one end bend to 90 degree suitable for EACH
double fire hydrant valves including 1 No CI duck foot
bend 80mm double end flanged and 1 no
80mm/63mm reducer and 1 No 80mm dia CI butterfly
valve complete all as specified and directed
Note : The fire hydrant stand post shall be painted
with two coats of fire red paint as specified

Total amount carried over to collection of Schedule ‘A’ Part- XII Rs 224593.30
Signature of contractor For Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 41
SCHEDULE 'A' (CONTD)
PART -XII (FIRE FIGHTING)
1 2 3 4 5 6 7 8
14 Supply and install outdoor hydrant system consisting
of the following :-
(a) 15m long 63mm dia RRL hose with male & 8205.10 22 180512.20
female couplings as per IS 636 of type A catagory. EACH
Hose shall be rolled and fixed in MS Hose box
complete all as specified and directed.
(b) S & Fix Branch pipe gun metal 63 mm 6126.90 11 67395.90
instantaneous inlet, made thred outlet , 15 mm bore EACH
nozzle long with suitable material with nozzle as per
IS standards complete all as specified and directed.

15 Providing and fixing of size 900mm wide x 1800mm 7397.00 5 36985.00


height Indoor Hose Cabinet shutter suitable for EACH
accomodating hydrants made of Tubular rectangular
pipe having central opening glazed door having
necessary locking arrangement. Painting (one coat
primer & two coats of paint) suitable for housing 2
Nos. RRL hose pipe. 1 no branch pipe, first Aid hose
Reel etc as required.

16 Weather proof cabinet of size MS Sheet 800mm X 4986.20 6 29917.20


600mm X 250mm with double door with 4 mm thick EACH
glasses and door frame made of 16 gauge MS sheet
painted fire red out side and brilliant white inside and
4mm thick glass doors (2 Nos ) suitably marked on
the outside with letters "FIRE HOSE" cabinet with
neccessary locking arrangement including all
fasteners etc and shutter shall be powder coated with
signal red colour, shutter with frame fabricated all as
specified and directed. The hose cabinet will be fixed
on PCC Plateform near the fire hydrant and cost of
PCC plateform and fixing is deemed to be included
quoted cost of fire hose.

17 Supply, install, test and commission Hose reel as per 10729.20 5 53646.00
IS 884 TYPE 'A' wall mounting manual swinging type EACH
with 19mm dia rubber braided hose of 36 mtr length
with gate valve and shut of nozzle with working test
pressure of 10 bar and minimum flow rate 24 litre per
minute complete.
18 S & Lay XLPE LT underground armoured heavy 1143.00 50 57150.00
duty electric cable 1100 volts grade aluminium RM
conductor 240 sq mm 3.5 core complete all as
specified and directed.
19 S & Lay XLPE LT underground armoured heavy 197.00 15 2955.00
duty electric cable 1100 volts grade aluminium RM
conductor 25 sq mm 3.5 core complete all as
specified and directed.
Total amount carried over to collection of Schedule ‘A’ Part- XII Rs 428561.30
Signature of contractor For Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 42
SCHEDULE 'A' (CONTD)
PART -XII (FIRE FIGHTING)
1 2 3 4 5 6 7 8
20 S & Lay XLPE LT underground armoured heavy 113.00 15 1695.00
duty electric cable 1100 volts grade aluminium RM
conductor 16sq mm two core complete all as
directed.
24 Material and labour, sand cushioning with a layer 678.20 10 6782.00
of sand 80mm thick before laying of cable and CUM
150 mm thick after laying of cable in trenches
complete all as specified and directed.

25 Material and labour for common burnt clay 2643.75 3 7931.25


building brick sub-class ‘A’ (old size) for cable Per 1000
protection complete all as specified and directed. Nos

26 Supply,Installation,Testing and commisioning of


MS Class C pipes with specials such as
bends,tees reducers, etc. The pipes would be
applied with one coat of primer and two coats of
P.O. Red paint. complete all as specified and
directed.
(a) 250 mm 3161.50 5 15807.50
RM
(b) 200 mm 2785.70 10 27857.00
RM
(c) 150 mm 1741.50 629 1095403.50
RM
(d) 100 mm 1204.60 112 134915.20
RM
(e) 80 mm 820.00 8 6560.00
RM
(f) 50 mm 518.80 20 10376.00
RM
27 Supply,Installation,Testing and commisioning 951.00 20 19020.00
heavy duty GI pipe of 80mm dia for jockey and RM
terrace pump connection complete all as
specified and directed.
28 Rotational moulded polyethylene water storage 2149.50 1 2149.50
tanks capacity 500 litres (cylindrical vertical with EACH
closed top) hoisted and fixed in position all as
specified in SSR Part I complete all as specified
and directed.
29 Supply,Installation,Testing and commisioning of 28579.10 1 28579.10
air vessel of dia 300 mm and 2 mtr height EACH
conforming to IS complete all as specified and
directed.
Total amount carried over to collection of Schedule ‘A’ Part- XII Rs 1357076.05
Signature of contractor For Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 43
SCHEDULE 'A' (CONTD)
PART -XII (FIRE FIGHTING)
1 2 3 4 5 6 7 8
30 Supply and fixing fire brigade connection of CI 17109.80 1 17109.80
body with gun metal male instantaneous inlet EACH
couplings complete with cap and chain as
required for 150mm dia MS pipeconnection
conforming to IS 904 of 4 way complete all as
specified and directed.
Total amount carried over to collection of Schedule ‘A’ Part- XII Rs 17109.80

COLLECTION OF SCHEDULE 'A' PART- XII


(a) Total brought forward from Srl Page No 37 Rs 550210.00
(b) Total brought forward from Srl Page No 38 Rs 207470.00
(c) Total brought forward from Srl Page No 39 Rs 975310.60
(d) Total brought forward from Srl Page No 40 Rs 224593.30
(e) Total brought forward from Srl Page No 41 Rs 428561.30
(f) Total brought forward from Srl Page No 42 Rs 1357076.05
(g) Total brought forward from Srl Page No 43 Rs 17109.80
Total amount of Schedule ‘A’ Part-XII carried over to schedule of works Rs. 3760331.05
(BOQ)

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 44
SCHEDULE 'A' (CONTD)
PART -XIII (STAGE LIGHT WIRING & FITTING)

Drg No
S. Description of items or works Unit Rate No. of Total in Rs Period of
No Rs. Ps. units completio
required n on of
individual

Remark
items
after date
of
handind
over the
site
1 2 3 4 5 6 7 8
1 Point wiring complete for One light/fan/exhaust fan point 448.30 10 4483.00
controlled by one, one way switch with 2.5 Sq mm, EACH
single core PVC insulated PVC unsheathed multi- POINTS
stranded copper conductor FRLS cable 1100 volts
grade laid/drawn through & including rigid PVC casing
and copping with necessary conduit fittings/
accessories fixed concealed in walls/ceiling by means
of PVC sleeve/dash fastener with cadmium plated iron
screws all as per ISI including sunk type pressed steel
terminal boxes for mounting, fittings like switches,
sockets, fan regulator etc with 3 mm thick plastic
laminated sheet top covers concealed in walls etc
including 1.5 Sq mm single core PVC insulated but
unsheathed multistranded copper conductor FRLS cable
1100 volts grade as continuous earth wire to common
earth and connecting to earth dolly complete all as
specified and directed.

2 Point wiring complete for One light/fan/exhaust fan point 580.20 22 12764.40
controlled by one, one way switch with 2.5 Sq mm, EACH
single core PVC insulated PVC unsheathed multi- POINTS
stranded copper conductor FRLS cable 1100 volts
grade laid/drawn through & including rigid PVC conduit
with necessary conduit fittings/ accessories fixed
concealed in walls/ceiling by means of PVC
sleeve/dash fastener with cadmium plated iron screws
all as per ISI including sunk type pressed steel terminal
boxes for mounting, fittings like switches,sockets, fan
regulator etc with 3 mm thick plastic laminated sheet top
covers concealed in walls etc including 1.5 Sq mm
single core PVC insulated but unsheathed multistranded
copper conductor FRLS cable 1100 volts grade as
continuous earth wire to common earth and connecting
to earth dolly complete all as specified.

3 S&F Modular sockets 6A/16A-2/3 pin combined 2 279.10 22 6140.20


module, complete all as specified and directed. EACH
Total amount carried over to collection of Schedule ‘A’ Part- XIII Rs 23387.60
Signature of contractor For Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 45
SCHEDULE 'A' (CONTD)
PART -XIII (STAGE LIGHT WIRING & FITTING)
1 2 3 4 5 6 7 8
4 S & F Modular switch 1 way 16A module complete all 194.90 22 4287.80
as specified and directed. EACH
5 S & F switch piano flush type single pole one way and 86.50 10 865.00
15 amps 230 volts complete all as specified and EACH
directed.
6 S & F switch socket outlet 2 in 1, 3 pin, 5 and 15 amps 95.20 10 952.00
flush type 230 volts complete all as specified and EACH
directed.
7 Point wiring complete with 4 Sq mm, single core PVC 990.00 10 9900.00
insulated PVC unsheathed multi stranded copper EACH
conductor FRLS cable 1100 volts grade drawn through
in and including rigid PVC conduit pipe with necessary
conduit fittings /accessories fixed concealed in
wall/ceiling by means of PVC sleeve/dash fastener with
cadmium plated iron screws all as per ISI including sunk
type pressed steel terminal boxes with 3 mm thick
plastic laminated sheet top covers concealed in walls
etc for 3 pin, 15 Amp socket outlet point on independent
board including 2.5 Sq mm single core PVC insulated
but unsheathed multistranded copper conductor FRLS
cable as continuous earth wire to common earth and
connected to earth dolly complete all as specified and
directed.

8 S&F DB (TPN) 8 Way (8+24), 3 Ph, 415 Volt ( single 2414.40 1 2414.40
door ), with insulated Cu bus bar of 200 amp, IP 43, EACH
covered nutral link, earth bar with doors earthing, with
masking sheet, suitable for fixing MCB's complete all as
specified and directed.
9 Triple pole, nutral and earth enclosure with a three pin, 6897.40 1 6897.40
nutral and earth plug with socket complete with one EACH
triple pole MCB 415 volt 63 amp 10 KA, C-curve with IP
20 protection complete all as specified and directed.

Total amount carried over to collection of Schedule ‘A’ Part- XIII Rs 25316.60

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 46
SCHEDULE 'A' (CONTD)
PART -XIII (STAGE LIGHT WIRING & FITTING)
1 2 3 4 5 6 7 8
10 Earthing complete with galvanised mild steel earth 4700.00 4 18800.00
electrode plate 600 X 600 X 6 mm thick buried directly EACH SET
and vertically in ground connected to galvanised earth
lead wire 4 mm dia by means of bolts, nuts, check nuts
and washers of galvanised iron or steel all as shown in
electrical Plate No 3 of MES SSR Part-I connected to
main switch board or main control board all as specified
and testing on completion including provision of earth
wire protected by galvanised iron 15 mm bore medium
grade pipe with all fittings from the earth electrode fixed
along pole with and including 25 x 6mm flat iron clamp,
bolts, nuts and washers and watering pipe shall be 20
mm bore GI medium grade from top of the earth
electrode to bottom of the earth pit including all
excavation and earth work in any type of soil and
removal of soil upto 50 metre, PCC pit with pre-cast
RCC cover with handle, charcoal/salt, funnel , CI frame
etc complete all as specified and directed.

NOTES : (i) The concrete pit shall be made in PCC


1:2:4 type B-O, using 12 mm graded crushed stone
aggregate 40mm thick precast cover slab of RCC
(1:2:4), type B-1, using 20mm graded crushed stone
aggregate with suitable MS handle in lieu of CI cover.
(ii) Item includes the cost of 7.5 metre GI pipe for
protection of earth wire. Any variation in length shall be
adjusted through deviation order
(iii) Items includes cost of 7.5 metre earth lead wire. Any
variation in length shall be adjusted through deviation
order.
(iv) Earth electrode shall be surrounded by adequate
quantity of charcoal dust and salt to a packed thickness
of 15 cm on all sides.

Total amount carried over to collection of Schedule ‘A’ Part- XIII Rs 18800.00

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 47
SCHEDULE 'A' (CONTD)
PART -XIII (STAGE LIGHT WIRING & FITTING)
1 2 3 4 5 6 7 8
11 Point wiring complete with 1.5 Sqmm, single core PVC 509.10 46 23418.60
insulated PVC unsheathed multi-stranded copper PER
conductor FRLS cable 1100 volts grade laid/drawn POINT
through & including rigid PVC conduit with necessary
conduit fittings/accessories fixed concealed in walls/
ceiling by means of PVC sleeve /dash fastener with
cadmium plated iron screws all as per ISI including sunk
type pressed steel terminal boxes for mounting fittings
like switches, sockets, fan regulator etc with 3mm thick
plastic laminated sheet top covers concealed in walls
etc including 1.5 Sqmm single core PVC insulated but
unsheathed multi standard copper conductor FRLS
cable as continuous earth wire to common earth and
connecting to earth dolly for foot lights/Exit lights
complete all as specified and directed of following :-
(a)One light/fan/exhaust fan point controlled by one, one
way switch.

12 Sub main wiring with the under- mentioned runs of


single core PVC insulated but unsheathed FRLS cable
of specified size with multi stranded copper
conductors,1100 V Grade IS- 694 marked drawn
through and including suitable size PVC rigid conduit
and fittings /accessories concealed in wall and also
including the specified runs of specified size earth
continuity conductor of similar type cable complete all
as specified and directed . ( The under mentioned
specified runs of single core cable and specifired runs of
earth continuity conductors and the relevant conduit with
accessories shallbe measured as one run length):-

(a) Four runs of 6Sqmm size main cable and two runs of 4 408.00 100 40800.00
Sqmm size earth continuity conductor. RM

(b) Four runs of 16 Sqmm size main cable and two runs of 937.00 50 46850.00
10 Sqmm size earth continuity conductor . RM
Total amount carried over to collection of Schedule ‘A’ Part- XIII Rs 111068.60
Signature of contractor For Accepting officer

COLLECTION OF SCHEDULE 'A' PART- XIII


(a) Total brought forward from Srl Page No 44 Rs 23387.60
(b) Total brought forward from Srl Page No 45 Rs 25316.60
(c) Total brought forward from Srl Page No 46 Rs 18800.00
(d) Total brought forward from Srl Page No 47 Rs 111068.60
Total amount of Schedule ‘A’ Part-XIII carried over to schedule of works Rs. 178572.80
(BOQ)

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 48
SCHEDULE 'A' (CONTD)
PART - XIV ( RAIN WATER HARVESTING PIT WORK )

Drg No
S. Description of items or works Unit No. of Total in Period of
N Rate units Rs completion
o Rs. Ps. required on of
individual

Remark
items after
date of
handing
over the
site
1 2 3 4 5 6 7 8
Note : (i) Earth work required for this schedule shall be measured and paid separately under Sch 'A' Part XV.

1 Cement concrete (1:3:6) type C2, 40mm graded crushed 2579.00 5.20 13410.80
stone aggregate in foundation etc complete all as specified CUBIC
and directed. METRE
2 Brick work with Sub class `B' old size burnt bricks laid dry 1519.90 14 21278.60
straight or curved on plan mean radius not exeeding 6 CUBIC
metre complete all as specified and directed. METRE
3 M&L Hard core, stone boulder bed of size 63 to 100 mm etc 528.70 14 7401.80
complete all as specified and directed. CUBIC
METRE
4 Brick work with Sub class `B' burnt bricks (old size) straight 2180.50 12.00 26166.00
or curved on plan mean radius not exeeding 6 metre built CUBIC
in cement and sand mortar (1:6) METRE
5 Rendering 10 mm thick on other than fair faces of brick 93.70 100 9370.00
work or concrete surface of wall in cement and sand mortar SQUARE
(1:6) finished fair and even complete all as specified and METRE
directed.
6 Cement concrete (1:3:6) type C1, 20mm graded crushed 3656.70 2.00 7313.40
stone aggregate in coping including necessary form work CUBIC
(straight or curved) weathered slightly rounded or METRE
chamfered angles and throating as all directed.
7 Framed work such as grill, grating cover etc with ends of 87.10 270 23517
bars shouldered and riveted or forged into spikes framed KG
guard bars & similar work etc Fe 290 E-165.
8 Expanded metal,exceed 4 kg, cut to length, bent to shape 95.10 48 4564.8
required and tying with and including annealed mild steel KG
wire not less than 0.9mm dia or fixing with galvanised steel
staples supplied and fixed complete

9 Preparation of new steel surfaces of any description 58.20 49 2851.8


exceeding 10 cm in width or girth and applying two coats of SQUARE
synthetic enamel paint over a coat of red oxide, zinc METRE
chrome primer.
Total amount of Schedule ‘A’ Part-XIV carried over to schedule of works Rs 115874.20
(BOQ)

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 49
SCHEDULE 'A' (CONTD)
PART - XV ( SITE CLEARANCE AND EARTH WORK )

Drg No
S.No Description of items or works Unit Rate No. of Total in Rs Period of
Rs. Ps. units completion
required on of

Remark
individual
items after
date of
handind
over the site

1 2 3 4 5 6 7 8
Note This schedule is applicable for schedule 'A' Part IV, V, VI, VII, VIII, IX,X, XII, XIV and item No 16.060,16.061,
16.062,16.063,16.064 and ,16.169 of BOQ
1 Surface excavation not exceeding 30cm deep and average 15cm 15.90 4070.00 64713.00
deep and getting out in soft/loose soil complete all as specified and SQUARE
directed. METRE
2 Add or deduct from Srl item No 1 above for every 3cm or part thereof 2.20 -
above or below 15cm average depth. (This item for adjustment of SQUARE
rate only) METRE
3 Surface dressing n exc 15 cm deep in soft/loose soil complete all as 7.90 32000 252800.00
specified and directed. SQUARE
METRE
5 Excavating over areas, not exceeding 1.5 metre deep and getting 77.40 1386.00 107276.40
out in soft/loose soil complete all as specified and directed. CUBIC
METRE
7 Excavating in trenches, not exceeding 1.5 metre wide and not 115.20 1590.00 183168.00
exceeding 1.5 metre in depth for wall foundation etc or for manholes CUBIC
etc not exceeding 10 Sqm area on plan and not exceeding 1.5 metre METRE
in depth and getting out in soft/loose soil complete all as specified
and directed.
8 Excavating in trenches, not exceeding 1.5 metre wide and not 162.90 56.50 9203.85
exceeding 1.5 metre in depth for wall foundation etc or for manholes CUBIC
etc not exceeding 10 Sqm area on plan but depth exceeding 1.5 METRE
metre wide and not exceeding 3.0 metre complete all as specified
and directed .
9 Excavating in trenches, not exceeding 1.5 metre wide and not 210.60 22.00 4633.20
exceeding 1.5 metre in depth for wall foundation etc or for manholes CUBIC
etc not exceeding 10 Sqm area on plan but depth exceeding 3 METRE
metre wide and not exceeding 4.5 metre complete all as specified
and directed .
10 Returning, filling in, including spreading, levelling, watering and well 41.70 817.00 34068.90
ramming in layers each not exceeding 25 cm thick in soft/loose soil CUBIC
complete all as specified and directed. METRE
11 Removing excavated surplus soil to a distance not exceeding 50 96.10 377 36229.70
metre and depositing where directed at level not exceeding 1.5 CUBIC
metre above the starting point complete all as specified and METRE
directed.
13 Removing excavated soil to a distance exceeding 250 metre and 149.40 3093 462094.20
not exceeding 500 metre and depositing where directed complete all CUBIC
as specified and directed. METRE
14 Grubbing up tree trunk including cutting of trunk portion protruding 559.20 160 89472.00
over ground, digging out roots, filling holes and leveling off ground, EACH
stacking of serviceable material to a distance not exceeding 50m
and clearing site girth exceeding 30 cm but not exceeding 100cm
complete all as specified and directed.
14 Grubbing up tree trunk including cutting of trunk portion protruding 889.90 70 62293.00
over ground, digging out roots, filling holes and leveling off ground, EACH
stacking of serviceable material to a distance not exceeding 50m
and clearing site girth exceeding 100 cm but not exceeding 150cm
complete all as specified and directed.
Total amount of Schedule ‘A’ Part-XV carried over to schedule of works (BOQ) Rs 1305952.25
Signature of contractor For Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 50
SCHEDULE ‘B’
ISSUE OF MATERIAL TO THE CONTRACTOR
(SEE CONDITION 10 OF IAFW-2249)
SN Particulars Rates at which stores Place of issue (by name for Remarks
will be issued to the all items
contractor

Unit Rate
1 2 3 4 5 6

.------NIL-------

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 51

SCHEDULE ' C'


LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT)
WHICH WILL BE HIRED TO THE CONTRACTOR
(SEE CONDITION 15 AND 35 OF IAFW-2249)

Ser Qty Particulars Details of MES Hire charges Standby Place of Remarks
No crew supplied per unit per charges per unit issue (By
working day per off day name)

1 2 3 4 5 6 7 8

___________ NIL ____________________


_

Signature of contractor For Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO : 52

SCHEDULE ' D'

TRANSPORT TO BE HIRED TO THE CONTRACTOR

(SEE CONDITION 16 AND 35 OF IAFW-2249)

Ser Qty Particulars Rate per unit per Place of issue Remarks
No working day (By name)

1 2 3 4 5 6

_______________ NIL ____________________

Signature of contractor For Accepting officer


C A NO : C EJ Z/A LW- 1 4O F 2 01 6 -1 7 SE R IAL PAG E NO :5 3

TENDER

To

The president of India

Having examined and perused the following documents


1. Specifications signed by the Deputy Director (Contracts)
2. Drawings detailed in particular specifications
3 Schedule ‘A’, ‘B’, ‘C’ & ‘D’ attached hereto

4. MES Standard Schedule of rates 2009 (Part-I) ‘Specifications’ together with amendments No
1 to 3 and Standard Schedule of Rates 2010 (Part-II) ‘Rates’ together with amendments No
1 to 59 for Part II here in after referred as the MES Schedule.

5. General Conditions of Contracts IAFW-2249 (1989 Print) together with amendments No 1 to


40 and errata 1 to 20

6. Refer water conditions 31 of IAFW-2249 General Conditions of Contracts. : -.


The water will not be supplied by the MES.

7. Should this tender be accepted:-

I/We agree:-

*(a) That the sum of Rs. 7,75,000.00 (Rupees Seven lakhs Seventy five thousand only)
forwarded as earnest money shall be retained as part of security deposit or be
refunded by the Government on receipt of the appropriate amount of security deposit
all as per condition 22 of IAFW-2249

(b) To execute all works referred to in the said documents up on the terms and
conditions contained or referred to therein and detailed in the general summary
herein after 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 to the sole arbitration of a serving Officer having
degree in Engineering or equivalent or having passed final/direct final examination of
sub division II of Institution of Surveyor (INDIA) recognised by the Government of
India to be appointed by Engineer-in-Chief or in his absence the officer officiating as
Engineer-in-Chief or Director General of works, if specifically delegated in writing by
Engineer-in-Chief, Army Headquarters, New Delhi, whose decision shall be final,
conclusive and binding.

*To be deleted where not applicable.

Signature of Contractor For Accepting Officer


C A NO : C EJ Z/A LW- 1 4O F 2 01 6 -1 7 SE R IAL PAG E NO :5 4 to 99

Page No 54 to 99 BOQ

Signature of Contractor For Accepting Officer


C A NO : C EJ Z/A LW- 1 4O F 2 01 6 -1 7 SE R IAL PAG E NO 1 0 0

In lieu of IAFW-2159

Brought forward lump sum Rs ______________________ (Rupees


_________________________________________________________________________
____________________________________________________________) Signature
_____________________ Name ___________________________in the capacity of
______________________duly authorised to sign the tender for and on behalf of M/S
___________________________________________________
________________________________________(IN BLOCK CAPITAL)

Witness ___________________________ Dated _______________________


Address ___________________________ Postal Address ________________
_________________________________ ____________________________
__________________________________ Telephone 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
initialled by the contractor and Shri Ranjit Singh, EE(QS&C)(SG),Jt Dir (C).

The said officer (s) is/are hereby authorised to sign and initial on my behalf of the documents
forming part of this contract.
The above tender was accepted by me on ___________ day of __________________ on
behalf of the PRESIDENT OF INDIA for the lump sum of Rs
___________________________ (Rupees________________________
_________________________________________________________________________
_________________________________________________________________________
________________only)

Signature ____________________ dated this _______________ day of ________

Appointment
Chief Engineer Jaipur Zone,
Power House Road, Bani Park
Jaipur-302006
FOR AND ON BEHALF OF THE PRESIDENT OF INDIA

Signature of Contractor For Accepting Officer


C A NO : C EJ Z/A LW- 1 4O F 2 01 6 -1 7 SE RI AL PAG E NO 1 0 1TO 13 3

GENERAL CONDITIONS OF CONTRACTS


FOR
LUMPSUM CONTRACTS (I AFW-2159)

1. A copy of the General Conditions of Contracts) (IAFW -2249-1989 Print)


with errata 1 to 20 and amendments No 1 to 40 has been supplied to me/us
and is in my/our possession. I/W e have read and understood the provisions
contained in the aforesaid general conditions of contracts before submission
of this tender and I/W e agree that I/W e shall abide by the terms and
conditions therefore, as modified, if any, elsewhere in these tender
documents.

2. It is hereby further agreed and declared by me/us, that the 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 101 to 133), with errata 1 to 20 and amendments Nos 1 to
40 form part of these tender documents.

NOTE:-
(i) The documents mentioned above can be seen in the office of the Chief
Engineer, Jaipur Zone, Jaipur-302006 or in any other MES (CW E/GE) office
during working hours.
(ii) In case of difference in interpretation due to wordings of English and
Hindi versions, the English version will prevail as per Article 348 of
Constitution of India.”

Signature of Contractor For Accepting Officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 134
SPECIAL CONDITIONS
1. GENERAL
These special conditions shall be read in conjunction with the general conditions of contracts
(IAFW-2249) and IAFW-2159 including errata and amendments thereto. Any provision in these
special conditions if at variance with the provision in the above mentioned documents the
provisions made hereinafter shall be deemed to take precedence there over.

2. INSPECTION OF SITE BY THE TENDERER


Reference Para 8 and 11 of notice of tender (IAFW-2162) and condition 4 of IAFW-2249.

(a) 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 affect the entire completion of work under this contract.

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

3. COORDINATION WITH OTHER AGENCIES


Contractor’s attention is invited to the fact that during the currency of this contract, works on
other services which are outside the scope of work of this contract may be entrusted for
execution to other agencies. The contractor shall permit free access and afford normal facilities
and usual convenience to other agencies or departmental workmen to carryout connected
works of services under separate arrangements. The contractor shall not be allowed any extra
payment on this account.

4. EMPLOYMENT OF PERSONNEL
(a) 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 Indian 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.

(b) 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.

(c) In this connection, the contractor’s attention is also drawn to condition 25 of IAFW-2249.

(d) Verification of antecedents of contractor’s representations / labour deployed at site in


connection with execution of work under the contract as per security requirement of user
unit / installation shall be the responsibility of the contractor and all expenses in
connection with verification of antecedents by police authority / security agency shall be
borne by the contractor.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 135
SPECIAL CONDITIONS (CONTD…….)

5. SECURITY OF CLASSIFIED DOCUMENTS


Contractor’s special attention is drawn to condition 2-A and 3 of General Conditions of Contracts
(IAFW-2249). The contractor shall not communicate any classified information regarding works
either to sub contractors or others without prior approval of the Engineer-in-Charge. The
contractor shall also not make copies of the design/drawings and other documents furnished to
him in respect of works and he shall return all documents on completion of the works or on
earlier determination of the contract. The contractor shall along with final bill attach a receipt
from the Engineer-in-Charge in respect of his having returned the classified documents as per
condition 3 of General Conditions of Contracts (IAFW-2249).

6. ACCEPTANCE OF TENDER
The tender shall remain open for acceptance for a clear period of 90 days clear (excluding the
bid submission end date ) from the bid submission end date specified.

7. CRITICAL PATH METHOD CPM NETWORK


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

(b) During currency of the work the contractor is expected to adhere to the time schedule
and this adherence will be a part of the contractor’s performance under the contract.
During the execution of work, the contractor is expected to participate in the reviews and
updating of the network, undertaken by the GE. These reviews may be undertaken at
the discretion of the GE either as a periodic appraisal measure or when the quantum of
work ordered on the contractor is substantially changed through deviation orders or
amendments. Any revision of the schedule as a result of the review, will be submitted by
the contractor to GE within a week who will approve it after due scrutiny. The contractor
will adhere to the revised schedule thereafter. In case of contractor disagreeing with the
revised schedule, the same will be referred to the Accepting Officer whose decision will
be final, conclusive and binding. GEs approval to the revised schedule resulting in a
completion date beyond the stipulated date of completion shall not automatically amount
to a grant of extension of time. Extension of time shall be considered and decided by the
appropriate authority mentioned in condition 11 of IAFW-2249 and separately regulated.
(c) The Contractor shall mobilise and employ sufficient resources to achieve the detailed
schedule within the broad framework of the accepted methods of working and safety.

(d) No additional payment will be made to the contractor for any multiple shift work or other
incentive method contemplated by him in his work schedule even though the time
schedule is approved by the Department.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 136
SPECIAL CONDITIONS (CONTD…….)

8. RECORD OF MATERIALS AND PURCHASE VOUCHERS: -

(a) The quantity of materials such as cement, steel, paints, water proofing compound,
chemicals for antitermite treatment and the like, 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.

(b) Materials brought to site shall be stored as directed by the Engineer-in-Charge and those
already recorded in Measurement book shall be suitably marked for identification.

(c) Contractor shall produce vouchers/invoices from the manufacturers and/or their authorised
agents for the full quantity of the following materials, as applicable as a pre-requisite
before submitting claims for payment for advances on account of the work done and/or
materials collected in accordance with condition 64 of General Conditions of contracts-
IAFW-2249.
(i) Water proofing compound.
(ii) Chemicals for Anti-termite Treatment.
(iii) Paints, distempers, cement base paints and like.
(iv) Cast iron pipes and fittings.
(v) Sanitary fittings.
(vi) Steel windows/ventilators.
(vii) Factory made door shutters/ PVC doors.
(viii) Floor/Wall tiles.
(ix) Iron mongery.
(x) Salt glazed stoneware pipes/Reinforced concrete pipes.
(xi) Electrical and water supply fittings/fixtures where names of manufacturers/brands
are specified or approved.
(xii) Cables.
(xiii) Cement.
(xiv) Steel.

(d) The contractor shall, on demand, produce to the GE, original receipted vouchers/invoices
in respect of the materials other than as stated in sub-Para (c). Vouchers/invoices so
produced and verified shall be stamped by Engineer-in-Charge indicating contract number.
The contractor shall ensure that the materials are brought to site, in original sealed
containers/packing, bearing manufacturer’s marking except in the case of the requirement
of materials (s) being less than smallest packing.

(e) Bitumen shall be purchased directly from manufacturer’s stockist or their authorised
dealers only. These 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.

(f) The vouchers/invoices will clearly indicate the contract number, the IS No, specific
alternative to which the material conforms in case of various alternative in IS.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 137
SPECIAL CONDITIONS (CONTD…….)

9. APPROVAL OF SAMPLE OF WORKMANSHIP IN BUILDING.


(a) To determine the acceptable standard of workmanship, one building (or portion of the
bldg, to be decided by the GE) shall be completed by the contractor well in advance as
directed by GE under close supervision of the Engineer-in-Charge and shall be got
approved from the GE. The workmanship of various trades and finishes of this building
shall serve as guiding sample for work in the remaining quarter/buildings.
(b) The Sample Quarter shall be completed in all respects as per time of completion
specified in Schedule ‘A’ notes.
10. MATERIALS AND SAMPLES
(a) Refer condition 10 of IAFW-2249.
(b) The materials and articles, which have been specified from certain
makes/manufacturers, shall be of makes/manufactures as specified. If the
manufacturers specified in tender documents make both ISI marked and conforming to
IS specifications, the materials/articles shall be ISI marked.
(c) The materials and articles, which have not been specified in tender documents by
makes/manufacturers, shall be as under :-
(i) If ISI marked materials are being manufactured the same shall be ISI marked.
For list of ISI marked manufacturers refer website BIS i.e., www.bis.org.in.
(ii) If ISI marked materials are not being manufactured the same shall be conforming
to IS specifications.
(d) Materials of local origin shall be as specified and conforming to samples kept in GE’s
office. The tenderer is advised to inspect sample of materials which are displayed in the
office of GE, before submitting his tender. The tenderer shall be deemed to have
inspected the samples and satisfied himself as to the nature and quality of materials, he
is required to incorporate in the work irrespective of whether he has actually inspected
them or not.
(e) The contractor shall not procure materials and articles unless the samples are first got
approved by the GE.

11. HANDING OVER OF SITE


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

12. DAMAGE TO THE EXISTING STRUCTURES


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

13. APPROACHES
The contractors 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.

14. QUARRIES ON DEFENCE LAND


Reference to condition 14 of IAFW-2249. Quarries are not available on Defence land for use by
the contractor, to remove materials for use in the works.

15. RELEASE OF ADDITIONAL SECURITY DEPOSIT


(Refer condition 22 and 68 of IAFW-2249)
The contractor in case he has to deposit additional security for the contract, is advised to
deposit the additional security in two equal parts so as to facilitate release of additional security
in accordance with condition 68 of IAFW-2249.
Signature of Contractor for Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 138
SPECIAL CONDITIONS (CONTD…….)

16. ADVANCES ON ACCOUNT AGAINST MATERIALS

Refer condition 64 of IAFW-2249 – Advance on account

(a) Add the following in continuation of Para 8 “Provided further, the Contractor may be paid
advance on account to the full value of the under mentioned materials only, brought on
the site, on his furnishing Guarantee Bond (s) from a scheduled bank for the amount of
the retention money which should otherwise be recoverable from him under Contract :

(i) GI pipe for water supply


(ii) CI pipe for Soil / waste / vent pipes.
(iii) CI pipe for water supply.
(iv) Factory made steel window and ventilators.
(v) Factory made pressed steel frame for doors.
(vi) Factory made cub board steel frame and steel shutters.
(vii) Transformer.
(viii) Steel lockers.
(ix) Ceiling & exhaust fan.
(x) Electrical light fittings.
(xi) Split type air conditioner.

(b) It will be noted that advance on account to the full value to materials
brought on the site is permissible only in respect of fittings and fixtures
and other manufactured items which do not loose their identity. Materials like bricks,
aggregate, pre-cast concrete and similar items shall not be taken in the list.

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

17. ALLOTMENT OF LAND FOR STORAGE OF MATERIALS INCLUDING TEMPORARY SHEDS

(Refer condition 24 of IAFW-2249)

Delete the following in Para 1 of condition 24 of IAFW-2249, “In the event of ……………areas of
land allotted to him” and following shall be read in conjunction with condition 24 of IAFW-2249.
The contractor shall be permitted to store his materials including erecting temporary sheds
thereof at the areas of land as shown by GE free of rent if it is on class A1 land. For other types
of land he shall pay a licence fee of Re 1/- per year or part thereof in respect of each and every
separate area of land allotted to him.

18. ALLOTMENT OF LAND FOR ACCOMMODATION OF LABOUR, CANTEEN, FABRICATING


WORKSHOP ETC

(Refer condition 24 of IAFW-2249).

The Contractor shall be permitted to erect his labour camp, temporary workshops, and the like
at the area of land marked for this purpose on the site plan and he shall pay a licence fee Re 1/-
per year or part thereof in respect of each and every separate area of land allotted to him

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 139
SPECIAL CONDITIONS (CONTD…….)

19. MINIMUM WAGES PAYABLE


Refer condition 58 of IAFW-2249

(a) The Contractor shall not pay wages lower than minimum wages for labour as fixed by the
Government of India/State Govt/Union territory, whichever is higher.

(b) Contractor’s attention is also drawn, amongst other things to the ‘explanations’ to the
schedule of minimum wages referred to above.

(c) The fair wages referred to in condition 58 of IAFW-2249 will be deemed to be the same as
the minimum wages, referred to above as upto date from time to time.

(d) Schedule of minimum wages are not enclosed along with tender documents. However
contractor shall be deemed to have verified the minimum fair wages payable as on the last
due date of receipt of tender.

(e) The contractor shall have no claim whatsoever, if on account of local factor and/or
regulations, he is required to pay the wages in excess of minimum wages as described
above during the execution of work.

20. ELECTRIC SUPPLY

(a) In case the contractor desires to buy electricity from the MES, he shall be charged for
the electric energy consumed at the rate of Rs 5.22 per kilowatt hour for lightening and
power each.

(b) Electric supply required for works up to maximum of 10 KVA shall be made available by
the MES at the incoming terminal of the main switch marked on the site plan as shown
by GE. The main switch and KWH meters to register to electric energy supplied shall be
provided and installed by the MES. The contractor shall provide all necessary cables
fittings, etc., from the main switch in order to ensure a proper and suitable supply of
electricity for the execution of work.

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

(d) 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 if so desired by him.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 140
SPECIAL CONDITIONS (CONTD…….)

21. WATER
21.1 (Refer to condition 31 of IAFW-2249).

21.2 Water will not be supplied by the MES. The tenderers are advised to visit the site of works to
ascertain availability of water from civil sources or from nearby natural sources outside Ministry
of Defence land. The contractor shall be allowed, if he so desires, to dig a tube well at site of
work at a place as approved by Garrison Engineer under his own arrangements and at his own
cost and nothing shall be charged from the contractor. However contractor is only obtaining
permission for digging bore well from competent civil authority. On completion of the work the
tube well with casing intact shall be left in position without claiming cost thereof from
department. A cap (MS) shall be provided over the casing for ensuring safety of the well. No
compensation whatsoever shall be admissible to the contractor, for leaving the tube well with
casing, after completion of work. Use of water from such tube well shall only be permitted if,
found fit after testing for use in the work. The water from such tube well or outside MOD land
sources shall be got tested by the GE form a Government laboratory / Government Engineering
college , who shall satisfy himself before permitting the contractor to use the water from such
sources. Further GE and contractor will ensure that testing of water is carried out in any
Government laboratory / Government Engineering college at three months interval to comply
the requirements. Cost of testing of water will be borne by the contractor.

21.3 Contractor shall not have any claim in case, permission not given due to any reason what so
ever or if the water from the bore is not suitable for construction work and not permitted for use.

22. REIMBURSEMENT/REFUND ON VARIATION IN PRICES-WAGES OF LABOUR

(REFER CONDITION 63 OF IAFW –2249)

Increase or decrease in prices consequent on variation in wages of labour shall be adjusted on


the basis stipulated hereinafter irrespective of the actual variation in price-wages of labour to the
contractor.

The labour component for the work under the contract as whole shall be taken a KL of the value
of the work executed under the contract. Variation in labour wages shall be worked out by
applying the following formula:-

EL = KL x Vg1 x L1 - LO
100 LO

EL = Variation in wages of Labour reimbursement to be made to the Contractor or refund to be


made by the Contractor.

KL = Constant representing the percentage cost of labour element as compared to the total of
the work under the contract as a whole. The value of KL for the work shall be 20 (twenty only).

Vg1 = Gross value of work done at contract rates during the period of reckoning less value of
work paid or payable to the contractor based on actual cost (eg star rate (s), work executed
under prime cost sum etc.) during the period of reckoning.

L1 = Minimum wage in rupees of an unskilled adult male mazdoor as fixed under any law,
Statutory rule or order as on the date of commencement of the period of reckoning.

LO = As for L1 but the minimum wage in rupees of an unskilled adult male mazdoor as on the
last due date (date of opening ‘Q’ bid in case of tenders based on TandQ bids) for receipt of
tenders. If labour wage on date of receipt tender are increased afterward with retrospective
effect the value of LO shall be fixed keeping in view the following aspects:-

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 141
SPECIAL CONDITIONS (CONTD…….)

(a) If the increase/decrease in wages of labour are made known to the public by any
means of media before receipt date of tender but the same is officially notified
thereafter giving retrospective effect, the value of “Lo” shall be as per notification
though made subsequently.

(b) If a net wage comprises a fixed basic wage and the living allowance revised from
time to time based on consumer price index (CPI) and increase CPI is made
known to the public by any means before the date of receipt of tender, the “Lo”
will be revised wages corresponding to revised CPI, though the formal
notification for the net wage (considering the revised living allowance
corresponding to revised CPI) is made subsequent to date of receipt of tender.

(c) In case the labour enforcement officer makes the announcement before date of
receipt of tender i.e. bid submission end date specified but gazette notification is
made subsequently making wages applicable with retrospective effect, the value
of “LO” shall be as per Gazette Notification subsequently made.

(d) If the increase/decrease in wages of labours is notified/announced subsequent to


receipt of tender with retrospective effect without making the same publicly
known by means of publicity/media prior to the date of receipt of tender, then, the
value of “LO” shall be as per wage known at the time of receipt of tender.

Note : 1. The contractor shall within reasonable time of his becoming aware of any alteration to the
payment of wages of labour consequent on fixation of minimum wages under any laws,
statutory rule or order, 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.

2. Irrespective of the variation in minimum wages for any category of labour, for the purpose of
adjustment under this special condition, the variation in minimum wage fixed under any law,
statutory rule or order for an unskilled adult male mazdoor, if any, shall only form the basis.

3. Periodicity of working out the variation in wages of labour will be three months commencing
from the last due date for receipt of tenders. The last adjustment for variation in wages of labour
shall however, be done for the period upto the date of completion or extended date of
completion. Valuation of price adjustment due to increase/decrease in minimum wages under
any law, statutory rule or order for the purpose of making reimbursement/refund in RARs, will be
timed in such manner that relevant data required for quarterly calculation under this special
condition is available from the RARs. The first price adjustment in respect of variation in wages
of labour will be worked out for the relevant quarter during which alteration to the wages of
labour took place. For implementing this provision, the period of reckoning in such quarter will
have to be divided into two periods i.e., the first period up to the RAR payable immediately after
the date of variation and the other up to the end of the quarter. Value of L1 at the beginning of
the other period shall be the altered wage. If there are more than one change in wages in a
quarter there will be more than two periods of reckoning on similar basis. Amount payable
relevant to work done for any quarter will be worked out after the minimum wage of an unskilled
adult male mazdoor as fixed under any law, statutory rule or order for the relevant quarter is
available. Once the amount adjustable for any quarter is worked out, the same shall be adjusted
in subsequent RAR as “advance on account” adjustments alongwith adjustment for ‘Materials’
and ‘Fuel’.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 142
SPECIAL CONDITIONS (CONTD…….)

4. 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.

5. No adjustment, whatsoever, due to variation in wages of labour on account of coming into


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

6. Any dispute arising out of interpretation or application of this special condition shall be
referred to the Accepting Officer whose decision shall be final and binding.

7. For purposes of calculation of retention money, liquidated damages, sales tax/service


tax on works contracts, 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.

23 REIMBURSEMENT/REFUND ON VARIATION IN PRICES OF MATERIALS AND FUEL

Note (a) The periodicity for working out the variations will be three months. The first
variation would be for the period of three months reckoned from the last due date
for receipt of tenders.

(b) 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.

(c) As the adjustments are to be made on a quarterly basis, commencing from the
last due date for receipt of tender. RARs should be timed in such a manner that
the gross value of work done upto the corresponding date is readily available.

(d) The monthly Index numbers of wholesale prices for all commodities published by
the Economic Advisor to Govt. of India, in the first instance, are generally termed
‘Provisional’. Final Index Numbers for the corresponding weeks are published
subsequently, say after an interval of 6 to 8 weeks or so. It is to be ensured that
the variations are worked out based on the ‘Final’ Index numbers. These are
available on website http://eaindustry.nic.in.

(e) Latest base years of index are specified in conditions herein after.

(f) The term “fresh law or statutory rule or order” used in the aforesaid conditions
includes not only Central law or Central rule or order but also the State law or
State rule or order.

23.1 Re-Imbursement Refund On Variation In Price


Refer condition 63 of the General Condition of Contracts (IAFW-2249).

Re-imbursement / refund on variation of prices. The condition 63 of the General Conditions of


contracts shall be deemed to be modified to the extent mentioned hereinafter. Increase or
decrease in prices of materials and fuel shall be adjusted on the basis stipulated hereinafter
irrespective of the actual variation in prices (to the contractor)

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 143
SPECIAL CONDITIONS (CONTD…….)

23.1.1 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 a whole shall be
taken as KM% of the value of works executed under the contract ; value of KM is given herein
below :

EM = (VM2 - VM1) x W 1 – W0
W0
Variation in prices of materials shall be worked out by applying the following formula:

VM = (KM x Vg) + (Vs – VB)


100
where,

EM = Variation in price of material to be adjusted.

KM = Constant representing the percentage cost of materials including schedule ‘B’


materials as compared to the total value of work under the 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 period of reckoning.

VS = Value of all materials lying at site for incorporation in the work including materials
issued under Schedule ‘B’ and including materials brought and paid or payable to
contractor under prime Cost Sum and or Star Rate (s).

VB = Value of all materials (out of Vg and VS) issued under schedule ‘B’ plus value of
all materials brought and paid or payable to contractors under prime Cost Sum and/or
Star Rate (s).

W1 = Whole sale price index for all commodities (base 2004-2005=100) published by
Economic Adviser to the Govt. of India, as on the date of commencement of the period
of reckoning. In case the original contract period is extended under condition 11 of
IAFW-2249, the price index as applicable on the date of commencement of the last
reckoning period before the original completion date (s) (phase wise except where
phasing has been done only for sample quarter/block) shall only be applicable during the
extended period. If phasing has been done for only sample quarter/sample block, the
price index as applicable on the date of commencement of the last reckoning period
before the original completion date of the project as a whole shall only be applicable
during the extended period.

W0= As for W1 but the index as on the last due date for receipt of tenders i.e. bid
submission end date specified.

VM2 = Value of material up to the last date of the period of reckoning for which price
variation adjustable as worked out as per formula for VM.

VM1= Value of material up to the last date of the period of reckoning for which price
variation adjustable as worked out as per formula for VM but as on date of immediate
preceding period of reckoning.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 144
SPECIAL CONDITIONS (CONTD…….)

23.1.2 Fuel : Fuel cost component for the contract as a whole shall be taken as KP% of the
value of work.

EP = (KP x Vg1) x F1 – FO
100 FO

Where, EP = Variation in price of fuel to be adjusted.

KP =Constant representing the percentage cost of fuel compared to the total value of
work under the contract as a whole. The value of KP for this work shall be 1.5 (One point
five only).

Vg1 = Gross value of work done during the period of reckoning using values of Vg for
calculating VM1 and VM2 under clause 23.1.1 hereinbefore.

F1 = Whole sale price index for sub group for fuel, power, light and lubricants (base
2004-2005 = 100) published by Economic Adviser to Govt. of India as on the date of
commencement of the period of reckoning.

F0 = As for F1 but the index as on the last due date for receipt of tenders i.e. bid
submission end date specified.

NOTES FOR CLAUSE 23.1.1 AND 23.1.2

1. No adjustment, whatsoever, due to variation in prices of materials 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) Material: No adjustment in prices shall be made for any work done with
materials brought at site after the stipulated date of completion of the work under
contract except as contemplated under definition of W1.

(b) Fuel : No adjustment in prices shall be made for any work done with material
brought at site 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.

3. Periodicity of working out the variation will be three months. The last calculation shall
however be done for the value of work at contract rates and materials lying at site for
incorporation in the work as on date of completion or extension thereof as mentioned in
Note 2 above. Valuation of RARs is to be timed in such manner that relevant data
required for quarterly calculation under this condition is available from RARs. Amount
payable relevant to work done and materials collected in any quarter will be worked out
after firm whole sale price indices for the relevant quarter are available. Once the
amount adjustable for any quarter is worked out the same shall be adjusted as and
along with advance on account payment under condition 64 of IAFW-2249 in the
subsequent RAR (s).

4. 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.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 145
SPECIAL CONDITIONS (CONTD…….)

5. For purposes of calculation of retention money, liquidated damages, sales tax/service


tax on works contracts, 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.

6. In cases, “where value of VM2 – VM1 works out to minus on account of higher utilization of
schedule B stores (i.e. value of Sch. B stores under contract as a whole is higher than
KM value) and the reimbursement on account of variation in prices of materials works
out to be negative in spite of the whole sale price index for all commodities published by
Economic Adviser to Government of India going up from W0”, reimbursement on
account of variation in prices of materials shall be treated as “NIL”.

24. QUALIFIED TRADESMEN (APPLICABLE FOR WORKS COSTING RUPEES ONE CRORE
OR MORE)

In compliance with the condition 26 of IAFW-2249 (General Conditions of Contracts), the


contractor shall employ skilled/semi skilled tradesmen who are qualified and possessing
certificate in particular trade from Industrial Training Institute (ITI)/National Institute of
Construction Management and Research (NICMAR)/ National Academy of Construction (NAC)
Hyderabad/Construction Industry Development Council (CIDC), similar reputed and recognized
Institutes by State/Central Government, to execute the works of their respective trade. The
number of such qualified tradesmen shall not be less then 25% of total skilled/semi
skilled tradesmen required in each trade. The contractor shall submit the list of such tradesmen
along with requisite certificates to Garrison Engineer for verification and approval.
Notwithstanding the approval of such tradesmen by GE, if the tradesmen are found to have
inadequate skill to execute the work of their trades, leading to un-satisfactory workmanship, the
contractor shall remove such tradesmen with in 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.

25. CONDITIONS FOR WORKING IN RESTRICTED AREA

Work under this contract lies in restricted Area. The restrictions for entry to work site and
conditions of working in restricted area shall be as under:-
(a) ENTRY AND EXIT
The contractor/his agent(s) representatives/workmen etc and his materials , carts,
trucks or other means of transports, machineries etc will be allowed to enter through and
leave only from such gate or gates and at such times as the GE or authorities in charge
of the restricted area may at their sole discretion permits. The contractor’s authorized
representative is required to be present at the places of entry and exit for the purpose of
identifying his carts, trucks, machineries etc to the person in charge of the security of the
restricted area and shall stick to only the specific route directed for them to follow.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 146
SPECIAL CONDITIONS (CONTD…….)

(b) IDENTITY OF WORKMAN

(i) Every workmen shall be in possession of an identity card. The identity card shall
be issued after a thorough investigation of the antecedents of the labourers by the
contractor and attested by Office-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) The contractor, his agents and representatives are required individually to be in
possession of an identity card or pass. The identity card or pass 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.
(iii) Passes may also be issued for the transport engaged by the contractor.
Contractor shall submit the list of transport with the name of driver and licence No
to the Engineer-in-Charge well in time for issue of passes. The transport, its driver
and crew and the consignment carried shall also be subjected to search at entry as
well as at exit.
(iv) Passes shall be surrendered at any time on demand by Engineer-in- Charge and in
any case immediately after completion of work or termination of cancellation of
contract.
(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 time or any
number of times within the restricted area.
(d) FEMALE SEARCHER

If the contractor desires to employ female labour for works to be carried out inside the
restricted area of factory, depot, park etc, and a female searcher is not borne on the
authorized strength of the factory, depot, 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.
searchers shall be distributed on equitable basis between the contractors employing
female labour taking into consideration the value and period of completion of their
contracts. The GE’s decision in regard to the amount payable on his account by any
contractor shall be final and binding.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 147
SPECIAL CONDITIONS (CONTD…….)

(e) WORKING HOURS


(i) The unit controlling restricted area, usually work during six days in a week (Monday
to Saturday) and remain closed on the 7th day (Sunday). The working hours
available to the contractor’s labour and staff are however appreciably reduced
because of the time taken in security check, procedures observed at the time of
entry, exit and during working hours, No claim whatsoever, shall be admissible on
this account.
(ii) The exact working hours, working days and non-working days observed for the
restricted area, 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 the number of working hours for a unit are prescribed in
regulations and that they cannot be increased by the GE or authorities controlling
the restricted area.
(iii) 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.
(iv) Contractor’s labour/tradesman, materials, transport etc shall normally be permitted
to come in/go out of the restricted area between 0900 hours to 1700 hours on
Monday to Saturday.

(f) WORKING ON HOLIDAYS

The contractor shall not carry out any work on gazette holidays, weekly holidays and other
non working days except when he is specially authorized in writing to do so by the GE.
The GE may at his sole discretion declare any day as holiday or non working day without
assigning any reason for such declaration.

(g) FIRE PRECAUTIONS

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

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

(iii) No entry of any explosive, inflammable material, matchboxes, cigarettes etc will be
permitted.

(iv) No excavation work by blasting or using explosives of any kind will be permitted.

(v) Welding without adequate fire fighting precautions will not be permitted.

(vi) There will be no use of naked flame in project site.

(vii) At site no inflammable material is to be left behind unattended.

(viii) Against the outbreak of fire he shall provide amongst other things, adequate self
contained fire fighting arrangements to the entire satisfaction of the GE. No extra
amount shall be admissible to the contractor on this account.

(ix) Notwithstanding to the above, the site is liable to be inspected by representative of


Depot to verify that the precaution is being strictly observed.

(x) No claim whatsoever, shall be admissible for any loss of man-hours, idling of
machineries & transport etc on account of observance of the above restrictions.
Signature of Contractor for Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 148
SPECIAL CONDITIONS (CONTD…….)

26. LOCATION OF BUILDINGS AND WORKS

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

27. WATCH/LIGTHING

The contractor shall at his own cost take all possible precautions to ensure safety of life and
property by providing necessary fencing, barrier, light, watchmen etc., during the progress of
work and as directed by the Engineer-in-Charge.

28. CONCILIATION

28.1 Scope of Conciliation

28.1.1 This is applicable to contract concluded by Zonal/Project Chief Engineer.

28.1.2 The scope of conciliation shall be restricted to the following types of disputes with financial limits
as indicated therein: -

(a) Dispute 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) Dispute relating to non-return of Schedule `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 parties.

For item (b), (c), (d) and (e) each as stated above the financial limit shall be Rupees two lakhs
or one percent of the contract amount whichever is less.

28.2 Commencement of Conciliation Proceedings

28.2.1 The party initiating conciliation shall send to the other party a written invitation to
conciliate, briefly identifying the subject of the dispute.

28.2.2 Conciliation proceedings shall commence when the other party accepts in
writing the invitation to conciliate.

28.2.3 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.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 149
SPECIAL CONDITIONS (CONTD…….)

28.3 Number of Conciliators : There shall be a Sole conciliator.

28.4 Appointment of Conciliator : All disputes brought out in Clause 28.1.2(a) to (e) herein before
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 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.

28.5 Status of Effect of Settlement Agreement : The settlement agreement signed by the
parties as a result of conciliation proceedings shall have the same status and effect as it is an
arbitral award on agreed terms.

29. CLEANING DOWN


Refer condition 49 of IAFW-2249

The contractor shall clean all floors, remove cement, lime or paint drops, clean joinery, glass
panels etc., Touch up all paint work and carry out all necessary items of work in connection
therewith and have the whole premises clean and tidy to the entire satisfaction of Engineer-in-
Charge before handling the items/works. No extra payment shall be admissible to the
contractor for this operation.

30. OUTPUT OF ROAD ROLLERS


Refer condition 15 of IAFW-2249.

30.1 Where road rollers are hired by the Department to the contractor, a logbook for each road roller
shall be maintained by the Department recording hours of working of the road roller. In case,
however, when the contractor procures road roller from, sources other than the Department, a
logbook for each road roller shall be maintained by him for recording hours of work 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.

30.2 To ensure proper consolidation roller must work for at least number of days assessed on the
basis of out put given here-in-after. If the roller has not worked for the number of days so
assessed, recovery shall be effected from the contractor for the number of days falling short of
the days assessed on the basis of output stipulated. The recovery shall be effected as under:-

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

(ii) Where road roller is hired by the contractor only from sources other than the Department
at rate of Rs 2000/- per working day of 8 hours for static power roller and at the rate of
Rs4000/- per working day of 8 hours. for tandem vibratory roller.

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

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 150
SPECIAL CONDITIONS (CONTD…….)

30.3 The above provisions shall not, however, absolve the contractor of his responsibility of properly
consolidating surface as required under the provisions of contract.
OUTPUT PER DAY OF 8 HOURS WORK
(i) Consolidation of formation surface/sub grade - 1850 Sqm
(ii) Consolidation of stone soling 23 cm thick with 8 to 10 - 518 Sqm
tonnes Roller
(iii) Consolidation of stone soling 15 cm thick - ditto - 800 Sqm
(iv) Consolidation of water bound macadam (stone metal) - 372 Sqm
including spreading and consolidation with binding
material 7.5 cm (spread thickness)
(v) Ditto but 11cm (spread thickness) ditto - 248 Sqm
(vi) Consolidation of single coat surface dressing - 774 Sqm
(vii) Ditto but two coat surface dressing - 558 Sqm
(viii) Consolidation of premixed carpet including seal coat -
(aa) 2 cm thick - 744 Sqm
(ab) 2.5 cm thick - 600 Sqm
(ac) 4.0 cm thick - 500 Sqm
(ix) Consolidation of bituminous mixture 2 parts of broken - 372 Sqm
stone metal and one part of sand and bitumen,
consolidated thickness 4 cm

NOTE:- Regarding output of Road roller in respect of other items catered in CA, GE shall
order a board of officers and ascertain the required output of road roller to achieved
the desired/specified compaction over a trial area which will be the basis for the
reaming corresponding works.

30.4 Road roller shall not be issued by the Department under Schedule ‘C’ and shall be arranged by
the contractor under his own arrangements. Provision of condition here-in-before shall be
deemed amended accordingly.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 151
SPECIAL CONDITIONS (CONTD…….)

31. TESTING OF MATERIALS

(i) ‘A’ Level Tests for works Costing Rs 100 Lakh and Above :- The contractor shall
set up site laboratory for testing of materials (Except Sch ‘B’ materials) for ‘A’ level tests as
listed in Annexure-I hereto. The contractor shall arrange all equipment/machines for the tests
specified in Annexure-I as ‘A’ level tests at his own cost with prior approval of GE. This cost
shall be included in the lump sum costs quoted by the contractor. The contractor shall employ a
competent technical representative as approved by the GE for the purpose of testing and all
such tests shall be carried out in the presence of Engineer-in-Charge. The successful tests
result thereof shall be recorded and signed jointly by the contractor and the Engineer-in-Charge.
The charges for these tests i.e. ‘A’ level tests carried out in site laboratory of the contractor shall
not be recovered. In case, the contractor fail to set up the site laboratory and the tests are
carried out side department the recovery rate shall be actual payment made by GE to the
concerned laboratory. However if the tests are carried out in departmental laboratory the
recovery rate shall be at the rates as applicable i.e. as given in Annexure-I. The following tools /
equipments are mandatory for site laboratory for ‘A’ level test:-
(a) Electronic balance 10 Kg cap-01 No (0.1 % accuracy)
(b) Balance with wt set of 5gm to 20.00kg.
(c) Sieve set 300mm dia for Coarse aggregate (size 80mm, 50mm, 40mm, 31.5mm
or 25mm, 20mm, 16mm or 12.5mm, 10mm, 6.3mm, 4.75mm, 3.35mm)-01 No
(d) Sieve set 200mm dia for fine aggregate (size 4.75mm, 2.36mm, 1.18mm,
600micron, 300micron, 150micron, 75micron)-01 No
(e) Steel cube mould (size 150mmx150mmx150mm) – 24 Nos (min)
(f) Steel tamping rod 16mm dia 300mm long-02 Nos
(g) Slump cone with steel tamping rod of 16mm dia 0.6m long- 02Nos
(h) Steel scale 300mm long – 01 No
(j) Glass/porcelain or glazed stone ware dish (square) size 180mmx180mmx40mm
– 03 Nos
(k) Sprit level good quality – 01No
(l) Plumb bob – 02 Nos
(m) Metal gauge to determine flakiness Index – 01 No
(n) Metal gauge to determine Elongation Index-01 No
(o) Acrylic graduated Jar – 01 No
(p) Ventilated Electric oven up to 200oC temp – 01 No
(q) Digital veneer calliper – 01 No
(r) Digital micrometer – 01 No
(s) Sheet metal gauge – 01 No
(t) Concrete rebound hammer – 01 No
(u) Steel tapes 3m, 5m, 20m – 01 No each
(v) Moisture meter for wood – 01 No
(w) Sand paper - 12 Nos
(x) Nitrol (Nitric acid 2% & alcohol 98%) – 01 Bottle
(y) Necessary NDT tools- 01 Set
(z) Total Station- 01 No
(aa) Cube testing machine – 01 No
(ab) Le Chateliar Equipment – 01 No

“Relevant IS code shall be kept by the contractor in site laboratory”.


Note : Any other equipment required for ‘A’ level test though not mentioned in the
above list shall also be provided by contractor at site lab.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 152
SPECIAL CONDITIONS (CONTD…….)

(ii) ‘A’ level Tests for Works Costing upto Rs 100 Lakh: The contractor may set up site
laboratory at his option for works costing upto Rs 100 lakh. The other stipulations will be same
as specified in preceding Para (i). However in case the contractor has not set up the site
laboratory and tests are carried out side department the recovery rate shall be actual payment
made by GE to the concerned laboratory. However if the tests are carried out in department
laboratory the recovery rate shall be double the rates as applicable i.e. as given in Annexure-I.

(iii) ‘B’ and ‘C’ Level Tests: For tests of ‘B’ and ‘C’ level as indicated in Annexure-II and III,
the contractor shall provide all facilities for testing of materials at Command testing lab (CTL)
Jaipur . In case of non availability of facility at CTL, GE shall permit in writing for conducting
these tests in approved laboratory. i.e. NABL Govt. approved laboratories or test house/Govt.
Engg. Colleges. In case the tests are conducted in other than CTL Jaipur, the recovery rate
shall be actual payment made by GE to the concerned laboratory. The lump sum/rates quoted
by the contractor shall be deemed to be inclusive of these tests. The contractor shall bear the
actual charges of ‘B’ and ‘C’ level tests conducted in laboratory other than CTL Jaipur
irrespective of rates indicated in Annexure-II and Annexure-III. However if the tests are carried
out in department laboratory the recovery rate shall be double the rates given in Annexure- II
and Annexure-III

(iv) Samples shall be dispatched under arrangements and GE/ Department. Samples may
be dispatched by specifically detailed courier, through postal dak, railways, reputed courier
services and transporters. In exceptional cases the sample may be personally collected and
carried by JE (civil) of CTL Jaipur in transport provided by the GE. Expenditure incurred on this
activity can be booked to project contingency. In no case will contractor be asked to transport
any sample from works site to CTL Jaipur / any other approved laboratory.

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

32. RETENTION MONEY/COMPENSATION FOR DELAY


Refer condition 64 and 50 of IAFW-2249.

For the purpose of calculating retention money under condition 64 of IAFW-2249, and
compensation for delay under condition 50 of IAFW-2249, the value of contract as revised by
price variation shall be taken in to account.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 153
SPECIAL CONDITIONS (CONTD…….)

33. REIMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO


CONTRACT VALUE”

(a) The rates quoted by the contractor shall be deemed to be inclusive of all
taxes (including Sales tax/VAT on materials, sales tax/VAT on works contracts, turnover
tax, service tax, Labour welfare cess/tax, GST etc), duties, Royalties, Octroi and Other
levies payable under the respective statutes. No reimbursement/refund for variation in
rates of taxes, duties, Royalties, Octroi and other levies, and /or imposition/abolition of
any new/existing taxes, duties, Royalties, Octroi and other levies shall be made except
as provided in sub Para (b) herein below. Several existing taxes, duties etc may be
subsumed in GST and contractor to take this into account while quoting rates. Please
note nothing extra shall be paid over the quoted rates due to induction of GST by the
Government.

(b) (i) The taxes which are levied Government at certain percentage rates of contract
sum/amount shall be termed as “taxes directly related to contract value” such as sales
tax/VAT on works contracts, turnover tax, service tax, Labour welfare cess/tax, GST 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 of receipt of tenders. Any increase in percentage rates of “taxes directly related
to contract value” with reference to prevailing rates on last due date for receipt of tenders
i.e. bid submission end date specified shall be reimbursed to the contractor and any
decrease in percentage rates of “taxes directly related to contract value” with reference to
prevailing rates on last due date for receipt of tenders i.e. bid submission end date
specified 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 i.e. bid submission end date
specified 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 i.e. bid submission end
date specified shall be refunded by the contractor to the Govt/deducted by the Govt from
the payments due to the contractor.

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

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

(iv) Reimbursement for increase in percentage rates/imposition of “taxes directly


related to contract value” shall be made only if contractors necessarily and properly pays
additional “taxes directly related to contract value” to the Government, without getting the
same adjusted against any other tax liability or without getting the same refunded from the
concerned Government Authority and submits documentary proof for the same as the GE
may require.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 154
SPECIAL CONDITIONS (CONTD…….)

34 SERVICE TAX

34.1 Bidders are advised to take note of Govt. of India, Ministry of Finance and Dept of Revenue
Notification No. 6 /2015-service tax dated 01 Mar 2015.

34.2 Service tax is applicable for this work and quoted rates are deemed to be inclusive of service
tax subject to the following exemptions:-

(a) The items pertaining to the work of pipeline, conduit or plant for the following fall under
exemption list of service tax::-

(i) Water Supply


(ii) Water treatment
(iii) Sewage treatment or disposal

(b) Service tax shall not be applicable on supply of new furniture being categorized as supply
of goods. However, repair of furniture shall attract service tax.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 155

SPECIAL CONDITIONS (CONTD…….)


ANNEXURE-I
MATERIALS AND THEIR TESTS IN SITE LAB (A- LEVEL)

SN Material Test Method Frequency of tests Rate Remarks


of testing (in Rs)
1 2 3 4 5 6 7

1 Bricks (i) Compressive IS-3495 As per IS 5454 as given under 350 Checks for visual
Strength (Part-I) and dimensional
characteristics
(ii) Water IS-3495 Lot size Sampl Permissible 290 Shall also be
absorption (Part-II) e size %age of carried out as per
defective IS-5454
bricks
(iii) Efflorescence IS-3495 1001 to 5 0 350
(Part-III) 10000
10001 10 0
to
35000
35001 15 1
to
50000
2 Coarse (i) Sieve analysis IS-2386 One test for every 15 Cum of 230
aggregate (Part-I) aggregate or part thereof
brought to site
(ii)Flakiness Index --DO-- --DO-- 180

(iii)Estimation of IS-2386 One test for every 100 Cum of 230


deleterious (Part-II) aggregate or part thereof
materials
(iv)Moisture IS-2386 Regularly as required 230
Content (Part-III)

3 Fine (i) Sieve analysis IS-2386 One test for every 15 Cum of FA 350
aggregate (Part-I) or part when brought to site
(ii)Test for clay silt IS-2386 -do- 180
and impurity (Part-II)

(iii)Moisture IS-2386 Regularly as required 350


Content Part-III
4 Cement (i) Setting time IS-4031 One test for each 350
Test lot/consignment or as and when
required

(ii) Compressive -do- -do- 690


strength test

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 156
SPECIAL CONDITIONS (CONTD…….)

ANNEXURE-I (Contd..)

MATERIALS AND THEIR TESTS IN SITE LAB (Contd…)

1 2 3 4 5 6 7
5 Structural (i) Slump test or IS-1199 The minimum frequency of 350 (i) Random
concrete (M- compacting sampling of concrete of each sampling shall be
15 Grade and factor test or grade shall be as under carried out
above) or Vee-Bee time conveyer/at mixing
quality unit
concrete (ii)Compressive IS-516 Qty of concrete in No of 230 (ii) Refer IS-456
design for strength the work (Cum) sample (1978) clause 14.2
flexural for frequency of
concrete sampling
1-5 1 (iii) One sample
6-15 2 constitute 7
16-30 3 Cubes/beams, 03
to be tested at 7
days, 3 at 28 days
and balance 1 shall
be preserved at
least one year after
the completion of
work
31-50 4 (iv) Cubes/ beams
51 and above 4+1 for each shall be marked
additional 50 Cum or part with sample
thereof number and date
of casting
6 Burnt clay Compressive IS-3495 6 tiles out of 12 350 Samples 12 tiles
roofing tiles strength (Part-II) from each source
(hand made) of supply selected
as per IS at random
2690
(Part-II)
length
150-250 mm
width
100-200 mm
7 Welding of Visual IS 8280- 100% by visual inspection 690 Specialised test,
steel work inspection test 1970 their method and
clause frequency to be
7.1 decided or
consideration or
thereof

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 157
(SPECIAL CONDITIONS (CONTD…….)
ANNEXURE-I (Contd..)
MATERIALS AND THEIR TESTS IN SITE LAB (Contd…)

1 2 3 4 5 6 7
8 Timber Moisture content IS-1708 1960 Maximum three samples 230
from a lot of 4 Cum or 250
pieces of seasoned timber

9 Timber panelled (a)Dimensions IS 1003-1977 Frequency of sampling 350


and glazed door sizes, (Part-I) from each lot shall be as
wooden shutters workmanship under
(including factory and finish Lot size Sample size
made shutters)
26-50 5
51-100 8
101-150 13
151-300 20
301-500 32
501-1000 50
1001 and 80
above
(b) Strength test
(i) Slamming IS 1303- From each lot 5% of the
1990 factory made shutters shall
be tested for strength tests

(ii) Impact -DO- -DO-


indentation
(iii) Shock -DO- -DO-
resistance
(iv) Edge -DO- -DO-
loading
10 Wood particle (a) Density IS 2380 Three test specimens from 120 Sample shall be
board (Medium 1977 each sample (size 150x75 as per IS
density) (Part-III) mm) 3087-1983 with
moisture meter
(b) Moisture -DO- -DO- 120
content
(c) Water -DO- Part- -DO- (Size 300x300 mm) 120
absorption 16
(d) Swelling -DO- Part- -DO- (Size 125x100 mm) 120
due to 17
surface
absorption
(e) Swelling in -DO- -DO- (Size 200x100 mm) 120
water
11 Aggregates of all (a) Flakiness IS: 2386 One test per 100 cubic 230
sizes for WBM/ ( Pt II) metre
BM/AC etc for road (b) Water IS:2386 One test per 100 cubic 230
and pavement work absorption (Pt III) metre

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 158
SPECIAL CONDITIONS (CONTD…….)

ANNEXURE-II

MATERIALS AND THEIR TESTS IN CTL (B-LEVEL)

Ser Material Test Method of Frequency of Rate Remarks


No testing tests (in
Rs)
1 2 3 4 5 6 7

1 Coarse aggregate Specific gravity IS- 2386 One test for each 230
(Part-II) source of supply

2 Fine aggregate Specific gravity IS- 2386 One test for each 350
(Part-III) source of supply

3 Burnt clay roofing Water absorption IS 3495 6 tiles out of 12 420 Sample 12 tiles
(Hand made) as per (Part-II) from each source
IS 2690 (Part-II) of supply selected
break line length 150 at random
to 250 mm width 100
to 200 mm thickness
35 to 50 mm

4 Timber Specific gravity IS 1708- Maximum three 230


and weight 1960 sample from a lot
of 4 Cum or 250
pieces of
seasoned timber

5 Water for (a) Test for IS 456and Once at the stage 460 Also refer clause
construction purpose acidity 3025 of approval of 43 of IS-456 and
source of water its subsequent sub
clause regarding
suitability of water

(b) Test for IS 456 and Once at the stage 460


alkalinity 3015 of approval of
source of water

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 159
SPECIAL CONDITIONS (CONTD…….)

ANNEXURE-II (Contd..)

MATERIALS AND THEIR TESTS IN CTL (Contd..)

1 2 3 4 5 6 7

6. Ply wood Moisture IS-1734 Six tests pieces 230


contents (1983) Part- out from each of
I the boards
selected as per
table shall be
subjected
to tests.

7 Wood particle board (a) Modulus of IS 2380 of Three test 180 Sample shall be as
(Medium density) IS rupture 1977 (Part- specimens as per per IS 3087-83
3097-1085 4) IS-2380-1977 class with moisture
meter.

---- DO---
(b) Moisture --DO-- Three test 120
content (Part-III) specimen from
each sample
(size 150x75
mm)

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 160
SPECIAL CONDITIONS (CONTD…….)
ANNEXURE-III
MATERIALS AND THEIR TESTS IN NATIONAL TEST
HOUSE/SEMT WING/ENGG COLLEGE (C-LEVEL)

Ser Material Test Method of Frequency of tests Rate Remarks


No testing (in Rs)
1 2 3 4 5 6 7
1 Coarse Organic IS- 2386 One test for each 230
aggregate impurities (Part-II) source of supply
2 Fine aggregate Test for IS- 2386 One test for each 350
organic (Part-II) source of supply
impurities
3 Cement a)Soundness IS One for each 230
4031-63 consignment as and
Reaffirms when required
1988
b) Fineness --DO-- --DO-- 230
4 Water for Test for solid IS 456 Once at the stage of 560 Also refer clause 4.3
construction content and 3025 approval of source of of IS-456 and sub
purpose water clause regarding
suitability of water
5 Wood particle Screw IS 2360 Three test specimens 230 Sampling shall be as
board (medium withdrawal (Part-14) as per IS 2385 per IS 7533 (1975)
density) IS 3097 strength tables
6 Plywood Water IS-1734 Six tests pieces 460
(IS-303-1989) resistance test 1983 out from each of the
(Part VI) boards selected as per
table shall be subjected
to tests.
7 Aggregate for all (a)Impact IS:2386 One test per 100m3 350
sizes for (Pt-IV)
WBM,BM,AC,
(b) crushing IS:2386 One test per source 350
PMC etc for road
value (Pt-IV)
and pavement
(c)Loss angles IS:2386 One test per source 350
abrasion value (Pt-IV)
(d) Specific IS:2386 One test per source 350
Gravity (Pt-III)
(e) Density IS:2386 One test per source 350
(Pt-III)
(f)Stripping IS:2386 One test per source 460
value of (Pt-I)
aggregate for
BM/AC
8. Bitumen for road (a)Penetration IS:73 One test per batch of 560
work value bitumen supplied in
bulk or drum
(b) Softening IS:73 -do- 560
points
(c) Elongation IS:73 -do- 560
(d)Wax content IS:73 -do- 560
(e)Flash point/ IS:73 -do- 560
fire point
(f) Ductility IS:73 -do- 560

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 161
PARTICULAR SPECIFICATIONS

1. GENERAL

1.1 The following specifications shall be read in conjunction with SSR Part-I of 2009 and Part-II of
2010(herein after called MES Schedule). The term ‘General Specifications’ referred to herein
after as well as referred to in IAFW-2249 (General conditions of contracts) shall mean the
specifications contained in the MES Schedule. General Rules, specifications, special conditions
and all preambles in the MES Schedule shall be deemed to apply to the work under this
contract, unless mentioned otherwise in these documents, in which case, the provision in these
documents shall take precedence over the aforesaid provisions in the MES Schedule.

1.2 Rate quoted for a particular item and/or lump sum quoted by the tenderer shall be deemed to
include for any minor details/items of work and /or construction which are obviously and fairly
intended and which may not have been included in these documents but which are essential for
the execution and entire completion of the work.

1.2.1 Decision of the Accepting Officer as to whether any minor details of work and/or construction is
obviously and fairly intended to be included in the contract or not shall be final, conclusive and
binding. However, some minor details, items which shall be deemed to be essential for
execution and entire completion of work are detailed as under :-

(i) Reinforcement for any RCC member not indicated in the drawings but required as per
structural or codal requirement.

(ii) Dwarf wall or plinth beam in situations like verandah, passage, ramp, platform etc not
indicated in drawings.

(iii) Lintels over doors, windows, ward robe/cup board and opening not indicated in
drawings.

(iv) Fittings to doors, windows, ward robe/cup board and such other built-in furniture
items not shown.

(v) PCC benching at the junction of chajjas and walls not shown in drawings.

(vi) Finishing of concrete surfaces after removal of form work with 5mm thick cement plaster
in cement and sand mortar (1:3) wherever surfaces to be white washed/colour
washed/distempered/painted.

1.2.2 In all the above and similar cases, the details indicated else where in the drawings which are
similar or near to the missed out item of work shall be followed. In the absence of any other
similar or near similar details, minimum essential requirement for completion of the work from
structural and utility point of view shall be deemed to be included in the lump sum quoted. In the
event of any dispute, decision of the Accepting Officer thereon shall be final, conclusive and
binding.

1.3 The contractor shall quote his rates considering the provisions in Sch ‘A’, Particular
Specifications, Special Condition, drawings etc reading them as mutually explanatory to each
other. However, the contractor and the GE shall ensure economy in construction (but not on the
cost of structural safety), safety of men, material and works and execution of work as per best
engineering practice and local practices. For this, contractor and GE shall initiate requisite
changes to contract provisions for approval of competent authority well in advance during
currency of contract so as to ensure that progress is not hampered on this account.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 162
PARTICULAR SPECIFICATIONS (CONTD...)

2. SAMPLES OF MATERIALS AND INDIAN STANDARDS


2.1 In case where materials are specified to conform to samples the tenderer is advised to inspect
samples of the materials which are displayed in the office of the GE before submitting his
tender. The tenderer shall be deemed to have inspected the samples and satisfied himself
about the nature and quality of materials he is required to incorporate in the work irrespective of
whether he has actually inspected them or not. The materials to be incorporated in the work by
the contractor, shall conform to or shall be superior in quality to the sample displayed and shall
comply with the specifications given herein after.

2.2 The contractor shall produce sample of materials and get them approved by the GE before
commencement/incorporation in the work.

2.3 The contractor shall procure materials from following sources :-

(a) Local materials - Materials as listed in Appendix ‘A’ to particular


specifications.
(b) ISI marked materials - From any make / brand listed in Appendix ‘B’
to particular specifications.
(c) Items not covered in - Written approval of GE shall be
Appendix ‘A’ and ‘B’ to obtained.
Particular Specifications and
BIS certification.

2.4 For obtaining sample approval, contractor will download list of BIS marked manufacturers from
BIS site www.bis.org.in. He will select manufacturer (s) meeting contract specifications criteria
and handover the report with a request letter to Engineer-in-charge with his signatures. The
Engineer-in-charge will verify its correctness by visiting the BIS site and process it to GE with
his recommendations. AE/JE (Q.S and C) of GE will recheck the same from internet endorse
his recommendation and put up for approval of GE.

2.5 The printout having signature of all concerned including GE will be kept on record and approval
will be conveyed within 7 days of contractor’s request.

2.6 After sample approval GE shall send an e-mail to manufacturer (not the authorized dealer)
intimating him name of firm, approx quantity of material being procured by the contractor and
request the manufacturer to ensure that his product only is purchased by the contractor from
proper authorised source. A printout of the e-mail sent to manufacturer shall be kept on record
duly signed by the GE and a copy thereof will be sent by post to the manufacturer.

2.7 In cases involving suspected procurement of spurious material purchase vouchers shall be
verified through the manufacturer and proof of payment shall be obtained from the contractor by
Engineer-in-charge.

2.8 Where no licensee exists for a particular item as per BIS web site, GE will permit procurement
of materials confirming to IS from manufacturer to be decided by GE.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 163
PARTICULAR SPECIFICATIONS (CONTD...)
3. EXCAVATION AND EARTH WORK
3.1 EXCAVATION IN GENERAL
3.1.1 Excavation and earthwork involved in Schedule ‘A’ Part-I has been priced at the rate soft/loose
soil (without the use of timbering). Cost of all excavation and earthwork shall be deemed to be
included in the lump sum cost of items listed in Schedule ‘A’ Part-I. In case during excavation
hard/dense soil or soft/hard rock is met with, shall be ordered through deviation.

3.1.2 In case hard rock is met with, the contractor shall immediately notify the same to GE under
intimation to Accepting Officer and prior approval of Accepting Officer shall be obtained by the
GE before ordering work of excavation in hard rock on the contractor. Where hard rock is met
with during the excavation, foundation design is likely to be changed which may entail delay in
finalisation of drawings. The contractor shall mobilise his resources accordingly in consultation
with GE and shall have no claims of what so ever nature for delay in finalisation of revised
details shall be entertained. CEs decision in this regard will be final and binding.

3.1.3 Hard rock met during excavation shall be entered (in stacks) in the measurement book duly
signed by the GE and the contractor and the same shall become the property of contractor for
which recovery at the rate rubble stone from approved quarries for hand packing (Item 01623)
of MES SSR Part-II) shall be made subject to applicable percentage over SSR from contractors
advance on account payment.

3.1.4 The hard rock so obtained may be allowed to be used in the work by the GE provided it meets
the specified requirements, location (s) etc where it is to be used shall also be as decided by the
GE. If hard rock obtained from excavation is not fit to use in the work the contractor shall
remove the same outside MD land without any extra cost to the Government with approval of
AO.

3.1.5 Surplus excavated soil shall be removed to a distance exceeding 50 metre but not exceeding
500 metres deposited, spread and levelled as directed. Lump sum cost quoted by the contractor
shall include for cost of this lead and removal.

3.2 SITE CLEARANCE, SURFACE EXCAVATION AND SURFACE DRESSING


3.2.1 Before the work is started, Site clearance shall be carried out for the area covered by the
building as per clause 3.6 of MES SSR Part I. Further Surface excavation for averaging depth
shall be carried out for the area covered by the buildings as per clause no 3.32 of MES SSR
Part I. Prior to completion of work surface dressing up to 3 metres around the building from the
external walls including apron/hard standing (except road side portion of apron) shall be carried
out as per clause 3.6 and 3.10 of MES SSR Part-I. All rubbish obtained from site clearance,
surface excavation and surplus soil obtained from surface dressing shall be removed, spread
and levelled as directed by Engineer-in-Charge to a distance exceeding 50 metres but not
exceeding 500 metres from external face of building.

3.2.2 Depth of foundation shown in drawings for the buildings is depth after surface excavation.
GL/NGL marked on the drawings shall be average GL/NGL as fixed by GE after surface
excavation.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 164
PARTICULAR SPECIFICATIONS (CONTD...)

3.3 EXCAVATION IN TRENCHES AND OVER AREAS


3.3.1 Excavation in trenches and over area shall be carried out as described in clause 3.13 of MES
SSR Part-I. Bailing and pumping of water, if required will be done as described in clause 3.17 of
MES SSR Part-I. No extra payment shall be admissible for the above-mentioned operation. If
however, an inflow of water in to excavation is caused by powerful springs or river seepage,
broken water mains or drains and the like (other than those broken through the contractors
negligence) the contractor shall inform the GE. If in the opinion of the GE the inflow is due to
any of these causes, he shall issue instructions in writing as to the method to be employed in
clearing the excavation of water and additional payment shall be allowed as deviation order.

3.4 FILLING IN TRENCHES, PLINTH, UNDER FLOORS, EMBANKMENT AND TRAVERSES

3.4.1 Filling in foundation trenches, plinth, under floors, and in other situations shall be done with
approved earth. It shall be ensured that turf, peat vegetable and other organic and deleterious
matter is removed from the soil used for filling. Black cotton soil shall not be used for filling.
Filling shall be done as specified in clause 3.19 of MES SSR Part-I, and filling in trenches for
pipes, drains, cables etc shall be done as per clause 3.20 of MES SSR Part-I. Earth filling in
embankments and earthen traverses shall be done all as specified in clause 3.22 of MES SSR
Part-I.

3.4.2 (a) Earth obtained from excavation shall be used for filling only after approval of
Engineer–in-Charge.

(b) For the purpose of unit rate of building/structure in schedule `A’ Part-I the whole soil
(except soil obtained from surface dressing and surface excavation and black cotton
soil) obtained from excavation of item of schedule `A’ Part-I shall be considered suitable
for filling. No charges shall be levied from contractor for use of soil obtained from
excavation for filling.

(c) If soil obtained from excavation is not adequate for filling in trenches, plinth, under floor
etc additional approved earth required for filling shall be obtained by the contractor from
outside MOD land at his own resources and no extra payment on this account shall be
admissible.

3.5 In case of deviation, the approved earth obtained shall be priced at the rate applicable for
rough excavation in soft/loose soil not exceeding 1.5 metre in depth and getting out and removal
to a distance exceeding 500 metre but not exceeding 1.5 Km adjusted by the contractor
percentage as applicable irrespective of actual lead/cost involved.

3.6 HARD CORE


Refer clause 3.27 of MES SSR Part-I.

3.6.1 The material for hard core shall be broken hard stone approved by GE, obtained from the
source as per Appendix ‘A’ to particular specifications.

3.6.2 The hard core shall be watered and rammed. The thickness of hard core shown in drawings or
specified in particular specifications is the consolidated thickness.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 165
PARTICULAR SPECIFICATIONS (CONTD...)

3.7 PRECONSTRUCTION ANTITERMITE CHEMICAL TREATMENT


Ant termite treatment shall be carried out to (buildings as per clause 3.7.1 here in below) all as
specified in clause 3.26 of MES SSR Part-I except that termite mound treatment if required to
be provided shall be ordered as deviation.

3.7.1 The work of antitermite treatment to all the buildings in Sch ‘A’ Part-I item No 01 shall be carried
out through a specialist firm. The firm shall meet the following requirements to be approved by
the GE before anti termite treatment work is taken in hand: -

(a) The firm executing the work shall have valid license for carrying antitermite treatment as
per insecticide act 1962 (as amended from time to time).

(b) The firm shall be a member of IPCA or shall have a satisfactory record of performance.

(c) The person carrying out ant termite treatment shall be qualified as per rule 10
promulgated under insecticide rule 1971.

3.7.2 Daily record shall be maintained duly signed by the contractor and Engineer-in-Charge giving
the following details :-
(i) Location of work done
(ii) Name of chemical and its concentration used
(iii) Items of the treatment work done (bottom and sides of excavation of masonry wall, back
fill, under plinth protection, top of filling and along external perimeter of building/plinth
protection) and area covered under each item.
(iv) Quantity of chemical required for work done during the day and quantity of chemical
actually used.

3.7.3 The contractor shall give a guarantee of 10 years for the ant termite treatment. The aforesaid
guarantee period of 10 years shall reckon from the certified date of completion of work.

3.7.4 The amount so calculated as per table given below shall be retained out of the contractor’s bill
as security deposit for the guarantee period of 10 years which shall be refunded to him after
expiry of the guarantee period satisfactorily. Alternatively, contractor may give a separate
interest bearing security deposit or bank guarantee bond to GE valid for 10 years for the sum
mentioned above. Security deposit/bank guarantee bond shall be released after expiry of
defects liability period of 10 years as specified. The contractor may at his discretion furnish fixed
deposit receipt for the above amount in lieu of the security for guarantee period as mentioned:-

Srl Amount of anti-termite treatment work at Amount to be retained from contractor’s


No contract rate dues rounded to nearest thousand rupees

1 2 3
(i) Up to Rs 50 Lakh 2% of amount subject to minimum of Rs
5000/- and enhanced by 25%.
(ii) Over Rs 50Lakh and upto Rs 100 Lakh Rs 100000/-+ 1.5% of amount exceeding
Rs 50 Lakh and enhanced by 25%.
(iii) Over Rs 100 Lakh Rs 175000/-+ 1 % of amount exceeding Rs
100 Lakh and enhanced by 25%.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 166
PARTICULAR SPECIFICATIONS (CONTD...)

3.7.5 Should the GE at any time during construction or prior to the expiration of the guarantee period
of 10 years find that the buildings have been infested with termites, the contractor shall on
demand in writing from GE, specifying the building(s) complained of, notwithstanding that same
may have been inadvertently passed, certified and paid for, forthwith undertake to carry out
such treatment as may be necessary to render the said building(s) free from termite infestation
at his own expenses for the guarantee period of 10 years and in event of his failing to do so
within a period to be specified by the GE in his demand aforesaid, the GE may undertake such
treatment at the risk and expense, in all respect, of the contractor. The liability of the contractor
under this condition shall not extend beyond the guarantee period of 10 years unless the GE
had previously given notice to the contractor. The security deposit referred to in condition 3.7.4
herein before may be refunded to the contractor after the expiry of the period of ten years from
the certified date of completion by the GE provided always that the contractor shall first have
been paid the final bill and have rendered a no demand certificate (IAFA-451). Condition 10, 46
and 68 of the General Conditions of Contracts (IAFW-2249) shall be deemed to be amended to
the extent mentioned above.

3.7.6 Chemicals for ant termite treatment shall be purchased by the contractor from the
manufacturers or their authorised agents only and brought to site in manufacturer’s sealed
containers. Name of the authorised agent shall be verified from the manufacturer by the GE
before approval.

3.7.7 Regarding chemical for antitermite treatment, provisions of special condition No 8 (Record of
materials) shall strictly be complied with.

3.7.8 The chemical for ant termite treatment brought to site shall be inspected by the Engineer-in-
Charge and the quantity brought to site shall be recorded in the measurement book and signed
by the contractor and the Engineer-in-Charge as a check to ensure that the required quantity
has been brought to site for incorporation in the work.

3.7.9 The chemical brought to site shall be stored as directed by the Engineer-in-Charge and those
already recorded in the MBs shall be marked for identification.

3.7.10 Refer clause 3.26.1 of MES SSR Part-I. Chemical for ant termite treatment shall be
Chloropyriophos (20% EC) ISI 8944 marked.

4. CEMENT

4.1.1 GENERAL :

Cement required for the work under the contract shall be procured, supplied and incorporated in
the works by the contractor under his own arrangement. Cement shall be of tested quality and
shall comply with the requirements mentioned in the drawings, MES SSR, IS specifications as
amended and particular specifications given here-in-after.

4.1.2 TYPE OF CEMENT :

Type of cement for subject work shall be Ordinary Portland Cement (OPC) 43 (forty three)
grade in accordance with IS-8112 unless otherwise mentioned in structural drawings forming
part of the tender documents.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 167
PARTICULAR SPECIFICATIONS (CONTD...)

4.1.3 USE OF PPC : Following requirements are to be ascertained before using the PPC :-

(a) PPC meets 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-
2000 is to be suitability modified at site by the GE.

(c) Mixing of OPC and PPC shall not be allowed for use in the same building except
for plaster and mortar.

(d) While procuring PPC, the following requirements are to be ensured and certificate to that
effect is to be rendered by the contractor for each batch from the manufacturer :-

(i) The quality of fly ash is strictly as per IS-14989 (Part-I).

(ii) Fly ash is inter-ground with clinker not mixed with clinker.

(iii) Dry fly ash is transported in closed containers and stored in silos. Only
pneumatic pumping should be used.

(iv) The fly ash is received from thermal power plants using high temperature
combustion above 10000 C.

(v ) The fly ash content in PPC shall be as per IS 1489 (Pt-I).

4.2 SOURCE OF PROCUREMENT

4.2.1 Cement shall be procured by the contractor from any approved main producers of cement listed
in Appendix `B’ to particular specifications and other manufacturer of cement approved by E-in-
C’s Branch (up to schedule date of receipt of tender) and not from their authorised dealers.
However if the quantity of cement required in a work is less than 1200 bags, same can be
procured from the authorised distributors/ dealers of the main producer but the contractor will
have to submit test certificates of the batch issued by the main producers.

4.2.2 GE shall verify the valid BIS certification of the firm before giving approval of manufacturer/firm
and CTC copy thereof shall be kept on record.

4.2.3 The contractor shall furnish particulars of the manufacturer of cement along with date of
manufacture to the GE for every lot of cement separately. The cement so brought shall be fresh
and in no case older than 60 days from the date of manufacturing. The documents in support of
the purchase of the cement shall be verified by the Engineer-in-Charge and GE. Before placing
the order for supply of cement by the contractor, he shall obtain written approval from the
GE regarding name of manufacturer, quantity of cement etc. Cement shall be procured
for minimum requirement of one month and not exceeding the requirement of the same for more
than two months at a time. The cement shall be consumed in the work within three months after
receipt. Cement shall conform to the requirement of the Indian Standard Specifications and
each bag of cement shall bear ISI mark and date of manufacture. The weight of each
consignment shall be verified by the Garrison Engineer and recorded. The content of cement
shall be checked at random to verify the actual weight of cement per bag. However, the
content of cement per bag shall be 50 Kg only, subject to tolerance given in clause 9.2 of IS-
8112.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 168
PARTICULAR SPECIFICATIONS (CONTD...)

4.3 TESTING OF CEMENT

4.3.1 The manufacturer is to carry out inspections and testing of cement in accordance
with the relevant BIS provisions. The contractor shall submit the manufacturer’s
test certificate in original along with test sheets giving the results of each
physical test as applicable in accordance with relevant IS provisions and the
chemical composition of cement or authenticated copy thereof duly signed by the
manufacturer with each consignment, as per the following IS provisions: -

(a) Method of sampling hydraulic cement as per IS-3535

(b) Methods of physical test for hydraulic cement as per IS-4031

(c) Method of chemical analysis of hydraulic cement as per IS-4032

The test certificate and test sheet shall be furnished with each batch of cement. The Engineer-
in-Charge shall record these details in ‘cement supply and acceptance register’ after due
verification to be maintained by him which will be signed by JE (Civil), Engineer-in-Charge, GE
and the contractor as given in the format here-in-after for verification:-

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 169
PARTICULAR SPECIFICATIONS (CONTD...)
FORMAT FOR CEMENT SUPPLY AND ACCEPTANCE REGISTER
1. CA No and Name of W ork

2. Control No*

3. Name of Manufacturer/Brand Name/Gde of Cement :


(a) Manufacture __ (b) Brand __ (c) Grade ___

4. Qty of cement and Lot No/W eek No (in Bags) : (a) Qty____ (b) Lot No /
W eek No ____

5. Manufacturer’s test Certificates No ___________

6. Random Test Details


(a) Physical test report from ___ vide their letter No ___(Name of
approved Lab / Engg College)
(b) Chemical test report from___vide their letter No ___(Name of
approved Lab / Engg College)
Physical Requirements (As per IS-4031) Chemical Requirements (As per
IS-4032)
Compressive
Strengths
Specific Surface Area (M2//Kg)

(Mpa)

Lime Saturation Factor (Ratio)


Initial Setting Time (Minutes)

Alumina Iron Ratio (Ratio) O


Final Setting Time (Minutes)
Soundness by Le Chatellar

Standard Consistency (%)


Soundness by Auto Clave

Temp during testing20 oC

Sulphuric Anhydride (%)


Insoluble Resdue (%) O

Loss on ignition (%)


Magnesium (%)

Chlorides (%)
Alkailes (%)
03 Days

07 Days

28 Days

As per relevant
IS

As per
manufacturer’s
test certificate

As per random
test certificate

Remarks with Signature Accepted / Rejected

Contractor Junior Engineer Engineer-in-Charge Garrison Engineer

Remarks of BOO / Inspecting Officer / CW E

*To be allotted serially by GE consignment wise

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 170
PARTICULAR SPECIFICATIONS (CONTD...)

4.3.2 The contractor shall, however, organise setting time and a compressive strength test of cement
through designated laboratory on samples collected from the lot brought at site before
incorporation in the work. The contractor will be allowed to use the cement only after
satisfactory compressive strength of 7 days. To meet this requirement, contractor is required to
keep minimum 10 days stock before any new lot brought at site which can be used in the work.
The contractor shall be required to remove the cement not meeting the requirement from site
within 24 hours. 7 days strength test will be relied upon to accept the lot of cement to
commence the work. 28 days compressive strength test will be the final criteria to accept /reject
the lot.

4.3.3 The GE shall also carry out independent testing as per the tests mentioned in the ‘FORMAT
FOR CEMENT SUPPLY AND ACCEPTANCE REGISTER’ of random samples of cement drawn
from various lots if sample fails in 7 days compressive strength. The testing shall be carried out
through National Test House, SEMT, CME, Regional Research Laboratories, NABL laboratories
,IITs, Government Engineering colleges ,National Institutes of Tech Government approved
laboratories as approved by GE as per IS-3535 (Method of sampling hydraulic cement), IS-
4031 (Method of physical test for hydraulic cement) and IS-4032 (Method of chemical analysis
of hydraulic cement) referred to above. The decision as to where the testing of cement is to be
done shall be taken by GE. In case the cement is not of requisite standard despite
manufacturers test certificate, the contractor shall remove the total consignment from the site at
his own cost after written rejection order of the consignment by the GE. The cost of test shall be
borne by the contractor irrespective of the results of testing.

4.3.4 Cost of transportation of samples to the approved laboratory / test house and all testing charges
including cost of samples shall be borne by the contractor.

4.3.5 The random samples as per relevant IS shall be selected by GE before carrying out testing. The
record of such samples selected by the GE for testing shall be properly maintained in the
cement testing register giving cross reference to relevant consignment of cement and quantity
received etc.

4.3.6 The contractor shall be required to set up adequate testing facilities at site to the entire
satisfaction of GE for conducting setting time test and compressive strength test as per IS codes
referred to here-in-before for the samples collected from the lot brought at site. These tests
shall be carried out within 7 days of receipt of cement at site. The test can alternatively be
carried out at the Command testing laboratory (CTL), or any other recognised laboratory so
designated by GE.

4.3.7 The contractor shall submit original purchase vouchers for the total quantity of cement supplied
under each consignment to be incorporated in the work. All consignment received at the work
site shall be inspected by the GE along with the relevant documents to ensure the requirements
as mentioned here-in-before, before acceptance. The original purchase vouchers and the test
certificates shall be verified for subject contract and defaced by the Engineer-in-Charge and
kept on record in the office of the GE duly authenticated and with cross reference to the
consignment / control number recorded in the cement acceptance register. The cement
acceptance register shall be signed by the JE (Civil), Engineer-in-Charge, GE and the
contractor. The contractor shall maintain schedule of supply of cement for each consignment.

4.3.8 The Accepting Officer may order a board of officers for random check of cement and verification
of connected documents during the currency of contract.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 171
PARTICULAR SPECIFICATIONS (CONTD...)

4.4 STORAGE / ACCOUNTING / PRESERVATION OF CEMENT


4.4.1 Cement bags shall be stored in covered go down over dry platform at least 20cm high in such a
manner as to prevent deterioration due to moisture or intrusion of foreign matter. In case of
store room, the stack should be at least 20 cm away from floors and walls. The stacking of
cement shall be done as specified in relevant IS. The storage accounting and preservation of
cement supplied by the contractor shall be done as per standard engineering practice till the
same is incorporated in the work and the cost of the same shall be deemed to be included in the
unit rate/amount quoted by the tenderer. The Engineer-in-Charge shall inspect once a week to
verify that cement lying at site is stored, accounted, preserved and maintained as per the
norms. The cement shall be stored so as to differentiate each tested and untested consignment
separately with distinct identification. If the GE is not satisfied with the storage/preservation of
cement, he may order for any test(s) of cement as applicable for that consignment to ensure its
conformity to the quality mentioned in the manufacturer’s test certificate. The contractor shall
bear the cost of necessary testing(s) in this regard and no claim whatsoever shall be
entertained.

4.4.2 Stacking of cement shall be done as per relevant IS and as under :-

(i) Each cement consignment shall be stacked separately and removal shall be made on
the basis of `First in First out`.
(ii) Adequate top cover will be provided.
(iii) Stacks in no case shall be higher than 10 bags. The maximum width of each stack shall
be 3metre. If the stack is to be more than 7 or 8 bags high, the bags shall be arranged
in header and stretcher fashion i.e alternatively length wise and cross wise so as to tie
the piles together and avoid damage or topping over.
(iv) Adequate space shall be kept between two stacks.

4. 4.3 Cement go down shall be provided with two locks on each door. The key of one
lock at each door shall remain with the Engineer-in-Charge or his representative and that of
the other lock with the contractor’s authorised agent at site of works so that cement is removed
from the go down only according to daily requirement with the knowledge of both the parties.
During the period of storage, if any cement bag is found to be in damaged condition due to
whatsoever reason, the same shall be removed from the cement go down on written orders of
the GE and suitable replacement for the cement bags so removed shall be made and no claim
whatsoever shall be admissible on this account.

4.4.4 Cement shall be removed from the store only according to daily requirement with the
knowledge of both the parties and daily consumption of cement shall be recorded in cement
consumption register which shall be signed by the Engineer-in-Charge and the contractor.
Calculation of cement consumption will be as per the quantity of cement approved in design
mix for RCC works. For other items of work, cement constants given in Appendix `A’ to E-in-
C’s Branch letter No 19280/E8 dated 03 May 1976 shall be the basis of consumption of
cement.

4.4.5 In case the consumption of cement as per cement consumption register is found
to be more than the estimated quantity of cement due to whatsoever reason, the
contractor shall not have any claim whatsoever for such excess consumption of
cement.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 172
PARTICULAR SPECIFICATIONS (CONTD...)

4.5 SCHEDULE OF SUPPLY


The contractor shall procure the cement timely as required in accordance with CPM network
agreed between GE and the contractor. The contractor will forfeit his right to demand extension
of time if the supply of cement is delayed due to his failure in placing order in time to the
manufacturer.

4.6 MEASUREMENT AND PAYMENT OF CEMENT


4.6.1 The entire quantity of cement as brought at site, from time to time shall also be suitably
recorded in the Measurement book for record purposes as ‘Not to be abstracted’ before
incorporation in the work and shall be signed by the Engineer-in- Charge and the contractor.
4.6.2 The payment shall only be allowed after production of original purchase vouchers,
certified copies of test certificates from manufacturer for each consignment and if results of
testing carried out in laboratory on receipt of cement (7 days compressive test) are found
satisfactory after testing as specified herein before. Cement shall be paid as material lying at
site as per condition 64 of IAFW-2249. Rate of cement given in SSR shall be applicable for
cement irrespective of grade of cement specified for use in the work (only OPC).

4.6.3 For the purpose of pricing deviation for the items involving cement, the rates given in
MES SSR shall be applicable.

4.7 CONCRETE
4.7.1 All plain and reinforced cement concrete shall be as per IS-456 (2000)

4.7.2 AGGREGATE
Coarse aggregate for all cement concrete work shall be crushed or broken and graded hard
stone. Coarse aggregate and fine aggregate (sand) shall be from the source as mentioned in
Appendix ‘A’ to particular specifications as approved by the GE and shall conform to IS-383 and
to the sample kept in GEs office.

4.7.3 WATER
Quality of water to be used for mixing and curing of concrete work shall conform to the
requirement of clause No 5.4 of IS-456 (2000). The GE will monitor the quality of water through
test results to ensure that the water used for making concrete or mortar and for curing conform
to IS-456.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 173
PARTICULAR SPECIFICATIONS (CONTD...)

4.7.4 CEMENT CONCRETE


4.7.4.1 Type of cement concrete required for works in various situation shall be as follows unless
otherwise indicated on drawings or specially specified here-in-after:-
Sl No LOCATION THICKNESS and TYPE OF MIX
1 2 3
(a) Lean concrete below RCC PCC (1:4:8) type D-2 using 40 mm graded
column footing/plinth beam crushed stone aggregate.
/fins/ Ground beams
(b) Foundation concrete for PCC (1:4:8) type D-2 using 40 mm graded
masonry walls/pillars crushed stone aggregate.
(c) (i) Sub base to floor for, storage PCC (1:3:6) type C2 using 40mm graded crushed
sheds and magazines and stone aggregate. Thickness of sub base to floor
ramp. shall be as given in respective schedule of
finishes drg. However, in case where thickness is
not shown, 100mm thickness shall be provided.
(ii) Sub base to floor (except 75 mm thick PCC (1:4:8) type D-2 using 40 mm
mentioned at Ser No (c) (i) graded crushed stone aggregate..
above) and (c) (ii) below

(iii) Sub base to floor (except 150mm thick Hard core all as specified
mentioned at Ser No (c)
(i)and (ii) above)(for garages/
repair bays and their
ramp/aprons) for B vehicles

RCC works (Except water M-25 grade (Design mix concrete) as per IS 456-
(d) retaining structure) 2000 using graded crushed stone aggregate
(e) RCC works in water retaining M-30 grade (Design mix concrete) as per IS :
structure 3370 and IS : 456-2000 using graded crushed
( Irrespective to whatever has stone aggregate.
been specified in tender
documents and drawings)
(f) PCC in floors work shall be as follows :-

(i) 40 mm thick and above PCC (1:2:4) type B-1 using 20 mm graded
crushed stone aggregate

(ii) Thickness less than 40 mm PCC (1:2:4) type B-0 using 12.5 mm graded
crushed stone aggregate

(g) PCC bed blocks PCC (1:2:4) type B-1 using 20 mm graded
crushed stone aggregate of size as technically
required.
(h) PCC coping and benching PCC (1:3:6) type C-1 using 20 mm graded
crushed stone aggregate
(j) Surroundings to surface of Lean concrete PCC (1:5:10) type E-2 using 40
gully traps, padding under mm graded brick aggregate
nahani traps/floor traps/deep
seal traps/ surrounding of
WC seats/Sunken portion
etc.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 174
PARTICULAR SPECIFICATIONS (CONTD...)

4.7.5 SPECIFICATION FOR DESIGN MIX CONCRETE

4.7.5.1 CEMENT

Cement shall be as per clause 4.1.2 here in before.

4.7.5.2 AGGREGATE

(a) Aggregate shall conform to IS 383 and shall be of type basalt/trap/sand stone.
Aggregate shall be non porous, hard, strong, durable, clean and free from various
impurities and adherent coating and shall not contain any deleterious materials
exceeding the limits specified in the above referred IS. When required by the Engineer-
in-Charge, the contractor shall at his own expense carry out any test laid down in IS: 383
and IS:2386 to verify that the aggregate complies with the requirements of the IS. The
test will be carried out in any laboratory approved by the GE.

(b) Coarse aggregate shall consist of crushed stone aggregates.

(c) Fine aggregate shall consist of naturally occurring coarse sand. Fine aggregate shall
conform to Zone-II and Zone-III of table IV of IS-383.

(d) Samples of the aggregate proposed to be used shall be approved by GE, prior to bulk
delivery of the same at site of work. Field tests for determining the contents of silt, clay
etc for fine aggregate shall be carried out by the Engineer-in-Charge from time to time to
ensure that material brought to site are in conformity with the samples approved by the
GE.

(e) GRADING OF AGGREGATE

The grading of coarse and fine aggregate shall be as per MES Schedule. Fine
aggregate shall have grading as per grading Zone-II. The grading of coarse and fine
aggregate shall be checked as frequently as possible. The frequency for the aggregate
testing shall be as per Annexure – I to special condition here-in-before, which may be
increased at cost to contractor by Engineer-in-Charge to ensure that the specified
grading is being maintained.

4.7.5.3 BATCHING
(a) The mixing of cement and aggregate for cement concrete for all grades and type of RCC
work shall be done by weigh batching.

(b) The batching shall be as per clause 10.2 of IS 456:2000 and clause 4.11.3 (Excluding
provision vide sub clause 4.11.3.1 ) of MES SSR Part-I.

(c) CONCRETE WEIGH BATCHING PLANT


The concrete will be mixed in automatic concrete weigh batching plant. The plant will
have a capacity of 12-13 cum/hr (Approximate) with auto feeding system of cement and
aggregate. It will have handle for manual ejection in case of power failure. However
smaller / bigger capacity plant manufactured by any reputed company capable of giving
required output to commensurate the desired progress will be brought by contractor at
his own cost.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 175
PARTICULAR SPECIFICATIONS (CONTD...)

4.7.5.4 MIX PROPORTION AND STRENGTH


(i) Strength to be achieved As per IS-456-2000
(ii) Type of cement As per clause 4.1.2 herein before
(iii) Target mean strength of To be taken as per mix designed as per IS-10262
cement concrete clause 2.2
(iv) Aggregate/cement ratio by As per mix design based on IS 10262 and IS-456-
weight 2000
(v) Workability As per clause 7.1 of IS-456-2000 slump shall be 25
mm to 75 mm compaction factor 0.85 to 0.92
(vi) Water cement ratio As per mix design based on IS-10262 and IS-456-
2000
(vii) Degree of quality control Good (Refer Appendix `A’ of IS-10262)
(viii) Durability Exposure - Moderate for M-25 and severe for M-30
(ix) Cement content As per IS-456-2000 but not less than quantity given
below in NOTE.
(x) Type of aggregate Crushed stone aggregate
(xi) Max nominal size of aggregate 20mm or as specified.

NOTES :
(i) The minimum quantity of cement for M-25 (design mix) and M-30 (design mix) shall be
350 Kg/cum and 380 Kg/Cum respectively. In case cement quantity as per actual
design mix works out less than the above quantity, minimum cement as 350 kg/cum or
380 Kg/Cum as applicable of concrete will be used without any extra cost to Govt. In
case quantity of cement as per actual design mix is more than the above quantity, the
actual quantity as per design mix shall be used in the work without any extra cost to
Govt. The contractor will take into account this aspect while quoting the tender.

(ii) The rates given in MES schedule for design mix shall be applicable irrespective of the
quantity of cement approved/used in the execution of design mix work. The contractor
is required to keep this aspect in mind while quoting his rates.

(iii) Mix design shall be prepared based on SP-23, handbook on concrete mixes and IS-
10262 Recommended guide lines for concrete mix design. No element of wastage of
cement shall be allowed while working out the cement consumption details for design
mix concrete work.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 176
PARTICULAR SPECIFICATIONS (CONTD...)

4.7.5.5 Approval of Design Mix

(a) Soon after commencement of work, contractor shall arrange the design mix for concrete
of applicable grade. Design mix concrete shall be got carried out from National Test
House, SEMT, CME, and Regional Research Laboratories or from any Govt labs such
as IIT Delhi, NIT Kurushetra, MNIT Jaipur, Engineering College Kota, MBM Engineering
College Jodhpur and shall be got approved from GE before implementation in the work.
In case contractor fails to submit the samples of design mix soon after commencement
of work, the delay shall solely be attributable to the contractor and no claim of
whatsoever nature shall be admissible on this account.

(b) As soon as possible after receiving the design mix from the above agency same shall
be verified at site by casting and testing the final cubes by GE.

(c) For each design mix seven numbers of preliminary test cubes of size 15x15x15 cm shall
be made as per clause 2.8, 2.9 and 2.10 of IS-516. The concrete cube shall be tested as
per IS-516 at site laboratory. Out of seven cubes three will be tested after seven days
(on 8th day) from the date of casting, three cubes after 28 days from the date of casting
and remaining one cube shall be preserved by the GE for one year after certified date of
completion of the work for any subsequent check.

(d) The test after seven days (i.e on 8th days) is intended only to give an early indication of
the strength likely to be achieved. The strength thus achieved should be comparable
with the above design mix report with specified design parameter as specified in clause
4.7.5.4

(e) Frequency of sampling shall be as per clause 15 of IS-456. On the result of the above
test the mix actually to be used shall be agreed to and approved by the GE. The
approval of the GE shall not relieve the contractor of his responsibility for obtaining the
required minimum strength of concrete in the work.

4.7.5.6 ACCEPTANCE CRITERIA.

(a) The contractor shall be deemed to comply with the strength requirement as per clause
16 of IS- 456.

(b) Whenever there is any change in the type of grading of material, the mix shall be
rechecked and modified suitably to the desired compressive strength.

(c) Actual standard deviation for each grade of concrete is to be calculated after collecting
the test results of actual concrete work (compressive strength actually achieved at site
for 1st 30 samples) as laid down in IS-456-2000 (Table-II) to review the Design Mix.

4.7.6 Testing of cubes shall be carried out at the site laboratory as per Annexure-I of special
condition.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 177
PARTICULAR SPECIFICATIONS (CONTD...)

4.7.7 MIXING AND COMPACTION OF CEMENT CONCRETE


4.7.7.1 All cement concrete shall be mixed in approved mechanical mixer. The mixer must also
have a water container with a water meter for adding measured quantity of water in each
batch. Mixing of concrete shall be as per clause 4.11.5 of MES SSR Part-I

4.7.7.2 All RCC work shall be consolidated with approved mechanical vibrators except where
not practicable in the opinion of the Engineer-in-Charge, RCC in slabs shall be
compacted with plate/surface type vibrator and in beams/columns with needle/pin
vibrator.

4.7.8 HOT WEATHER CONCRETING


Para 14.1 of IS-456 specifies that during hot and cold weather, the concreting should be
done as per the procedure set out in IS 7861 (Part-I) and IS 7861 (Part-II). Provision
contained in IS 7861), reaffirmed 1990 shall be taken into account and the Dept shall
pay nothing extra on this account. The procedure/combination of procedures to be
followed for bringing down the temperature of concrete shall be decided by the GE as
per site requirement.

4.7.9 CILL TO WINDOWS/VENTS


Provide 20 to 25 mm thick polished Kota stone cill (Single piece to full length and width)
having 05 cm (min) bearing on either side of opening to all windows/vents, bedded in 15
mm thick cement and sand mortar (1:4). Cill shall be projected 25mm from wall and
rounded edges on both side with 5mmx5mm groves drip mould. The portion between
two frame shall be filled with cement and sand mortar (1:3).

4.7.10 PRECAST ARTICLES/RCC LINTELS


(a) RCC lintels over door, windows and clear openings up to 1.5 metre clear span
may be precast or cast in situ at the discretion of the contractor
(b) All precast articles shall be set in the cement and sand mortar (1:3)
(c) In the event of deviation, pricing shall be done at SSR rates for cast in situ work,
adjusted by applicable contractor’s percentage .

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 178
PARTICULAR SPECIFICATIONS (CONTD...)

4.7.11 FINISH TO CONCRETE SURFACE


4.7.11.1 Exposed surfaces of concrete (other than in contact with casing and of precast concrete)
shall be finished to a fair and even surface without using extra cement.

4.7.11.2 Exposed faces of RCC/concrete surfaces (except surfaces of over head reservoirs)
which are ultimately required to be finished by application of white/colour washing/
distempering/ painting etc in the drawings of schedule of finishes or in particular
specifications here in after, shall be plastered with a thin layer of cement and sand
mortar (1:3), 5 mm thick and finished even and smooth without using extra cement after
removal of form work.

4.7.11.3 Exposed surfaces of RCC lintels, beams, and columns etc, which are continuous with
the plastered surfaces of walls, shall be finished as for adjoining walls.

4.7.11.4 Exposed surfaces of concrete other than those referred to in clause 4.7.11.2 and
4.7.11.3 above, shall be finished even and fair without application of any plaster after
removing irregularities and protruding form work marks and stopping air holes with
cement and sand mortar (1:3) (refer clause 4.11.16.2(a) and (c) of MES SSR Part I).

4.7.11.5 Top surface of PCC ramp shall be finished with chequered finish achieved by making
impressions of expanded metal, while concrete is green.

4.7.11.6 Use of mortar/plaster shall not be permissible for correcting levels, unevenness or
elevation etc.

4.7.12 PLASTIC COVER BLOCKS

Contractor may use at his discretion plastic cover blocks in lieu of cement and sand
mortar for concrete cover blocks to ensure proper cover for the reinforcement. In the
event of deviation, the rates given in the MES SSR Part-II for reinforced cement
concrete shall be applicable without any adjustment for the type of cover blocks.

4.7.13 BEARING PLASTER AND POLYTHENE SHEET

(a) All RCC lintel bearing shall be provided as specified in Drg No CEJZ/2004/TD/S-
12 sheet No 2/2.

(b) Two layer of 100 micron thick polythene sheet shall be provided over the floor
band/roof band as shown in the Drawing No CEJZ/2004/TD/S-7 sheet 1/6 to 6/6.

(c) Two layers of stout waterproofing paper type I weighing not less than 100 Grams
per Sqm conforming to IS-1308 shall be provided over 20mm thick rendering in
cement and sand mortar (1:3) under the bearing of slabs, beams and the like in
contact with surfaces of brick masonry.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 179
PARTICULAR SPECIFICATIONS (CONTD...)

4.7.14 MASONRY STEPS/ RCC STAIR CASE

(a) At places where no finishes for masonry steps/RCC stair case are mentioned,
the finish of steps (treads/risers) shall be as that of the respective
building/room/varandah/corridor adjacent to steps/stair case shown on drawing.

(b) Sides of masonry step shall be finished with 10 mm thick plaster in cement and
sand mortar (1:4).

(c) In case kota/marble/granite stone finishes is specified in Tread and Risers of


RCC stair case/masonry step the same shall be provided with 20 to 25 mm thick
polished kota/marble/granite stone in single piece to full length and width. The
nosing of treads shall be rounded off and two parallel grooves 2mm x 2mm
immediately behind the nosing edge shall be provided to avoid skidding. In
Treads kota/marble/granite stone slab shall be laid over 20mm thick screed in
cement and sand mortar[1:3] and in Risers same shall be provided over 10mm
thick plaster in cement and sand mortar [1:3]. Holes shall be made carefully to
accommodate balusters in position where railing is to be provided.

4.7.15 PCC RAMP (other than Garages)


PCC ramp shall be provided all as shown on drawings at the location marked on drawings. All
exposed surfaces of masonry shall be plastered to match the finish of adjoining wall of the
buildings. Whether shown on drawings or not the top surface of ramp shall be provided with
chequered finish achieved by making impression of expanded metal/IRC fabric as decided by
GE, while concrete is green.

4.7.16 COPING
50 mm thick PCC coping as specified herein before shall be provided on top of masonry
parapet walls.

5. BRICK WORK
(All work for building work below plinth beam level and work below GL for services as in
provisional schedules shall be carried out through normal brick work)

5.1 The thickness of the brick wall indicated as 11.5 cm shall be taken as half brick wall. 23 cm
thick brick wall shall be taken as one brick wall and constructed from locally available
bricks. Bricks shall be sub class ‘B’ bricks, old size, with class designation 75 (75 Kg/cm2
compressive strength).
5.2 One brick walls shall be built in cement and sand mortar (1:6) and half bricks wall shall
be built in cement and sand mortar (1:4).
5.3 Chases and recesses in walls where required or where directed by Engineer-in-Charge shall as
far as possible be provided during construction to avoid cutting afterwards.
5.4 Half brick wall shall rest on plinth beams as specified in structural drawing, in
case plinth beam is not specified in structural drawing, half brick thick walls in
ground floor shall rest on sub base of the floor and on RCC floor slab/beam in
other than ground floor except in sunken portion. In sunken portion wall shall rest
on lean concrete filled for water proofing treatment.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 180
PARTICULAR SPECIFICATIONS (CONTD...)

5.4A Lintel band/ beam shall be provided at lintel level on all the full brick (one brick) walls all as
specified in note 09 of drawing CEJZ/2004/TD/S-11 Sheet 3/4 and other structural drawings
(Applicable for Zone III, IV and V).

5.5 In case of variation in dimension of wall thickness indicated in drawings and thickness obtained
from locally available bricks, centre line dimension shall be maintained without any financial
adjustment.
5.6 10 cm thick wall (other than RCC walls) wherever shown on drawings, shall be amended to read
as half brick wall using bricks.
5.7 In the event of deviation involving brick work the rates for brick work, with sub class ‘B’ bricks
given in MES SSR shall be applicable subject to applicable contractor’s percentage.
5.8 RCC bands shall be provided at lintel level for entire length and width of half brick thick wall
(including over opening). Unless otherwise shown on drawings, the RCC bands shall be of size
115 x 100 mm with 2 Nos of 10 mm dia TMT steel bars longitudinal bars and 8 mm dia TMT
bars links at 150 mm C/C.

5.9 2 Nos 8 mm dia TMT bars at every fourth course shall be provided (to the full length of wall) in
half brick thick wall. The bars shall be provided 150 mm bearing at each end into adjoining
wall/columns.

5.10 If length of half brick wall exceeds 3 metre in plan which is unsupported in perpendicular
direction, the vertical RCC band of size 115x115 mm reinforced with 4 Nos 10 mm dia TMT
steel bars as longitudinal bars and 8 mm dia TMT steel bars stirrups at 150 mm centre to centre
shall be provided. This band shall be anchored in slab/beam/sub base.

5.11 At partition walls resting over RCC slabs additional reinforcement in RCC slab along the
direction of wall shall be provided.

5.12 Efflorescence treatment shall be carried out to brick work as per IS-1212 (1991) and as
specified here-in-under :-
(a) After initial curing of brick work the same shall be left to dry for 21 days. The efflorescence
appearing on brick work shall be brushed and thoroughly washed with water.
(b) The brick surfaces then again be left to dry for 30 days and again brushed and
washed with water and again the same process is repeated after 45 days.
(c) Finally tamarind solution of the concentration as approved by GE shall be applied on the
brick work before plastering.

5.A PULVERIZED FUEL ASH LIME BRICKS


(All work for building work above plinth beam level shall be carried out through
pulverized fuel fly ash brick as specified)

5.A.1 The pulverized fuel ash lime bricks shall confirm to IS-12894 (Specifications for pulverized fuel
ash lime bricks). The bricks shall be sound, compact uniform in shape and colour. Bricks shall
have smooth rectangular faces with free lime and organic matter. The bricks shall be hand or
machine moulded. General requirement tolerance materials, physical characteristics sampling
and criteria for conformity etc shall be compiled as per IS:12894. Fly ash shall confirm to grade
1 or grade 2 of IS : 3812. Specification for fly ash for use as pozzolana and admixture (First
Revision).The pulverized fuel ash lime bricks shall be crushing strength 75 kg/cm2 (minimum).

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 181
PARTICULAR SPECIFICATIONS (CONTD...)

6. DAMP PROOF COURSE

The damp proof course with 40 mm thick PCC (1:2:4) type B-0 using 12.5 mm graded crushed
stone aggregate mixed with water proofing compound as per manufacturers instructions shall
be provided (except where the top of plinth beam/band is at the plinth level or 40/50 mm below
the finished floor level) over full width of all external and internal walls except dwarf wall and 115
mm thick partition walls. DPC shall be provided to all openings as specified in clause 5.42 of
MES SSR Part-I. In case of deviation, waterproofing compound shall be taken as 3% by weight
of cement adjusted by applicable contractor’s percentage.

7. WOOD WORK
7.1 TIMBER
Timber required for all the items of work under this contract except factory made
door shutters shall be first class hard wood ‘TEAK’ (Tectona grandis) well
seasoned and conforming to the sample kept in the GE’s office.
7.1.2 Timber for all wood work shall be as per specifications given in clause 7.3 of MES SSR Part-I
and shall be within the permissible limits of defects as defined in clause 7.4 and 7.5 of MES
SSR Part-I.
7.1.3 Timber shall be well seasoned (whether air or kiln dried at the discretion of the contractor but
without any price adjustment). Maximum permissible moisture content in timber for various
purposes shall be as stipulated in clause 7.7 of MES SSR Part-I. For clarification of zones for
the moisture content, this contract shall be deemed to fall under climatic Zone-I and II.

7.1.4 PRESERVATION OF TIMBER


Preservation/anti-termite treatment shall be carried out to all wood work and joinery fabricated
by the contractor at site. Factory made ply/boards are not to be treated with any chemical at
site. Chemical used for anti-termite treatment to wood work and joinery shall be COPPER
NEPTHENATE or any other chemical specified in the IS-401 applied in any one of the manner
specified in the IS.

7.2 TOLERANCE

7.2.1 All wood work both carpenter and joinery, shall hold full dimensions shown on drawings except
that an allowance of  1.5 mm shall be allowed for each wrought face. Wooden beads and fillets
shall however hold the full dimensions as shown on drawings. The contractor shall also maintain
the overall size of the doors etc as shown on drawings.

7.2.2 Timber members up to 3.0 metre length shall be in one piece.

7.3 SURFACE FINISH


Surface finish of timber in contact with or buried in masonry/concrete/plaster and surfaces of
timber hidden from the view shall be clean sawn. All other surface shall be wrought.

7.4 PELLETING
Counter sunk holes for bolts and screws on wrought surfaces shall be plugged with tightly fitting
plugs and plane finished with surrounding surfaces.

7.5 PLUGGING
Plugging to walls shall be as per Clause 7.29 of MES SSR Part-I.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 182
PARTICULAR SPECIFICATIONS (CONTD...)

7.6 SCREWING ETC


Use of nails is prohibited. To fix planks/shelves, fillets, moulding and the like with screws, the
minimum length of screws and their material shall be as specified in Clause 7.21 of MES SSR
Part-I. The wood screws shall be bright finished. The size and designation shall be as specified
in IS/MES SSR. Wherever it is not specified the same shall be as directed by the Engineer-in-
Charge.

7.7 FORM WORK


7.7.1 Form work shall be as per clause 7.15 of MES SSR Part-I and shall comply with requirement of
clause 4.11.6 of MES SSR Part-I and notes given in drawing No CEJZ/2004/TD/S-8 sheet 1/6 to
6/6. However period of striking off formwork using PPC shall be as under and if required GE
shall increase the striking off form work period as per site requirement: -

Sl No Location Minimum striking period


1 2 3
(i) Striking off formwork from walls, columns and 3 to 4 days
vertical sides of beams.
(ii) Striking off formwork from Slabs (Props left 14 days
under)
(iii) Striking off formwork from Beams soffits (Props 14 days
left under)
(iv) Striking off formwork, Removal of props to
slab/beam
(aa) Spanning up to 6 m 21 days

(bb) Spanning beyond 6 metre to 10 metre 28 days


(excluding 10 metre)
(v) Striking off formwork from for cantilever portion of slab, form work with support
shall be retained until the completion of the casting of the entire frame work of
the building

7.7.2 Only steel formwork both vertical props and other surfaces shall be used.

7.7.3 Deviation with regards to form work shall however be based on timber form work rates given in
MES SSR Part II as applicable for rough finished surfaces.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 183
PARTICULAR SPECIFICATIONS (CONTD...)

8. JOINERY
(a) Dimensions of various parts of joinery as shown on drawings shall supersede those
stipulated in MES SSR. However, rates for joinery (except for factory made fly proof
shutters) as given in MES SSR shall apply to the joinery as shown in drawings in the event
of deviations.
(b) Use of nails in joinery work, unless otherwise specified or shown on drawings is prohibited.
Wooden screws of appropriate size shall be used.
(c) Thickness of any wooden door shutters where not shown on drawings or specified shall be
minimum 35 mm.
(d) Only hammer marked doors as specified in IS shall be used in the work.
(e) Primer shall be applied at site and shutters shall be procured without primer being applied
in factory to facilitate visual check of timber species and inserts.
(f) Panelled and fly proof door shutters shall be factory made second-class hard wood (Non
coniferous) Bonsum (Phoebe species)/ Chap lash (Artocarpus chaplasha)/Hollock
(Terminalia myriocarpa) kiln seasoned and chemically treated.

8.1 FACTORY MADE PANELLED DOOR SHUTTERS

Factory made paneled door shutters shall be made of kiln seasoned as per IS 1141 and
chemically treated as per IS-401 second-class hard wood (Non coniferous) Bonsum (Phoebe
species)/ Chaplash (Artocarpus chaplasha)/ Hollock (Terminalia myriocarpa) for styles and rails.
Panels shall be of 12 mm thick particle board veneered commercial (both faces) BWP grade
bonded with liquid phenol formaldehyde synthetic resin adhesive conforming to IS-3097 (ISI
marked) for all type of doors except in case of external doors directly exposed to weather.
Panels for external doors directly exposed to weather shall be 9 mm thick BWP marine grade
ply wood bonded with high quality liquid phenol formaldehyde conforming to IS : 710 (ISI
marked).

8.2 FACTORY MADE FLY PROOF DOOR SHUTTERS

Factory made fly proof door shutters shall be made of kiln seasoned as per IS-1141 and
chemically treated as per IS-401 second class hard wood (Non coniferous) Bonsum (Phoebe
species)/ Chaplash (Artocarpus chaplasha)/Hollock (Terminalia myriocarpa) fixed with stain less
steel wire cloth as specified hereinafter as well as in MES SSR Part-1.
8.2.1 The overall sizes and dimensions of door shall be as indicated on drawings for wooden doors.
8.2.2 The overall door shutters shall conform to the IS-1003
8.2.3 Factory made wooden doors shutter shall be obtained from any of the manufacturer given in
Appendix ‘B’ to particular specifications. Contractor will produce manufacturer’s test certificate
as per BIS code and original purchase vouchers along with each consignment
NOTE In the event of deviation arising for fly proof factory made doors shutters, the pricing shall be
done at the rate decided in terms of condition 62(G) of IAFW-2249.

8.3 FACTORY MADE FLUSH SHUTTERS

8.3.1 Flush door shutter shall be solid core types with block board core (prelaminated both sides) all
as specified as clause 8.25 of MES SSR Part –I and as shown on drawings.

8.3.2 Flush door shutter edges shall be provided with teak wood lipping. Size of lipping shall be as
specified in the respective drawings.

8.3.3 Shade of prelamination shall be as approved by GE and shall be obtained from the
manufacturer’s as listed in Appendix ‘B’ to particular specifications, Contractor will produce
manufacturer’s test certificate as per BIS code and original purchase vouchers along with each
consignment .

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 184
PARTICULAR SPECIFICATIONS (CONTD...)

8.4.1 ALUMINIUM SHEET LINING AND EDGING :- Aluminium sheet 0.63mm thick of `U’ shaped
edging shall be provided to full width of bottom rail (bottom and sides) of all wooden shutters of
WC / Lav / Bath / Toilet.

8.5 VENEERED PARTICLE BOARD


All veneered particle board shall be ISI marked conform to the requirement of IS 3097 all as
specified in Clause 8.9 of MES SSR Part I The board shall be exterior grade (Grade-I) bonded
with BWP synthetic resin. Particle board shall be procured from any of the manufacturers listed
in Appendix ‘B’ to particular specifications.

8.6 PLYWOOD
All plywood except for paneled door/panels shall be BWP grade conforming to IS-303 and shall
be ISI marked. Plywood shall be procured from any manufactures listed in Appendix ‘B’ to
particular specification.

8.7 PARTICLE BOARD


Particle board shall conform to requirements of IS-3087(specification for wood particle boards
(medium density) for general purpose) and all as specified in Clause 8.8 of MES SSR Part I.
Adhesive used for bonding shall be BWP type synthetic resin. Particle board shall be procured
from any of the manufacturers listed in Appendix ‘B’ to particular specifications.

8.8 PRELAMINATED PARTICLE BOARD


Where pre-laminated particle board or particle board with laminated sheet is shown on
drawings, pre-laminated particle board of thickness as specified in drawings. BWP
grade(exterior grade ) bonded with phenol formaldehyde synthetic resin shall be used. Particle
board shall be procured from any of the manufacturers listed in Appendix ‘B’ to particular
specifications.

8.9 FIBRE BOARD


Fibre board shall be medium density and manufactured from wood fibre all as specified in
clause 8.12 of MES SSR part-I. Fibre board shall be procured from any of the manufacturer’s
listed in Appendix ‘B’ to particular specifications.

8.10 TEAK WOOD EDGING

8.10.1 All sides of the particle board shall be provided with the teak wood edging (except panel of
doors). Thickness of edging shall be as specified in respective drawing if not specified same shall be
6mm.

8.10.2 Edging shall be fixed by using the synthetic resin adhesive and with appropriate size of
headless mild steel nails@ 300mm c/c dipped in synthetic resin adhesive.

8.11 FACTORY MADE SOLID PVC DOOR SHUTTERS AND FRAMES

8.11.1 GENERAL
(a) Workmanship of Door Frame and Shutters shall be as per manufacturers
instructions.
(b) The solid PVC frame and shutter laminate shall be self pigment in colour as approved
by GE.
(c) The contractor shall produce the manufacturers test certificate and original purchase
vouchers along with the supply of shutters to Engineer-in-Charge.
(d) Size of shutter and builders hardware (except hinges) shall be as per the respective
drawing . Hinges shall be of stainless steel (S-304 grade )

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 185
PARTICULAR SPECIFICATIONS (CONTD...)

8.12.1 SOLID PVC DOOR SHUTTER


30 mm thick factory made solid panel PVC door shutters shall be all as specified in clause
8B.2.1 of MES SSR Part-II and clause 8.34 of MES SSR Part I.

8.12.2 SOLID PVC DOOR FRAMES


Solid PVC door frame of size 50 x 47 mm shall be as specified in clause 8B.3.1 of MES SSR
Part-II and Clause 8.34.3.1 of MES SSR Part I.

8.12.3 Factory made shutter and frame shall be obtained from any of the manufacturers
Listed in Appendix ‘B’ to Particular Specifications.

8.13 FIBRE GLASS REINFORCED PLASTIC (FRP) SHUTTERS AND FRAMES


8.13.1 GENERAL

(a) Workmanship of Door Frame and Shutters shall be as per manufacturers


Instructions.

(b) The FRP frame and shutter shall be totally waterproof, resist to mild acids and alkalis.

(c) The FRP frame and shutter laminate shall be self pigment in colour as approved by GE.

(d) The FRP frames and shutters shall be procured from one of the manufacturers listed in
Appendix ‘B’ to Particular Specifications.

(e) The contractor shall produce the manufacturers test certificate and original purchase
vouchers along with the supply of shutters to Engineer-in-Charge.

(f) The size of shutters and builder’s hard wares (fitting/fixture) shall be provided to shutter
as per the respective drawing applicable for panelled/fly proof door shutters.

8.13.2. FRP DOOR FRAMES

(a) The door frame shall be of FRP of size 100 x 50 mm (4” x 2”)

(b) The thickness of door frame skin shall be 2.0 mm (minimum) with extra reinforcement on
side and edges.

(c) Frame shall have six lugs of appropriate sizes for fixing hinges.

(d) The core of frame shall be with polyurethane foam (puff) with wooden
(SAL WOOD) styles embedded for fixing lug, fixtures etc. The side of frame, facing
masonry shall be covered in FRP only.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 186
PARTICULAR SPECIFICATIONS (CONTD...)

8.13.3 FRP DOOR SHUTTERS

(a) Fibre glass reinforced plastic (FRP) moulded shutter shall be 32 mm thick, in panel
design as approved by GE. FRP laminate thickness shall be 2.0 mm (minimum) with
extra reinforcement on sides and edges.

(b) The FRP shutter shall have an alround wooden styles of SAL WOOD and a central
horizontal strength member with blocks of appropriate sizes placed at the following
places for fittings as per recommended sizes by the manufacturers:-

(i) SLIDING BOLT - Along the strength member.

(ii) TOWER BOLT - Top corner. Vertical positioning.

(iii) HANDLE - Above the strength member- placed vertically.

(iv) DOOR STOPPER - Bottom corner- Horizontal positioning.

(c) The core of shutter shall be with polyurethane foam (puff) with wooden styles embedded
as brought out in para (b) above. Shutter shall have recess for hinges.

9. BUILDERS HARDWARE
9.1 Unless otherwise specified in the particular specifications or indicated in the drawings, butt
hinges shall be cold rolled mild steel of medium weight conforming to IS-1341 and all as
specified in clause 9.7.2 of MES SSR Part-I (except for PVC and Aluminium doors/windows ).
Stainless steel (S-304 grade) butt hinges shall provided to PVC and Aluminium doors/windows .
Spring hinges shall be of mild steel stove enamelled black regulating type with steel coil/spring
ISI marked all as per clause 9.7.7 of MES SSR Part-I.
9.2 Hardware fittings shall be provided according to the schedule of fittings (mongry) on the relevant
drawings read in conjunction with notes appearing on particular drawings.
9.3 All drop bolt shall be 300 mm long.
9.4 All builders hardware’s shall be fixed with screws/bolts to match the fittings. However anodised
aluminium fittings shall be fixed with cadmium plated steel screws.
9.5 Shoot of aldrop bolt shall be not less than 19 mm and shall be provided on external panelled
door shutters one on each door even if not is shown marked on drawings.
9.6 Hasp and staples required in the work shall be safety type all as specified in clause 9.10 of MES
SSR Part-I.
9.7 Catch ball spring required in the work shall be of brass and all as specified in clause 9.14
of MES SSR Part-I.
9.8 All builders hardware shall conform to relevant IS and shall be of make as specified in Appendix
‘B’ to particular specifications. Builder hardware’s except hinges unless otherwise specified shall
be as under:-
(a) Garages/Repair bays/Storage Accn (except PVC doors):- Mild Steel/Stove enamelled
black.
(b) Other than (a) above & PVC door:-Aluminium anodized.

9.9 STAINLESS STEEL WIRE CLOTH: -


(a) The term wire gauge/fly proofing/mosquito proofing/wire mesh shall mean the ‘woven wire
cloth’ and shall be conforming to relevant IS and sample as approved by the GE.
(b) Wire cloth shall be stainless steel with not less than 0.36 mm nominal dia of wire and 1.40
mm average width of aperture. Grade of steel to be used in manufacturing the wire cloth
shall be S-304. Workmanship shall be as specified in clause 9.32 of MES SSR Part-I.
Irrespective to whatever specified in drawings, stainless steel wire mesh shall be used in
aluminium/ steel / wooden fly proof shutters for doors and windows/vents wherever shown
on drawings.
Signature of Contractor for Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 187
PARTICULAR SPECIFICATIONS (CONTD...)

10 STEEL AND IRON WORK


10.1 QUALITY AND GRADE OF STEEL: - The steel to be used in the work shall be of quality and
grade as specified in drawings and here in after.

10.1.1 REINFORCEMENT STEEL


Irrespective to whatever grade has been mentioned in drawings and/or in tender documents,
reinforcement steel shall be high strength deformed steel bars produced by Thermo Mechanical
Treatment (TMT) process and of grade Fe 500D meeting all other requirement of IS: 1786 and
the elongation shall be minimum 18%.

10.1.2 STRUCTURAL STEEL E-250 (FOR DYNAMIC LOADING)


Definition of structural steel as given in clause 10.4.1 of MES SSR Part-I shall be
applicable. Steel shall be Grade E 250 (Fe - 410W ) quality `A’ or ‘B’ ISI marked
(IS-2062).

10.1.3 STRUCTURAL STEEL E-165


Structural steel Grade E165 (Fe-290) ISI marked (IS-2062) shall be used for general purpose
such as chowkhat, guard bars, hold fasts, gate, grills, hand rails, fencing posts, tie bars etc all
as specified in clause No 10.4.2 of MES SSR Part-I.

10.1.4 GI SHEETS AND FABRIC REINFORCEMENT


(a) GI sheets (plain and corrugated) shall be ISI marked (IS : 277-2003 : Sixth Revision). GI
sheets shall be of Gde `O’ (classified based on grade of raw material). Unless otherwise
specified, thickness and grade of zinc coating shall be 0.63mm and 275 gm/sqm
(minimum) respectively. For CGI sheets, the depth of corrugation shall be 12.5mm and
pitch of corrugation 75mm (Grade `B’ as per IS-277: 2003 – Sixth Revision).

(b) Fabric reinforcement for concrete shall be ISI marked (IS- 1566).

10.2 PROCUREMENT OF STEEL


10.2.1 REINFORCEMENT STEEL
TMT steel bars of all sizes shall directly be procured from storage depots of manufacturers as
approved by E-in-C’s Branch (up to scheduled date of receipt of tender) and not from their
authorised dealers.

10.2.2 STRUCTURAL STEEL E-250


Structural steel sections shall directly be procured from the storage depot of
SAIL/RINL/TISCO/TATA STEEL/M/s Jindal Steels and power Ltd Gurgaon/other primary
structural steel producers approved by E-in-C’s Branch (up to scheduled date of receipt of
tender) not from their authorised agent/ dealers. However, in case of non-availability of any
sections of structural steel with above said producers, same shall be procured from approved
secondary producers listed in Appendix “B” to particular specifications with necessary
adjustment on minus side 5% (Five Percent) of the accepted rates (i.e. SSR rate + CP) of
Structural Steel in contract in case of pre-priced Schedule ‘A’. In other cases for working out the
accepted rate, the Deviation percentage inserted in contract shall be considered as contractor
percentage (CP). In case the desired section of structural steel is not rolled/manufactured by
Primary producers also there shall be no price adjustment for use of structural steel procured
from approved secondary producers. However, the prior written approval of CWE shall be
obtained i.e. before procurement of Structural Steel from secondary producer. The CWE and
GE shall keep the proof of non availability on record as obtained from manufacturers and down
loaded from their Web sides. Contractor shall have to obtain and render a non
availability/manufacturer certificate from SAIL/RINL/TISCO/other primary structural steel
producers approved by E-in-C’s Branch, duly signed by authorised signatory of these
producers for obtaining permission and approval for procurement of the same from the
secondary producers lised in Appendix “B” to particular specification..

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 188
PARTICULAR SPECIFICATIONS (CONTD...)

10.2.3 STRUCTURAL STEEL E-165

Steel sections for railing, gate, fencing, guard bars, grills, steel chowkhat, holdfast, hand rails,
tie bars etc which do not constitute structural members, can be procured from main producers/
secondary producers listed in Appendix `B’ to particular specifications or their authorised
dealers or BIS marked manufacturers at the option of contractor without any price adjustment.

10.2.4 GALVANISED STEEL SHEETS and FABRIC REINFORCEMENT FOR CONCRETE :-

These shall be procured directly from main producers/BIS marked manufacturers at the option
of contractor without any minus price adjustment.

10.2.5 CORROSSION RESISTANCE STEEL FOR STATIC WATER TANK AND OVER HEAD
RESERVOIR

Reinforcement steel bars of all size shall be corrosion resistance Thermo Mechanical
Treatment (TMT) bars of grade Fe-500D CRS/HRS produced by using micro billets and rolled
in controlled quenching and tempering process. However ensuring that Sulphur content does
not exceed 0.05% . The steel shall be preferred from main producers i.e SAIL and TISCO only.

10.3 TESTING

10.3.1 Independent testing of steel by the GE shall be optional at the discretion of the GE in case of
procurement of steel from main producers and testing charges shall be borne in accordance
with Condition 10 A of IAFW 2249 i.e. testing charges shall be borne by the Department if the
test results are found in order otherwise these shall be borne by the contractor.

10.3.2 Independent testing of steel by the GE shall be mandatory in case of procurement of


steel from secondary producers and testing charges shall be borne by the contractor
irrespective of the outcome of test results.

10.3.3 In both the above cases, the contractor at his cost shall provide all facilities required for the
testing and cost of materials consumed in tests shall also be borne by the contractor.

10.3.4 Tests shall not be insisted upon for non structural steel.

10.3.5 Frequency for normal mass, tensile, bend and rebend test of steel shall be as under :-

STEEL FOR REINFORCEMENT

(a) Bars size (nominal size) less 1 sample (3 specimen) for each test for every 25
than 10 mm tonne or part thereof

(b) Bar size (nominal size) 10 mm 1 sample (3 specimen) for each test for every 35
to 16 mm tonne or part thereof

(c) Bar size (nominal size) more 1 sample (3 specimen) for each test for every 45
than 16 mm tonne or part thereof

STRUCTURAL STEEL

(a) Tensile test 1 test for every 25 tonne of steel or part thereof

(b) Bend test 1 test for every 10 tonne of steel or part thereof

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 189
PARTICULAR SPECIFICATIONS (CONTD...)

NOTE
(i) For various test, acceptance criteria, tolerances etc refer to relevant BIS codes and steel
supply and acceptance register.

(ii) Samples from each lot should be tested for quality and elongation. The elongation shall
not be less than 18%.

(iii) For TMT bars bend dia shall be 2D up to and including 20 mm bars and 3D for over 20
mm dia bars.

(iv) For TMT bars rebend dia shall be 4D up to and including 10 mm dia bars and 6D for
over 10 mm dia bars.

10.3.6 High strength deformed TMT steel bars which are brought at site in coils shall be got checked
by a board of officers appointed by GE in the presence of contractor to determine the actual
weight per unit length by getting a suitable length (not less than three metre) from each coil of
respective section weighed which shall be recorded in the MB.

10.3.7 No consignment or part thereof shall be allowed to be incorporated in the work until and unless
the manufacture’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 aut hent icat ion
copy t hese of , f ully sig ned by t he m anuf act ur es are obtained and the consignment is
passed by GE. Schedule of procurement shall be prepared keeping in view the time lost for
testing etc.

10.3.8 Three samples of pieces (3.0 metre long) of each section of each consignment shall be retained
at the project site till completion of the work. These samples shall be suitably marked and
properly preserved.

10.3.9 Besides above TMT steel will be tested by GE/CWE in person, before incorporation in the work
by simple field test and record shall be maintained. Simple field test involves sand papering the
cross section of the TMT bar and dipping the same in chemical solution (Nitral) (consisting of
Nitric acid 2% and Alcohol 98%) to give a clearly defined annular ring of tempered steel.

10.4 DOCUMENTATION
10.4.1 The following documents shall be maintained in addition to the routine
documents maintained as per contract provisions :-

(a) Certified true copy of the defaced original vouchers shall be kept in a file serially
numbered and to be kept in GEs office.

(b) Test certificates of each steel consignment shall be kept in a file, serially numbered, and
to be kept in GEs office.

(d) Steel supply and acceptance register as under shall be maintained by the GE :-

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 190
PARTICULAR SPECIFICATIONS (CONTD...)

STEEL SUPPLY AND ACCEPTANCE REGISTER


1. CA No and Name of Work :

2. Contract No :

3. Name of Manufacturer’s T.C. No :

4. Manufacturer

5. Random Test Details (a) Physical test report from _______ vide their letter No
Name of NABL approved Lab /Government Engg College)

(b) Chemical test report from ______ vide their letter No


(Name of NABL approved Lab / Government Engg College)

6. Type of Steel, Dia and Qty (a) Type : TMT/CRS (b) Dia: __ _mm
(c) Actual Wt:__ MT (d) Conversion Wt: __ _MT

Chemical Test Mechanical Test

(N/mm2)

Percent Elongation
Strength
Resistant element
Phosphorous%

Manganese %

Re-band Test
Wt per meter

0.2% proof
Sulphur %

Bend Test
(min 18%)
Carbon %

Corrosion
Silicon %

Remarks
(N/mm2)
Tensile
Stress

As per
IS-1786

As per
Manufacture’s
test certificate
As per
independent
test

Remarks with Signatures Accepted / Rejected


Contractor Junior Engineer Engineer-in-Charge Garrison Engineer
Remarks of Inspecting Officer / CWE

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 191
PARTICULAR SPECIFICATIONS (CONTD...)

10.4.1 (Contd...)
(d) In/Out Register for details of receipt, acceptance/rejection and consumption of steel shall be
maintained as under :-

IN / OUT STEEL REGISTER

Sl Date Steel IN Steel OUT Qty


No Qty Section Control Qty Section Reasons* Balance
(Tons) No (Tons)
1 2 3 4 5 6 7 8 9

*Note :- The following reasons may be mentioned for taking out steel from storage :-
(a) For testing purpose.
(b) For use in work.
(c) Rejected steel taken out of site.
(d) Register containing results of Independent and additional testing by GE.
(e) Register containing records of surprise checks.
(f) Inspection register.

10.4.2 In addition to the above documents, the following points shall be kept in view
while maintaining the documents:-

10.4.2.1 The original vouchers and the test certificates shall be defaced by the Engineer-in-Charge
indicating the contract agreement number and other particulars of work for which used
and certified true copies of all such documents shall be maintained by the Engineer-in-
Charge with cross reference to the control No recorded in the steel Acceptance register as
referred hereinbefore. Original defaced vouchers shall be returned to the contractor.
However certified true copy of the vouchers shall be kept on record as stated above.

10.4.2.2 All entries in steel Acceptance Register shall be signed by JE (Civil), Engineer- in-
Charge, Garrison Engineer and the contractor.

10.4.2.3 The entire quantity of steel shall also be suitably recorded in the measurement Book
(MB) for record purpose as ‘Not to be abstracted’ before incorporation in the work and
shall be signed by the Engineer-in-Charge and the contractor duly checked by the GE.

10.5 PROCEDURE FOR MAKING PAYMENT FOR STEEL INCLUDING MEASUREMENTS


CONVERSION WEIGHT DEVIATION ETC :-
10.5.1 The requirement of steel shall be worked out section wise and shall be recorded in a
separate Register jointly maintained by contractor and Engineer-in-Charge. Day to day
record shall also be signed by the contractor as well as Engineer-in-Charge. The register
should contain different sheets for each steel section indicating reference to drawing
number, location, number of bars, sketch of each length of bar with dimensions, length of
waste and off cuts and the quantity thereof by multiplying the length of bars with the
conversion factors given in MES SSR Part-II. For sections not listed in MES SSR, the IS
conversion table shall be followed. The contractor shall not have any claim in case the
actual weight of steel items works out to be more than the weight obtained by standard
conversion factor.

10.5.2 On completion of work, the Register will be in the custody of the Engineer-in- Charge
and contractor may keep a copy for his record if he so desires.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 192
PARTICULAR SPECIFICATIONS (CONTD...)

10.6 STORAGE AND SAFETY OF STEEL


10.6.1 Steel of different grades and sizes shall be stacked separately. For each classification of steel
separate areas shall be earmarked. Steel shall be marked
with distinct painting marks for easy identification,

10.6.2 Steel shall be stored in a manner that it is always at least 15cm above GL, so as to prevent
distortion and corrosion. Any section that has deteriorated and corroded or if considered
defective for any other reason the same shall be removed from site by contractor at his cost.

10.6.3 Steel sections which are not likely to be used before onset of monsoon shall be given cement
slurry wash so as to ensure steel free from scale and rust. Also steel sections which are
procured during monsoon and are not likely to be used within a week from the date of
procurement shall be given cement slurry wash immediately.

10.6.4 It shall be responsibility of contractor to make sure that all possible arrangements are
made for safe custody of the steel. In case of any loss of steel, only contractor will be
responsible and the loss shall be made good without any delay or claim what so ever.

10.7 WELDING

10.7.1 Welding of iron and steel work shall be metal arc welding and shall be done as
specified in clause 10.15 of MES SSR Part-I and in approved manner with electricity. Special
attention is drawn to clause 10.15.13.2 of MES SSR Part-I with regard to qualification tests for
welder as well as test for approval of electrodes which will be of Oxygen Ltd or Advanic or
Linkon makes. Gas welding however may by allowed by GE in case of structural steel without
any price adjustment.

10.7.2 Welding of stainless steel works shall be done either the electric process or by
the oxy-acetylene method.

10.8 STEEL ROLLING SHUTTERS

(a) Steel rolling shutter shall be approved by the GE and shall conform to the requirement of
IS 6248. The size of rolling shutter shall be as indicated on drawing and as specified in
clause 10.23 of MES SSR Part I.

(b) Rolling shutters shall be self coiling type with ball bearing / gear operated with ball
bearing bevel gear box and crank handle as per Clause 10.23.1 of MES SSR Part I.

(c) Safety lever lock:- Whether indicated on drawing or not shutter shall be provided with
one pair of safety lever lock of approved quality fitted on either ends of bottom lock plate.

(d) The curtain shall be built up of interlocking lath sections formed from cold rolled steel
strips 1.2mm thick and hood cover shall be made of mild steel 1.00mm thick.

(e) All structural steel (standard quality) shall confirm to Gde E-250 (Fe-410-W) quality ‘A’
conforming to IS-2062.

(e) All steel surfaces shall be finished with two coats of synthetic enamel paint over a coat of
red oxide zinc chrome primer as specified here in after.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 193
PARTICULAR SPECIFICATIONS (CONTD...)

10.9 COLLAPSIBLE STEEL GATE


(a) Collapsible steel gate shall be of approved design. These shall be with single or double
leaves as directed by Engineer-in-Charge and as specified in clause 10.24 MES SSR
Part I
(b) All dimension and other particulars shall generally be of standard trades pattern unless
otherwise indicated on drawing. The gate shall be cleaned off all rust and mill scales etc.
The wheel shall be fitted with ball bearing.
(c) All structural steel (standard quality) shall conforming to IS 2062.
(d) All steel surfaces shall be finished with 2 coats of synthetic enamel paint over a coat of
red oxide zinc chrome primer as specified here in after.
(e) Bolts and Nuts shall be of grade ‘Black’ (B) conforming to the relevant requirement of IS
specifications. Rivets use for fabrication shall be made out of mild steel rivet bar
conforming to IS for structural purpose. Head of rivets shall be as directed by Engineer-
in-Charge.
10.10 FAN HOOKS
Fan hook shown in drawings shall be provided (at the time laying reinforcement itself) wherever
ceiling fan/fan hook is indicated in drawings provided the same all as specified in clause 10.35
of MES SSR Part-I. The lump sum tendered by the contractor for the building under schedule ‘A’
Part 1 shall be deemed to include for the cost of the same.

10.11 PRESSED STEEL DOOR FRAMES


10.11.1 Pressed steel door frames shall be fabricated with 1.25 mm thick MS plain sheet. Pressed steel
door frames shall conform to IS-4351. Tolerance over profile shall be  2 mm.
10.11.2 Pressed steel door frames shall be procured from any of the manufacturers given in
Appendix ‘B’ to particular specifications.

10.11.3 Space in pressed steel door frames shall be filled with PCC (1:3:6) type C-0 using 10/12.5
mm graded crushed stone aggregate.

10.11.4 Frames shall be supplied by manufacturers with a shop coat of zinc chrome primer.
10.11.5 12 mm square mild steel bar shall be welded horizontally at the bottom of frame. The 12 mm
square bar shall be embedded in floors. In case of double shutter i.e panelled door and gauzed
door shutter, two Nos 12 mm square bar shall be provided at bottom of frame.
10.12 MS ANGLE IRON DOOR FRAME

10.12.1 Mild steel angle iron of size 40x40x6 mm (if not shown otherwise) door frame shall be mitred
at corner and welded to form a solid fused welded joint. The process of welding adopted may
be any suitable method, which gives a continuous and solid joint along the place of meeting
the members.

10.12.2 Hinges shall be fixed to steel frame as shown on drawings/as directed by Engineer -in-
Charge. Staple for barrel/tower bolts shall be as directed by Engineer-in-Charge. Suitable
holes in floor/masonry/frames shall be made for functioning of door fittings. Proper care shall
be taken to avoid breakage of holes.

10.12.3 12 mm dia mild steel bar shall be welded horizontally at the bottom of MS angle iron frame.
The 12 mm dia bar shall be embedded in floors. In case of double frame, ie for panelled door
and guazed door, 2 Nos 12 mm dia bar shall be provided at bottom of frame.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 194
PARTICULAR SPECIFICATIONS (CONTD...)

10.13 HOLDFAST/LUGS
10.13.1 Flat iron holdfast/lug shall be provided by welding as and where shown on drawings except
those to be provided to wooden chowkhat, which shall be fixed with screws as per details
shown on drawings.

10.13.2 Flat iron holdfast shall be embedded in PCC (1:3:6) type C-1 block of size 15 cm (height of
block) x30 cm (length of block) x width of masonry wall.

10.13.3 Hold fast/lug shall be hot tarred and sanded before fixing.

10.13.4 Wherever door frame and window frame side coming in contact with RCC column, dash
fasteners shall be provided in lieu of holdfast.

10.14 STEEL WINDOW AND VENTILATOR (BOX SECTION)

10.14.1 The term steel windows used in the particular specifications shall mean ‘Steel
windows & Ventilators. The windows and ventilators wherever specified to be
provided as per drawing No. TD/2013/01 Sheet 1/3 to 3/3, windows/ventilators shall
be factory made and shall be procured from any of the manufacturer listed in
Appendix ‘B’ to particular specifications.

10.14.2 Windows, Ventilators shall be fabricated from roll formed sections made of Galvanised steel
colour coated/powder coated (Base steel as per IS 513 “D” quality, Galvanised as per IS 277
with zinc of minimum 120 grams/Sq metre) with total coated thickness of 0.80 mm.

10.14.3 Coated section shall be with primer coat of epoxy primer of 5-7 microns thick, finish painted
with polyester paint of 12-16 microns thick and back coated with Alkyd backer of 5-7microns,
or pure polyester powder coated up to 50-60 micron thick.

10.14.4 Section for frame, glazed shutter and mesh shutter shall be cut to length and mitred, joined
with Polypropylene corner brackets, Mullion section should be joined with frame/mullion using
mullion cap.
10.14.5 Ethyl propylene Demine Monomer (EDPM) gasket shall be provided all around glass and fly
proof mesh in shutter.

10.14.6 Each Glazed shutter and mesh shutter shall be provided with Pivot hinges, handle, tower bolt
and Peg stay as specified in drawings.

10.14.7 Glazed shutter and fixed glass portion should be provided with 4mm thick plain float glass.

10.14.8 Mesh shutter shall be provided with stainless steel wire cloth as specified in clause 9.9
herein before.

10.14.9 Window & Ventilator frame shall be fixed to brick/concrete masonry by using Nylon self-
expanding cap and driving mild steel electroplated 80mm long screws into the caps through
frames.

10.14.10 Type of window shall be provided as shown on drawings.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 195
PARTICULAR SPECIFICATIONS (CONTD...)

10.15. GRILL AND BARS TO STEEL WINDOWS AND VENTILATORS (BOX SECTION)

10.15.1 Window & Vent shall be provided with grill made of 10mm square mild steel bars welded at
150mm centre to centre on 6mm x 12mm mild steel flat. Grill unit shall be powder coated
(pure polyester)(minimum thickness 50 micron) and fixed to frame with screws.

10.16 STEEL WINDOWS AND VENTILATORS (USING ‘Z’ SECTIONS)

10.16.1 The term steel window use in the particular specifications shall mean ‘steel windows and
ventilators’. Steel window shall be factory made ISI marked IS-1038-1983. Reaffirmed 1996
(IIIrd revision) and all as specified as clause 10.25 of MES SSR Part-I.

10.16.2 Steel windows (glazed) shall be provided with horizontal glazing bars as shown in drawings.
Fixing and glazing of windows shall be in accordance with IS 1081 and shall be tennoned
and riveted to the frame

10.16.3 Hinges for side-hung shutters (glazed) shall be friction hinges, projecting type and hinges for
gauzed shutters shall be non-projecting type hinges (box type) with peg stay. Non projecting
type hinges (box type) shall be provided in all side/top hung shutters for windows and
ventilators, except windows opening directly into corridor/passage/verandah, for which
projecting type friction hinges to be provided.

10.16.4 Steel windows shall be fixed to concrete/masonry with lugs. Lugs shall not be provided for
fixing to lintels and cills even though shown in the drawings.

10.16.5 Centre hung windows shall be mounted on antifriction brass pivots.

10.16.6 Steel windows shall be procured from any of the manufacturers listed in Appendix ‘B’ to
particular specifications factory made ISI marked (IS-1038-1983). Peg stay shall be of mild
steel as per IS, specification. Handle to fly proof windows shall be pressed type.

10.16.7 All factory made steel windows / Vents shall be provided with manufacturers name tag as per
IS-1038.

10.17 GUARD BARS TO STEEL WINDOWS AND VENTILATORS

10.17.1 The term ‘window’ used in the particular specifications shall mean ‘windows/ventilators’.

10.17.2 All steel windows shall be provided with guard bars/grills as shown on drawings. However, in
case of double windows in the same opening guard bars shall be provided to glazed windows
only.

10.17.2.1 Guard bars to steel windows unless otherwise shown on drawings shall be 12 mm mild steel
square bars. The guard bars shall be integrated during the manufacture of the windows.

10.18 ALUMINIUM DOORs, WINDOWS, VENTILATORS AND FIXED GLAZING (USING ‘Z’
SECTION)

10.18.1 Aluminium doors, windows, vents, fixed glazing and partition shall be provided at location
shown on drawings and all as specified in clause 10.37 of MES SSR Part-I and as
specified/shown on drawings. In case the thickness of aluminium section is not indicated in
drawing, same shall be minimum 2.5mm thick.
10.18.2 Aluminium section for doors/windows/ventilators/fixed glazing /partition shall be heavy duty
and be procured by the contractor from one of the manufacturer as listed in Appendix ‘B’ to
particular specifications.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 196
PARTICULAR SPECIFICATIONS (CONTD...)

10.18.3 Aluminium windows shall be provided with aluminium grill weight not less than 3.776 kg
per square metre with outer frame.

10.18.4 Thickness and type of glass panes for doors and windows / fixed glazing/partition shall
be as specified/shown in respective drawings. If thickness of glass panes for doors and
windows/fixed glazing/partition is not specified in the drawing same shall be 8 mm thick
and 6 mm thick respectively of selected quality.

10.18.5 Glass panes shall be provided with rubber packing and beading of standard glazing clip
as per manufacturer’s instructions.
10.18.6 All aluminium doors/ windows/ ventilators/fixed glazing/partition section, grills and
builder’s hardware (except hinges) shall be powder coated in approved colour.
Thickness of coating if not specified in respective drawing same shall not be less than
75 micron.

10.18.7 Double action floor door spring hydraulically regulated (ISI marked) shall be provided to
each open able door shutters.

10.18.8 Each door shall be provided with necessary locking arrangement as specified in
drawings.

11 ROOF COVERING

11.1 RCC SLAB

11.1.1 Intermediate slab shall be laid to level.

11.1.2 RCC roof slab shall be laid to slope as indicated in drawings.

11.1.3 Roof slab shall be projected as shown in respective drawings.

11.1.4 Exposed surfaces of soffit of RCC slabs shall be plastered in cement and sand mortar
(1:3), 5 mm thick and finished even and smooth.

11.1.5 RCC slab shall be provided with full bearing.

11.1.6 RCC roof slab shall be prepared as described in clause 11.39.3 of MES SSR Part-I.

11.1.7 After the RCC slab are laid, cured and fully set. Ponding shall be done over RCC roof
slab by filling water to a depth of minimum 75mm. It shall be kept for 48 hours and the
process of water proofing treatment shall be started if no seepage or leakage is
observed. In case of even slightest indication of seepage/leakage the same shall be
rectified before application of further treatment.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 197
PARTICULAR SPECIFICATIONS (CONTD...)

11.2 WATER PROOFING TREATMENT

(a) The surface shall be painted with hot paving bitumen grade 30/40 conforming to
IS-73 @ 1.20 Kg/Sqm over a coat of bituminous primer conforming to IS-3384 applied @
0.30 Litre/Sqm.

(b) Heavy duty polythene film (white) of 150 micron thickness weighing 135 gm/Sqm (approx)
having tensile strength not less than 140 Kg/Sq cm in machine direction and 110 Kg/Sq cm
in transverse direction, conforming to IS-2508 shall be laid with overlaps and bonded with
cold cutback adhesive, overlaps being not less than 150 mm. Polythene film shall be tucked
in parapet wall to a depth of 65 mm as per figure shown in IS-7290.

(c) Brown craft paper of weight not less than 100 gm/Sqm laminated over the film with semi hot
layer of paving bitumen grade 30/40 conforming to IS-73 @ 0.60 Kg/Sqm shall be painted
on the paper, paper reversed and pasted on the film.

(d) Semi hot paving bitumen grade 30/40 conforming to IS-73 applied @ 1.20 Kg/Sqm on the
surface and the entire surface shall be dusted with fine sand.

( e) 20mm thick screed in CM (1:4) shall be laid over surface obtained after fine sand
dusting, when the cement screed is still green, 18-20 mm thick marble crazy pieces shall
be spread in regular panel using plastic dividing strips 1.5 mm thick and 35 mm wide. The
size of panels shall be at 1.0 to 1.50 metre intervals in length and breadth over the entire
roof area so that 80-85% area of roof is covered by these pieces, leaving joints 10 to 15 mm
wide. The space for joints shall be filled with cement, sand and marble aggregate of 4 to
7mm size like as cast in situ terrazzo toping. The work of placing, curing and grinding shall
be done all as per clause 13.38.4 to 13.38.6 of MES SSR Part-I.

(f) Coved fillet in PCC (1:2:4) type B-0 using 12.5 mm graded crushed stone aggregate of
radius 75 mm shall be provided at the junction of roof and parapet wall/chimney/other
vertical surface and surface painted with a hot paving bitumen grade 30/40, conforming to
IS-73 @ 1.20 Kg per Square metre over a coat of bituminous primer conforming to IS-3384
applied @ 0.30 litre per square metre.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 198

PARTICULAR SPECIFICATIONS (CONTD...)

11.2.1 WATER PROOFING TREATMENT TO SUNKEN FLOORS


Water proofing treatment to sunken floor slabs of schedule `A’ Part-I (where applicable) shall be
as under:-

(a) The top of sunken floor slabs shall be laid to a slope of 1:40. The surface of RCC slab
shall be made even and smooth using extra cement, while the concrete is still green.
Coved fillet in PCC (1:2:4) type B-0 using 12.5 mm graded crushed stone aggregate of
radius 75 mm shall be provided at the junctions of RCC slab and adjoining walls.

(b) Floor and side walls up to the finished floor level shall be plastered with 15 mm thick in
cement and sand mortar (1:4), mixed with water proofing compound at the rate of 3% by
weight of cement.

(c) One coat of cold applied bituminous primer @ 0.25 litres/Sqm shall be applied on
plastered surfaces including sidewalls. Thereafter a layer of APP based polymeric
membrane reinforced with polyester non woven fabric (weighing not less than 150
gm/Sqm), weighing 3 Kg/Sqm (minimum) and 3 mm (minimum) thickness shall be laid
on primed surface by torch application. Side over laps shall be 75 mm and at the ends
overlaps shall be 100 mm. All overlaps and the joints shall be sealed properly as per
manufacturers instructions. A cushion layer of coarse sand of thickness 25 mm shall be
provided to protect polymeric membrane.

(d) The sunken portion shall be filled with PCC (1:5:10) type E-2 using 40 mm brick
aggregate after carrying out satisfactory testing of CI pipes/joints and slab/walls by filling
water for 72 hours. Sunken portion of Nahani/floor trap and pipe joints shall be
embedded in PCC (1:3:6) type C-1 blocks.

(e) 32 mm bore GI spout (light grade) shall be provided 30 cm beyond wall surface to drain
out leakage if any. The mouth of GI pipe shall have gravel to avoid chocking. Top of
sunken portion of RCC slab to be finished such that its slope is towards spout.

NOTE
(i) Water tightness to be tested by ponding water (for 72 hours) before filling the sunken
floor.

(ii) Water proofing treatment as above shall be carried out only after laying plumbing /water
supply/soil waste pipes.

(iii) Application of membrane shall be done by the authorised applicator of the specialized
firm / manufacturer listed in Appendix ‘B’ to Particular Specifications.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 199
PARTICULAR SPECIFICATIONS (CONTD...)

11.2.2 WATER PROOFING TREATMENT TO PARKING FOR CAR / SCOOTER / CYCLE SHED,
GARRAGES, REPAIR BAYS AND CHHAJJA ETC.

(a) Unless otherwise indicated on schedule of finishes drawings, provide 20mm thick plaster in
cement and sand mortar (1:3) mixed with water proofing compound as per manufacturers
instructions on RCC slab/chajjas while the concrete is still green and finished even and
smooth without using extra cement. For the purpose of deviation, WPC shall be taken as 3%
by weight of cement.

(b) A coat of bitumen grade 85/25 @ 1.2 Kg per Sqm shall be provided over plaster (except
chajjas).

11.3 PCC BENCHING : -

At the junction of RCC facia, brick parapet, chajjas with wall, PCC benching of 75 mm radius in
PCC (1:2:4) type B0 using 12.5 graded crushed stone aggregate shall be provided.

11.4 SECURITY DEPOSIT TOWARDS WATER PROOFING TREATMENT TO ROOF COVERED


UNDER 11.2 ,11.2.1 AND 11.2.2 HERE IN BEFORE

11.4.1 Should the GE at any time during constructions or reconstruction or prior to the expiration of a
period of ten years after the certified date of completion of buildings or group of buildings find
that the building shown leakage dampness or any sign of defective water proofing treatment the
contractor shall on demand in writing from the GE specifying the building complained of
notwithstanding the fact that the same may have been inadvertently passed certified and paid
for, forthwith undertake to carry out such treatment as may be necessary to render the said
buildings water proof at his own expense for a period of ten years from the certified date of
completion of said buildings and in the event of his failing to do so within a period to be specified
by the GE, in his demand as aforesaid the GE may undertake such treatment at his risk and
expense in all respects of the contractor, the liability of the contractor under the condition shall
not extend beyond the period of 10 years from the certified date of completion unless the GE
had previously given the notice to the contractor.

11.4.2 The amount so calculated as per table given below shall be retained from the contractors
final bill amount as security deposit for the water proofing treatment and the same shall be
released after satisfactory completion of guarantee period as stated above. The contractor may
alternatively submit fixed deposit receipt for the said sum from a scheduled Bank in lieu of the
sum to be retained out of the final bill :-

Amount of water proofing treatment Amount to be retained from contractors dues rounded
to roof at contract rate to nearest thousand rupees
1 2
(i) Up to Rs 50 lakh 2% of amount subject to minimum of Rs 5000/- and
enhanced by 25%
(ii) Over Rs 50 lakh and up to Rs 100000/- +1.5% of amount exceeding Rs50 Lakhs
Rs 100 lakh and enhanced by 25%
(iii) Over Rs 100lakh Rs 175000/- +1.5% of amount exceeding Rs100 Lakhs
and enhanced by 25%

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 200
PARTICULAR SPECIFICATIONS (CONTD...)

11.4.3 The security deposit referred to in clause 11.4.2 herein before may be refunded to the
contractor after expiry of the period of 10 years from the certified date of completion by the GE,
provided always that the contractor shall first have been paid the final bill and have rendered
‘No demand certificate’ IAFA-451 condition 10, 48 and 68 of General Conditions of Contracts
(IAFW-2249) shall be deemed to be amended to the extent mentioned above.

11.5 Materials required for waterproofing shall be purchased by the contractor from the
manufacturers listed in Appendix ‘B’ to Particular Specifications or their authorised agent only
and brought to site. The GE before approval shall verify name of authorised agent from the
manufacturer.
12 WALL PANELLING
Wall panelling in auditorium shall be provided as per shown in drawing No WD/ALW/A-1056
sheet 13/32.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 201
PARTICULAR SPECIFICATIONS (CONTD...)

13 FLOORING
13.1 GENERAL
13.1.1 Floors shall be laid to levels and to falls as indicated in drawings and as directed by Engineer-in-
Charge. Floors shall be sunk to required depth where shown in drawings.
13.1.2 Floors shall be carried out through threshold of all openings in walls ie in case of Kota stone
flooring thresholds of all openings in walls shall be finished with Kota stone floors.

13.1.3 In case of first floor, flooring as indicated in drawing shall be laid directly over RCC slab after
applying cement slurry as specified in MES SSR Part-I.

13.1.4 Type and pattern of flooring shall be as per drawing of schedule of finishes, respective TD
drawing and as specified. If type of flooring is not indicated for any location it shall be same as
in other similar locations. No extra claim shall be admissible to the contractor on this account.

13.1.5 Before placing the concrete mix for topping, neat cement slurry as specified in clause
13.32.5.2.2 of MES SSR Part I shall be brushed on hardened concrete base/surface.

13.2 SUB BASE TO FLOOR


13.2.1 Bay system of use of glass dividing strips not to be adopted in case of PCC sub base.
Thickness of PCC sub base shall be 75 mm or 100 mm or 150mm thick as specified in
schedule of finishes drawings.
13.2.2 Where hardcore has been shown on drawings to sub base of floor, the same shall be provided
as specified herein before. Thickness of hardcore sub base where not shown /specified shall
be 150 mm compacted thickness.
13.3 CEMENT CONCRETE FLOOR
13.3.1 PCC floor up to 50 mm thick shall be laid adopting panel dimension not exceeding 1200 mm x
1200 mm with 3 mm thick (nominal thickness) sheet glass as dividing strips. The width of
strips shall be 2 mm less than the thickness of the floor and these strips shall be visible in the
finished floor.
13.3.2 Wherever 75 mm PCC (1:2:4) type B-1 using 20 mm graded crushed stone aggregate in
flooring is shown in schedule of finishes drawing with aluminium dividing strip, the panel
dimension shall not be exceeding 1200 mm x 1200 mm with 1.5 mm thick (nominal thickness)
aluminium strip. The width of strip shall be 2 mm less than the thickness of floor and those
strips shall be visible in finished floor.
13.3.3 Where specification of floor is not shown on drawing the same shall be 40 mm thick PCC
(1:2:4) type B-1
13.3.4 Unless otherwise specified / shown on drawings, top of PCC floor shall be finished even and
smooth without using extra cement while PCC is still green. Plaster is prohibited.
13.3.5 PCC floor except 13.3.1 and 13.3.2 here in before shall be laid in alternate bay
system with panel dimension not exceeding 2 m x 2 m. Glass dividing strips
shall not be provided.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 202
PARTICULAR SPECIFICATIONS (CONTD....)

13.4 VITRIFIED PORCELAIN TILE FLOORING.

13.4.1 Vitrified tile shall be laid over 10 mm screed in cement and sand mortar (1:4) over 30 mm thick
PCC (1:2:4) type B0 using 10/12.5 mm graded crushed stone aggregate laid in alternate bays
over 75 mm thick PCC (1:4:8) type D2 sub base over rammed approved earth wherever
indicated in schedule of finishes drawings all as specified in clause 13.41 of MES SSR Part-I.
Tiles shall be jointed / pointed in white cement using pigment to match the colour of tiles.

13.4.2 Quality of tiles shall conform to minimum international standard ISO-13006/Europeon standard
EN:176 Group B1a first quality all as specified in clause 13.15 of MES SSR Part-I. Make of tile
shall be as listed in Appendix ‘B’ to particular specifications. However the make (out of Appendix
‘B’ to particular specifications ) decided by GE shall be final.

13.4.3 Vitrified tiles shall be provided of size and thickness as specified in schedule of finishes
drawing. Colour/texture of tiles shall be as approved by GE. Size of tiles if not specified in
Schedule of finishes drawing same shall be 605x 605 mm (minimum) and thickness shall not
be less than 10mm.
13.4.4 Floor pattern with boarder tiles as specified in Drawing No TD/2004/86 Sheet No 1/1 shall be
followed. However no extra payment shall be admissible for change in floor pattern
13.4.5 Tiles shall be provided all as specified in Clause 13.41 of MES SSR Part I.

13.5 POLISHED GRANITE STONE TILE/SLAB FLOORING


13.5.1 Polished granite stone slab/tile flooring shall be laid all as specified in clause 13.47 of MES
SSR Part-I for Kota stone flooring and as directed by the Engineer-in-Charge. Thickness of
stone slab shall be 22 to 25 mm if not specified any where in the tender documents. Shade of
granite shall be white galaxy.

13.5.2 Stone tile/slab of size 600x 600mm (minimum)shall be laid over 20 mm thick bedding (screed)
layer in cement mortar (1:3) over 75 mm thick sub base of PCC (1:4:8) type D-2 using 40 mm
graded crushed stone aggregate over rammed approved earth.

13.5.3 Wherever mirror polishing to granite Stone slab have been mentioned in schedule of finishes
drawings same shall be carried out as under in addition to clause 13.47.4 of MES SSR Part-I.
Mirror polishing shall be all as specified here under:-
(a) 1st Cutting with carborundum stone 60 Grit
(b) IInd Cutting with carborundum stone 120 Grit
(c) IIIrd Cutting with carborundum stone 320 Grit
(d) IVth Cutting with carborundum stone 600 Grit
(e) Vth Cutting with carborundum stone 1200 Grit.
(f) VIth cutting with carborundum stone 0 Grit

13.5.4 Floor pattern with granite border wherever mentioned in schedule of finishes drawing same shall
be followed as shown / specified in drawing No ADG/2012/TD/008 Sheet 1/1. However for
change of floors pattern no extra amount shall be payable.

13.6 CHEQUERED CEMENT CONCRETE FLOORING TILES


13.6.1 Chequered cement concrete tiles flooring wherever specified in schedule of finishes
drawing shall be provided all as specified in clause 13.17 and 13.39 of MES SSR
Part-I. Colour of tiles shall be approved by GE.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 203
PARTICULAR SPECIFICATIONS (CONTD...)

13.7 POLISHED UDAIPUR GREEN MARBLE SLAB/TILE FLOORING


13.7.1 Marble flooring shall be as specified in clause 13.21.1 of MES SSR Part I and as directed by
Engineer in Charge. Thickness of slab /tile shall be 16 to 18 mm thick if not specified any where
in the tender documents.
13.7.2 In ground floor marble stone tile/slab of size 450 x 550mm shall be laid over 20 mm thick
bedding (screed) layer in cement and sand mortar (1:3) over 75 mm thick sub base of PCC
(1:4:8) type D-2 using 40 mm graded crushed stone aggregate over rammed approved earth.
In case of first floor and other higher floors tiles/slab shall be laid over 20 mm thick screed
(bedding) in cement and sand mortar (1:3). The grinding and polishing shall be done after
laying of tiles / slab also.
13.7.3 All cutting and grinding shall be with machine except situation where grinding by machine is
not feasible, hand grinding shall be permitted as decided by GE. Marble surface shall be wax
polished.
13.7.4. Floor pattern shall be as shown / specified for combination of white marble and granite in
drawing No TD/2004/76 Sheet 1/1. In lieu of white marble shown in drawing Udaipur green
marble shall be considered.
13.7.5 Wherever mirror polishing to Udaipur green marble Stone slab have been mentioned in
schedule of finishes drawings same shall be carried out as under in addition to clause 13.47.4
of MES SSR Part-I. Mirror polishing shall be all as specified here under:-
(a) 1st Cutting with carborundum stone 60 Grit
(b) IInd Cutting with carborundum stone 120 Grit
(c) IIIrd Cutting with carborundum stone 320 Grit
(d) IVth Cutting with carborundum stone 600 Grit
(e) Vth Cutting with carborundum stone 1200 Grit.
(f) VIth cutting with carborundum stone 0 Grit
13.8 POLISHED KOTA STONE SLAB TILE FLOORING
13.8.1 Kota stone slab/tile flooring shall be laid all as specified in clause 13.47 of MES SSR Part-I
and as directed by the Engineer-in-Charge. Thickness of stone slab shall be 20 to 25 mm if not
specified any where in the tender documents.

13.8.2 In ground floor Kota stone tile/slab of size 550 x 550mm shall be laid over 20 mm thick bedding
(screed) layer in cement and sand mortar (1:3) over 75 mm thick sub base of PCC (1:4:8) type
D-2 using 40 mm graded crushed stone aggregate over rammed approved earth. In case of
first floor tiles/slab shall be laid over 20 mm thick screed (bedding) in cement and sand mortar
(1:3). The grinding and polishing shall be done after laying of tiles / slab also.

13.8.3 Wherever mirror polishing to Kota Stone slab have been mentioned in schedule of finishes
drawings same shall be carried out as under in addition to clause 13.47.4 of MES SSR Part-I.
Mirror polishing shall be all as specified here under:-
(a) 1st Cutting with carborundum stone 60 Grit
(b) IInd Cutting with carborundum stone 120 Grit
(c) IIIrd Cutting with carborundum stone 320 Grit
(d) IVth Cutting with carborundum stone 600 Grit
(e) Vth Cutting with carborundum stone 1200 Grit.
(f) VIth cutting with carborundum stone 0 Grit
13.8.4 Floor pattern with jaisalmer border wherever mentioned in schedule of finishes drawing same
shall be followed as shown / specified in drawing No TD/2004/76 sheet 1/1. However for change
of floors pattern no extra amount shall be payable.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 204
PARTICULAR SPECIFICATIONS (CONTD...)

13.9 NON SKID CERAMIC COLOURED TILE FLOORING


13.9.1 Non-skid ceramic tiles wherever shown in schedule of finishes drawing shall be got approved
from GE before incorporation in the work. Quality of tiles shall conform to IS-15622 (2006)
(Group B II). Make of tile shall be as listed in Appendix `B’ to particular specifications.
13.9.2 In case of ground floor tiles shall be laid over 10 mm thick bedding layer in cement and sand
mortar (1:3) over 30 mm thick in PCC (1:2:4) type B-0 using 10/12.5 mm graded crushed stone
aggregate laid in alternate bays without using glass dividing strip over 75 mm thick sub base
PCC (1:4:8) type D-2 using 40 mm graded crushed stone aggregate over rammed approved
earth. In case of first floor (except sunken portion of toilet) tiles shall be laid over 20 mm thick
bedding layer in cement and sand mortar (1:3). In sunken portion of toilet floor tiles shall be
laid over 10 mm thick bedding layer in cement and sand mortar (1:4) over 30 mm thick in PCC
(1:2:4) type B-0 using 10/12.5 mm graded crushed stone aggregate over WPT all as specified.
13.9.3 Tiles shall be provided all as specified in clause 13.40 of MES SSR Part-I.
13.9.4 Size and thickness of tile shall be all as specified in schedule of finishes drawings, if not
specified, the size of tile shall be 300 x 300 mm and thickness shall not be less than 7mm.
13.9.5 Shade of tiles wherever not indicated in schedule of finishes drawings shall be as approved by
GE.
13.9.6 Floor pattern as specified in drawing TD/2004/86 Sheet No 1/1 shall be followed. However no
extra payment shall be admissible for change of floor pattern.
13.10 NON SKID CERAMIC TILE FLOORING
13.10.1 Non-skid ceramic tiles wherever shown in schedule of finishes drawing shall be got approved
from GE before incorporation in the work. Quality of tiles shall conform to IS-15622 (2006)
(Group B II). Make of tile shall be as listed in Appendix `B’ to particular specifications.
13.10.2 In case of ground floor tiles shall be laid over 10 mm thick bedding layer in cement and sand
mortar (1:4) over 30 mm thick in PCC (1:2:4) type B-0 using 10/12.5 mm graded crushed stone
aggregate laid in alternate bays without using glass dividing strip over 75 mm thick sub base
PCC (1:4:8) type D-2 using 40 mm graded crushed stone aggregate over rammed approved
earth. In case of first floor and other higher floors (except sunken portion of toilet) tiles shall be
laid over 10 mm thick bedding layer in cement and sand mortar (1:4) over 30 mm thick PCC
(1:2:4) type B-O using 10/12.5 mm graded crushed stone aggregate laid alternate bay. In
sunken portion of toilet floor tiles shall be laid over 10 mm thick bedding layer in cement and
sand mortar (1:4) over 30 mm thick in PCC (1:2:4) type B-0 using 10/12.5 mm graded crushed
stone aggregate over WPT all as specified.
13.10.3 Tiles shall be provided all as specified in clause 13.40 of MES SSR Part-I.
13.10.4 Size and thickness of tile shall be all as specified in schedule of finishes drawings, if not
specified, the size of tile shall be 300 x 300 mm and thickness shall not be less than 7mm.
13.10.5 Shade of tiles wherever not indicated in schedule of finishes drawings shall be as
approved by GE.

13.10.6 Floor pattern as specified in drawing TD/2004/86 Sheet No 1/1 shall be followed. However no
extra payment shall be admissible for change of floor pattern

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 205
PARTICULAR SPECIFICATIONS (CONTD...)

13.11 CERAMIC TILE FLOORING.


13.11.1 Ceramic tiles shall conform to IS:15622(2006)(Group B1b) and all as specified in clause 13.14
of MES SSR Part-I. Make of tile shall be as listed in Appendix ‘B’ to particular specifications.
However the make (out of Appendix ‘B’ to particular specifications ) decided by GE shall be
final.
13.11.2 In case of ground floor tiles shall be laid over 10 mm screed in cement and sand mortar (1:4)
over 30 mm thick PCC (1:2:4) type BO using 10/12.5 mm graded crushed stone aggregate laid
in alternate bays without using glass dividing strips over 75 mm thick PCC (1:4:8) type D2 sub
base over rammed approved earth. In case of first floor tiles shall be laid over 20 mm thick
screed bed layer in cement and sand mortar (1:4) all as specified in clause 13 of MES SSR
Part-I. Tiles shall be jointed / pointed in white cement using pigment to match the colour of tiles.
13.11.3 Ceramic tiles shall be provided of size and thickness as specif ied in schedule of
finishes drawing. Colour/texture of tiles shall be as approved by GE. Size of
tiles if not specified in Schedule of finishes drawing same shall be 605 x 605 mm
and thickness shall not be less than 10mm.
13.11.4 Floor pattern with boarder tiles as specified in Drawing No TD/2004/86 Sheet No 1/1 for vitrified
tile shall be followed. However no extra payment shall be admissible for change in floor pattern
13.11.5 Tiles shall be provided all as specified in Clause 13.40 of MES SSR Part I. 13.10

13.12 ACID RESISTANT TILING

13.12.1 The acid resistant tiles shall be provided as per clause 13.23 and 13.46 of MES SSR Part-I. The
tiles of size 300 x 300 x 10 mm (minimum) shall be used in the work unless otherwise specified
in the tender documents.

13.12.2 Tiles shall set, jointed and pointed in chemical/acid resistant cement resin/sulphur/ epoxy type
as per recommendation of manufacturer’s over 75 mm thick PCC (1:4:8) type D-2 using 40 mm
graded crushed stone aggregate sub base over rammed earth in case of ground floor and over
10 mm thick cement and sand mortar (1:3) screed for other floors.

13.13 PLINTH PROTECTION

13.13.1 Plinth protection (750 mm wide if not shown otherwise in drawings) shall be provided to the
buildings as shown (except open to court yard area) in main plan or any drawing without drain.
However in court yard portion of building where plinth protection with drain is specified same
shall be provided with the drain as per drawing :TD/2004/35, Sheet No 3/4. Surface of drain
shall be even and smooth using extra cement.

13.13.2 The plinth protection shall be with 50 mm thick PCC (1:3:6) type C-1 using 20 mm graded
crushed stone aggregate over 75 mm thick hard core over rammed earth. Plinth protection laid
to slope 1 in 30 in bays not exceeding 2 metre in length. Exposed surfaces shall be finished
even and fair without using extra cement.

13.13.3 Joints of 6 mm wide and 10 mm deep shall be provided along the wall and bays and same shall
be filled with bitumen mastic (1:3).

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 206
PARTICULAR SPECIFICATIONS (CONTD...)

14. PLASTERING

14.1 GENERAL

14.1.1 Prepare surface to be plastered, wet the surface thoroughly.

14.1.2 Curing of plasterwork shall be properly done. The contractor may use a spray pump
or similar device without any price adjustment taking precaution against damage to plaster
due to impact of splicing water.

14.1.3 The contractor shall take every precaution right from the commencement of plasterwork to
prevent any craziness that may appear on the surface of plaster and shall be responsible to
make good any portion of plasterwork which in the opinion of the GE require removal and
redoing.
14.1.4 External plaster surfaces shall be finished to fair and even surfaces and internal plastered
surfaces shall be finished to even and smooth surface without using extra cement.
14.1.5 The thickness of plaster/dado/skirting is the finished thickness (exclusive of dubbing) over
proudest portion.
14.1.6 Plastering at the junction of walls and floors and to all internal and external angles shall meet
at right angle as directed by Engineer-in-Charge. Plastering shall be returned in openings
involved.
14.1.7 Internal plastering shall be carried out to the full width of jambs for the door, windows and
openings ie up to external edge of the wall.
14.1.8 Sand for plastering shall be from the source mentioned in Appendix ‘A’ to particular
Specifications as approved by the GE.

14.1.9 Proper ‘V’ shape grooves, shall be provided in plaster (external/internal) at the junction of
column/ wall / beams / and masonry wall at external and internal faces as per SP-25 of bureau
of Indian standards.

14.1.10 External plastering shall be carried out up to 150 mm below the ground level.

14.1.11 Joint of masonry to be plastered shall be raked out as the work proceeds as specified in the
MES SSR Part I.

14.1.12. TWO COAT PLASTER WORK

14,1,12.1. FIRST COAT : The first coat of the specified thickness shall be applied in a manner similar to
one coat plaster work. Before the first coat hardens, the surface of the cement plaster shall
be scored to provide key for second coat. The rendering coat shall be kept damp for at least
two days. It shall then be allowed to become thoroughly dry.

14.1.12.2 SECOND COAT : Before starting to apply second coat, the surface of the rendering coat
shall be damped evenly. The second coat shall be completed to the specified thickness in
exactly the same manner as the one coat plaster work. In case POP to be provided, the
plastered surfaces shall be broomed finish.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 207
PARTICULAR SPECIFICATIONS (CONTD...)

14.2 CEMENT PLASTER (INTERNAL)


Internal plaster unless otherwise indicated on drawings shall be 5mm thick in cement and sand
mortar (1:3) on ceiling including RCC beam and 10 mm thick in cement and sand mortar (1:6)
on brick surfaces and finished even and smooth without using extra cement.

14.3 CEMENT PLASTER (EXTERNAL)


External plaster unless otherwise indicated in drawings shall consist of 10 mm thick plaster in
cement and sand mortar (1:6) without using water proofing compound followed by top layer of 5
mm thick plaster in cement and sand mortar (1:4) using water proofing compound ISI marked
and mixed in proportion as per manufacturer’s instructions. For the purpose of deviation water
proofing compound shall be taken @ 3% by weight of cement. Cement plaster shall be finished
fair and even.

14.3.1 Unless otherwise shown in drawings, vertical exposed surfaces of parapet walls both side shall
be provided with finish as that for external walls and internal surface of wall towards roof shall
be plastered as specified in clause 14.3 here-in-before.

14.4 Rough cast plaster:- Rough cast plaster finish shall be carried out at the locations shown
on drawing/as directed by Engineer-in-Charge and all as specified in clause 14.22 of MES SSR
Part I. Type of sand and curing shall be all as specified here-in-before.

14.4.1 SKIRTING / DADO

(a) If height of skirting/dado have not been shown in drgs the same shall be as under
:-
(i) Skirting - 100mm
(ii) Dado in Toilet/Bath room - Up to lintel level
(iii) Dado in WC - Up to lintel level
(iv) Dado in Kitchen - 60cm from kitchen platform
(v) Acid resistance work - Dado upto to cill level
(b) Colour of ceramic / vitrified tiles shall be as approved by GE.

14.5 POLISHED GRANITE SLAB/TILE


(a) Polished granite slab/tiles finish wherever indicated in drawings shall be laid all as
specified in MES SSR Part-I and as directed by Engineer-in-Charge.

(b) Polished granite slab/ tiles of specified size shall be provided over 10 mm thick cement
screed/rendering in cement and sand mortar (1:3) length of stone slab shall be match
with the joint of floor tile/slab.

14.6 GREEN MARBLE SLAB/TILE SKIRTING/DADO


(a) Green marble polish slab/tiles finish wherever indicated in drawings shall be laid all as
specified in MES SSR Part-I and as directed by Engineer-in-Charge.

(b) Green marble polish slab/ tiles of specified size shall be provided over 10 mm thick
cement screed/rendering in cement and sand mortar (1:3) length of stone slab shall be
match with the joint of floor tile/slab.

14.7 POLISHED KOTA STONE TILES IN SKIRTING/DADO


(a) Kota stone tiles finish wherever indicated in drawings shall be laid all as specified in
MES SSR Part-I and as directed by Engineer-in-Charge.

(b) Kota stone tiles of specified size shall be provided over 10 mm thick cement
screed/rendering in cement and sand mortar (1:3) length of stone slab shall be match
with the joint of floor tile/slab.
Signature of Contractor for Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 208
PARTICULAR SPECIFICATIONS (CONTD...)

14.8 CEMENT PLASTER IN SKIRTING


Cement plaster in skirting shall consist of 15 mm thick in two layers of 10 mm thick rendering
coat in cement and sand mortar (1:4) and 5 mm thick setting coat in cement and sand mortar
(1:3) toweled to a smooth and even finish using extra cement. It shall be in line with plastering
and separated with groove. Junction of floor and skirting shall be rounded to minimum radius of
5 mm.

14.9 ACID RESISTANT TILES IN SKIRTING/DADO


(a) The acid resistant tiles shall be provided as per clause 13.23 and 13.46 of MES SSR
Part-I. The size and thickness of tiles shall be 300 x 300 x10mm (minimum).

(b) Tiles shall set, jointed and pointed in chemical /acid resistant mortar,
resin/sulphur/epoxy type as per recommendation of manufacturer over 10mm thick
rendering / screed in cement and sand mortar (1:3).

14.10 CERAMIC TILES SKIRTING/DADO


(a) Tiles as specified in schedule of finishes drawings shall be provided over cement and
sand mortar screed in cement and sand mortar (1:3) 10 mm thick. Size and thickness of
tile if not specified in schedule of finishes drawings, the size of tile shall be 300 x 450
mm and thickness shall not be less than 7 mm.
(b) Quality of tiles shall conform to IS-15622 (2006) (Group II).Make of tiles shall be as
specified in Appendix `B’ to particular specifications.
(c) Shade of tiles shall be as approved by GE.

14.11 VITRIFIED PORCELAIN TILES SKIRTING


(a) Vitrified tiles skirting as indicated in schedule of finishes drawing shall be provided over
10 mm thick screed in cement and sand mortar (1:3). The tiles shall be jointed/pointed in
white cement using pigment to match the joints.

(b) Quality of tiles shall conform to minimum international standard ISO : 13006/
European standards EN 176, Group B1A first quality. Colour of tiles shall be as
approved by GE. Make of tiles shall be as specified in Appendix ‘B’ to particular
specifications.

(c) Thickness of tiles if not specified in the schedule of finishes drawings ,the thickness shall
not be less than 10 mm .

NOTE. (APPLICABLE TO WHOLE WORK)


(i) Dado/skirting shall be carried out to full width of Jambs of doors/windows unless otherwise
shown on drawing.

(ii) Kota stone/Marble stone/Granite stone wherever shown in Drawing shall be


machine cut, polished as specified in MES SSR Part-I. Mirror polishing shall be
provided wherever specifically mentioned in drawings or elsewhere.

(iii) Joints in floor and skirting shall be match each other and accordingly length of
tiles/slab shall be adjusted. If the specification of Dado / Skirting not shown same shall be as
per floor finish.

(iv) Ceramic / vitrified tiles shall be premium quality (First quality).

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 209
PARTICULAR SPECIFICATIONS (CONTD...)

15. WHITE WASHING/COLOUR WASHING/CEMENT PAINT/DRY DISTEMPER/ OIL EMULSION


DISTEMPER ETC
15.1 Surface finishes visualising white wash, colour wash etc shall be provided all as indicated in
respective schedule of finishes drawings.

15.2 Where whitewash is indicated in drawings, apply three coat of whitewash including preparation
of surfaces. Where colour washing is indicated in drawings, apply two coats of colour wash
over a coat of white wash. Tint of colour wash shall be approved by GE.

15.3 White washing and colour washing shall be applied with proper brushes as specified in clause
15.12 of MES SSR Part-I, contractor may, at his discretion, do the same by means of spray
pump without any extra cost to the Government.

15.4 Where oil emulsion distemper and/or dry distemper is indicated in drawing, apply two coats of
oil emulsion distemper and/or dry distemper (as the case may be) of the tint approved by the
GE. Prepare surfaces and apply primer as per clause 15.13 and 15.14 of MES SSR Part-I
before applying two coats of distemper. Make of distemper shall be as specified in Appendix
`B’ to particular specifications.

15.5 Where cement paint is indicated on drawings, apply two coats of cement paint. The tint shall
be approved by GE. Preparation, application and other instructions shall be followed as
stipulated in clause 15.15 of MES SSR Part-I. Make of paint shall be as specified in Appendix
`B’ to particular specifications.

15.6 At places where no finish has been shown in drawings, internal plastered surfaces and ceiling
shall be provided with three coats of white wash and external plastered surfaces shall be
provided with two coats of cement paint of approved tint.

16. GLAZING TO STEEL WINDOWS/VENTILATORS (Z SECTION)


16.1 Unless otherwise specified or indicated in the drawing, glazing shall be of plain sheet glass
(ordinary glazing quality), 4mm thick (nominal thickness) except toilet/ bath/ WC windows/
vents where 4mm thick figured glass, pin head type shall be used.

16.2 Glazing to metal frames shall be with putty conforming to IS-419 and steel clips and as
specified in clause 16.5 to 16.10 of MES SSR Part-I.

17 PAINTING

17.1 TARRING
Prepare surface and apply two coats of tar mixture to the mild steel and timber surface in
contact with or buried in ground / masonry work / concrete / plaster.

17.2 PAINTING GENERAL


17.2.1 Members specified to be painted shall first be passed by the Engineer-in-Charge and marked
as such before commencement of painting work. Each coat of paint shall be passed by the
Engineer-in Charge before successive coat is applied.

17.2.2 If the under coat of paint is not executed within 06 months after applying the priming coat, the
priming coat shall be redone by the contractor without any extra cost to the Government.
17.2.3 Surface inaccessible for applying further coats shall be painted before fixing.
17.2.4 Make and specific brand of paint (of manufacturer) as specified in Appendix ‘B’ to Particular
Specifications shall be used in the work.
17.2.5 The primer and paint shall be of the same manufacturer. Pink primer shall be used for
wooden surfaces and red oxide zinc chrome for steel surface.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 210
PARTICULAR SPECIFICATIONS (CONTD...)

17.3 PAINTING TO IRON AND STEEL WORK


17.3.1 Unless otherwise shown on drawings all exposed steel work (except ESHs sheds) and E/M
exposed steel items shall be painted with two coats of synthetic enamel paint over a coat of
zinc chrome primer after preparation of surface. Wherever the false ceiling are to be provided
below trusses, softer, purlins and similar item, these shall be painted with one coat of paint
over primer.
17.3.2 All galvanised iron articles (except CGI sheet in fire point) and reinforcement bars shall not be
painted.
17.3.3 Priming coat shall be applied before fixing in position.
17.3.4 All exposed steel work and E/M steel items of ESHs (Type `A’ and Maz Cat 1.1) shall be
painted with two coats of fire resistant paint over a coat of primer as recommended by the
manufacturer’s recommendation after preparation of surfaces. External faces of steel doors
shall be painted in camouflage pattern as approved by GE.
17.4 PAINTING TO TIMBER SURFACES
17.4.1 Unless otherwise shown of schedule of finishes or specified in these specifications, prepare
surfaces and apply two coats of synthetic enamel paint over one coat of pink wood primer all
as specified in clause 17.6 of MES SSR Part-I.
17.4.2 Priming coat shall be applied before fixing.
17.4.3 All surfaces of timber exposed to view and for which type of finish is not specifically catered
for either in drawings or in these particular specifications shall be treated with three coats of
paints as mentioned in clause 17.4.1 here in before.
17.5 CREOSOTING
Surfaces of timber hidden from view (such as wood work below flooring/above ceiling/ back
side of wall panelling) shall be treated with two coats of creosoting all as specified in clause
17.11 of MES SSR SSR Part-I.
17.6 FRENCH POLISHING
French polish wherever indicated on drawings shall be provided all as per clause 17.7.4 of
MES SSR Part-I.
17.7 ALUMINIUM PAINT
Wherever indicated on drawings, the aluminium paint shall conform to IS-2339 and shall be
applied on surface as per the direction of Engineer-in-Charge.

17.8 ACRYLIC EMULSION PAINT


17.8.1 Wherever weather proof emulsion paint is specified in schedule of finishes drawings, apply two
coats of weather proof exterior emulsion paint over one coat of exterior wall primer as per
manufacturer’s instructions. Preparation of surfaces and application shall be carried out all as
per clause17.17 of MES SSR Part I. Weather proof exterior emulsion paint shall be of APEX
weather proof exterior emulsion (XP) of M/s Asian paints or equivalent brand in M/S Berger
paints/ M/s Shalimar Paints/JENSON & NICHOLSON. Material shall be procured from the
manufacturers or their authorized dealer only.
17.9 PLASTIC EMULSION PAINT
Wherever plastic emulsion point in specified in schedule of finishes drawings, apply two coats of
plastic emulsion point over one coat of primer as per manufacture’s instructions. Preparation of
surfaces and application shall be carried out all as per clause 17.16 of MES SSR Part I

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 211
PARTICULAR SPECIFICATIONS (CONTD...)

18. PLUMBING AND SANITARY FITTINGS


The lump sum tendered by the tenderer for the buildings shall include for the cost of supplying,
fixing and testing as specified of the following sanitary fittings/fixtures for the respective
buildings as shown in drawings including all accessories and plumbing to the extent mentioned
herein after. All sanitary fittings shall be white ( except officer mess and single officer quarter, in
these building fitting shall be light colour as approved by GE) glazed vitreous china, first quality,
ISI marked. Make of fittings shall be as per Appendix ‘B’ to particular specifications: -
(a) Water closet, (pedestal pattern) with plastic seat and cover, low level flushing cistern and
toilet paper holder.
(b) Water closet, squat pattern (Orissa pattern) and low level flushing cistern
(c) Urinal with flush valve
(d) Flush valve 40 mm bore (wheel type)
(e) Wash hand basin with pillar tap
(f) Peg sets
(g) Mirrors
(h) Soil , waste, vent and rain water pipes
(j) Gully traps, nahani traps and floor traps
(k) Water tanks
(l) Soap niche
(m) Towel rail
(n) Toilet paper holder
(o) Switch / meter box
(p) Sink
(q) Plate rack
(r) All other fixtures/fittings as shown on drawings

18.1. WATER CLOSET (PEDESTAL PATTERN)


Pedestal pattern wash down apparatus shall be of pattern 2 of IS-2556 Part-II (2004) and shall
comprise of the following:-

18.1.1 Wash down water closet pan complete with integral ‘P’ or ‘S’ trap. The closet shall be fixed to
floor all as specified in clause 18.87.1 of MES SSR Part -1.

18.1.2 Closet seat and cover shall be moulded synthetic material as specified in clause 18.36.2 of
MES SSR Part -1. The under side of seat shall be recessed type with chromium plated brass
hinges.

18.1.3 Low level flushing cistern 10 litre capacity body moulded from virgin quality high impact
polystyrenes all as specified in clause 18.99 of MES SSR Part 1 of make as per Appendix ‘B’
to Particular Specifications complete.

18.1.4 40 mm (nominal diameter ) PVC flush pipe with necessary fittings

18.1.5 15 mm bore PVC connection heavy duty 600 mm long with brass union at both ends.
18.1.6 Chromium plated brass angular valve, fancy type suitable for connection from 15mm bore GI
pipe water mains.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 212
PARTICULAR SPECIFICATIONS (CONTD...)

18.1A WATER CLOSET LONG PAN PATTERN


18.1A.1 Squatting pan long pan pattern size 630 mm long with foot rest,
vitreous china front or back inlet with P or S trap with long outlet so that joints falls
out of building. The trap shall be of cast iron.

18.1A.2 Provide 40 mm bore wheel type indigenous make, heavy weight, brass flush cock of
approved pattern conforming to IS-2256 shall be provided to each W.C.

18.1A.3 32 mm dia GI flush pipe commencing from 45 cm above FFL shall be connected in
galvanised steel tubing with galvanised steel reducer, joint between GI flush pipe of
WC shall be cement and sand mortar joint.

18.2 WATER CLOSET ORISSA PATTERN


18.2.1 Squatting pan Orissa pattern size 580 mm x 440 mm with integral foot rest, vitreous china
front or back inlet with P or S trap with long outlet so that joints falls out of building. The trap
shall be of cast iron.
18.2.2 Low level flushing cistern 10 litre capacity body moulded from virgin quality high impact
polystyrenes all as specified in clause 18.99 of MES SSR Part 1 of make as per Appendix ‘B’
to Particular Specifications complete.
18.2.3 40 mm (nominal diameter) PVC flush pipe with necessary fittings
18.2.4 15 mm bore PVC connection heavy duty 600 mm long with brass union at both ends
18.2.5 Chromium plated brass angular valve, fancy type suitable for connection from 15mm bore GI
pipe water mains.
18.3 SOAP NICHE
Provide soap niche as per details shown on drawings with same finish on all the surfaces as
that for adjoining dado. In case the dado is to be of glazed tiles the soap niche shall be finished
with glazed tiles with same specifications as that of dado.

18.4 URINALS :- urinal shall comprises the following :-


18.4.1 Urinal pot shall be flat back of size 430 x 260 x 350mm (minimum) vitreous china, all as
specified in clause 18.32.7 of MES SSR Part-I.
18.4.2 Each urinal shall be provided with 15mm bore brass chromium plated half turn flushing valve
ISI marked, CP waste coupling, 32mm bore GI light grade waste pipe upto outlet drain and
15mm bore GI medium grade flush pipe.
18.4.3 Urinal pot shall be fixed with brass screws on wooden plugs embedded on wall in CM (1:2).
18.4.4 Partition wall required in between the two consecutive urinal and at end urinals if not specified
in drawings, same shall be of 15-17 mm thick marble (Makrana Dungri) (white) both side
polished.
18.4.5 Channel and platform shall be finished with same finished as specified for adjoining floor.
18.5 NAHANI TRAPS
Nahani traps shall be provided in locations as shown on drawings. Nahani trap shall be of cast
iron as per IS-3989 and shall have outlet of nominal diameter of 75 mm. Traps which are
adjacent to outer wall shall be provided with long outlet so that joints falls out of buildings.
18.6 GULLY TRAPS
Gully traps shall be salt glazed stone ware quality rebated top square body size 150 mm trap
type ‘P’ round mouth 100 mm bore outlet jointed to drain pipe in cement and sand mortar (1:1)
including cement concrete (1:5:10) type E-2 bedding square RCC cover with 50 mm projection
on either side as shown on the drawings.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 213
PARTICULAR SPECIFICATIONS (CONTD...)

18.7 WASH HAND BASIN


(a) Wash hand basin shall be vitreous china glazed ware, size and pattern shall be as
shown on drawing. Size of flat back wash hand basin and oval type wash hand basin if
not specified in drawing shall be 550 x 400 mm (normal size) and 480 x 375 mm (normal
size) respectively. Oval type wash hand basin shall be provided with 20 mm thick
polished granite (telephone black) platform as shown in drawing number TD/2004/86/
sheet 1/1 or as specified in respective drawing
(b) Wash basin shall have the following :-
(i) Single trap hole with brass grating and coupling and comprising of CP brass with
check nut with internal over flow.
(ii) Chromium plated brass chain and plug and waste fittings.
(iii) Waste pipe with chromium plated brass coupling with check nut fixed to wash
hand basin (In case of officers mess and single officer accommodation brass
chromium plated bottle trap shall be provided).
(iv) One pair of stout, painted cast iron brackets screwed to and including wooden
plugs.
(v) For waste pipe connecting from wash hand basin refer PS clause 18.13.4
hereinafter.
(vi) 15mm bore PVC pipe connection, white 45 cm long with 2 Nos brass coupling for
each pillar tap and mixture valve

(vii) Pillar tap shall be fancy type conforming to IS-8934 and clause 18.16.1 of MES
SSR Part I (ISI marked) chromium plated (In case of officers mess and single
officers accommodation in toilet hot and cold water mixture valve shall be
provided).
(viii) Chromium plated brass angular valve, fancy type suitable for connection from
15mm bore GI pipe water mains.
18.8 LOOKING MIRROR
(a) Mirrors shall be 5.5 to 6 mm thick polished sheet glass flawless firmly mounted on 6 mm
thick plywood backing in PVC frame of approved quality shape moulded and shade or
aluminium anodised frame as specified in respective drawings. The edge of plywood
shall be finished smooth by sand paper.
(b) Vitreous china wash hand basin shall be provided with mirror as under :-
(i) In case of Oval type WHB :-
Length equal to length of platform and 600 mm in height, if not specified in
respective drawings.
(ii) In case of flat back WHB :-
450 X 600 mm.
451
18.9 PILLAR TAPS
Pillar taps shall be of fancy type conforming to IS-8934 (1978) and clause 18.16.1 of MES SSR
Part-I brass chromium plated. The water supply installation shall be tested hydraulically at a
pressure of 2.5 Kg/sq cm in the presence of the Engineer-in-Charge for at least 24 hours
continuously to ensure leak proof connections. All arrangements for testing shall be made by
the contractor at his own cost. Any defects noticed shall be rectified to the entire satisfaction of
Engineer-in-Charge.
18.10 TOWEL RAIL
(a) Towel rail shall be 19mm dia (nominal) anodised aluminium tube except for officer mess
and officer qtrs. In officer mess and officers quarters towel rail shall be of 19mm dia
brass chromium plated. Towel rail shall be screwed with brass chromium plated bracket
and aluminium anodised towel rail shall be screwed with steel chromium plated brackets
fixed with PVC sleeve of appropriate size with brass chromium plated screws. The
length of towel rail shall be 900 mm unless otherwise shown on drawings.
(b) Towel rail shall be provided with each vitreous china wash hand basin. The exact
location where towel rails are to be provided, shall be decided by GE at site.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 214
PARTICULAR SPECIFICATIONS (CONTD...)

18.11 KITCHEN SINK WITH DRAIN BOARD


(a) It shall be stainless steel (S-304) (Salem steel) made out of 1 mm thick sheet over all
size (915 x 460 mm) (minimum) with single bowl, single drain board or over all size
(1320 x 465 mm) (minimum) with single bowl with double drain board and single drain.
Sink shall be anti scratch quality.

(b) Sink shall have with the following :-


(i) Single trap hole with brass chromium plated grating and coupling and comprising of
CP brass with check nut with internal over flow.
(ii) Chromium plated brass sink mixer suitable for 15 mm bore GI pipe.
(iii) Chromium plated brass chain and plug and waste fittings.
(iv) GI (light grade) waste pipe with chromium plated brass coupling with check nut fixed
to wash hand basin.
(v) One pair of stout, painted cast iron brackets screwed to and including wooden plugs.
(vi) Chromium plated brass angular valve, fancy type suitable for connection from 15mm
bore GI pipe water mains.

18.11.A SINK WITH DRAIN BOARD OTHER THAN KITCHEN


(a) Stainless steel (S-304 grade)(Salem steel) sink made out of 1 mm thick sheet of over all
dimension 1145 x 510 mm (minimum) with single bowl and single drain board or overall
dimension (minimum) 610 x 460 x 225 mm with single bowl without drain board shall be
provided as shown on drawing. Sink shall be anti scratch quality.
(b) Sink shall have with the following:-
(i) Single trap hole with brass chromium plated grating and coupling and comprising of
CP brass with check nut with internal over flow.
(ii) Chromium plated brass sink mixer suitable for 15 mm bore GI pipe.
(iii) Chromium plated brass chain and plug and waste fittings.
(iv) GI (light grade) waste pipe with chromium plated brass coupling with check nut fixed
to wash hand basin.
(v) One pair of stout, painted cast iron brackets screwed to and including wooden plugs.
(vi) Chromium plated brass angular valve, fancy type suitable for connection from 15mm
bore GI pipe water mains.
18.12 TOILET PAPER HOLDER
One toilet paper holder for which pedestal type WC shall be provided whether shown on
drawings or not. Toilet paper holder shall be of vitreous china of 150mm x 150mm recessed roll
type.
18.12A PLATE RACK
Plate rack of minimum size (if not otherwise shown) 24 inchx36inchx10inch manufactured of 24
gauge stainless steel (grade S-304) shall be provided all as shown on drawings. Make shall be
as approved by GE.
18.13 SOIL WASTE AND VENT PIPES
18.13.1 Unit rate for the building of Schedule ‘A’ Part-I shall be deemed to include for cost of the soil,
waste and vent pipes along with requisite fittings such as bends, junctions, inspection and all
plumbing work complete.

18.13.2 Soil, vent and waste pipe including their fittings in all location (except waste pipes), in location
mentioned in clause 18.13.3 and 18.13.4 shall be cast iron 100 mm bore with cement joint
except portions embedded under floor/wall which shall be with lead joint. Soil pipe shall be
extended 90 cm above roof level to serve as vent pipe and shall be provided with CI cowl at
top.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 215
PARTICULAR SPECIFICATIONS (CONTD...)

18.13.3 Waste pipe from sanitary fittings, like sinks/WHBs (without bottle trap) up to Nahani traps shall
be 40/32 mm PVC pipe except where the pipe is embedded in the wall/floor. Waste pipe
embedded in the floor/walls shall be 40 mm dia GI pipe medium grade and shall run along the
walls and not across the floor.
18.13.4 Waste pipe from Nahani trap/floor trap up to gully trap shall be CI 75 mm bore with cement
joint except joints embedded under floor or masonry which shall be with lead. Drain pipe from
gully trap shall be 100 mm bore SGSW pipe grade ‘A’ ISI marked duly embedded packed and
haunched against the sides of pipe in PCC (1:4:8) type D-2 using 40 mm graded crushed
stone aggregate.
18.13.5 Soil pipe up to 2.0 metre from external face of the wall and waste pipe up to gully trap and
drain pipe up to 2.0 metre length from gully trap as specified above shall be deemed to be
included in the unit rate of buildings under Schedule ‘A’ Part-I. Any variation in length of pipe
shall be adjusted through deviation order.
18.13.6 All cast iron pipe and pipe fittings shall be spun centrifugally cast as per IS : 3989
(ISI marked).

18.13.7 Whether indicated on drawings or not, soil pipe to take sludge from water closets and waste
pipes to take water from Nahani traps shall be provided all as specified herein before.
18.13.8 CI accessories such as bends, pieces (single/double) etc shall be provided as required
and /or as shown on drawings. All exposed accessories above ground level shall have
oval access door (single pattern) to enable access to each straight section of the joints.
18.13.9 Where CI pipe are taken down ward through RCC slab at pre-decided location a CI pipe piece
of suitable length with collar shall be placed in situ during casting of slab instead of keeping
hole or putting wooden gutka etc.
18.13.10 Each and every joint of soil/waste pipe being embedded in to floor/walls shall be tested with
smoke test as laid down in the MES SSR-Part I in presence of Engineer-in-Charge and than
he will certify that the joints are satisfactory and no leakage was noticed. A copy of this
certificate shall be forwarded to the GE and CWE for records.
18.13.11 All CI pipe shall have 30 mm clearance from the finished face of wall and shall be fixed with
MS clamp and as specified in MES SSR Part-I.
18.13.12 All cast iron pipe shall be without ear.

18.14 GI SPOUTS
250/300 mm long spouts of GI pipe 50 mm bore (light grade) shall be provided as shown in
drawing. Free end of spout shall be cut at 45-degree angle.

18.15 RAIN WATER PIPE (RWP)


(a) Rain water pipe and fittings shall be of UPVC (Un-plasticised PVC) conforming to IS :
13592 all as specified in clause 18.27A of MES SSR Part-I. Size and location of RWP
shall be as shown on respective drawings. Jointing of pipe shall be carried out as per
manufacturer’s instructions. Pipe and fittings shall be secured to walls using PVC
clamps as per manufacturer’s instructions at all joints. Size of rain water pipe shall be
160mm dia if not specified anywhere in the tender documents.

(b) Grating and shoe shall be provided at inlet and outlet of RWP.

18.16 HOOK/PEGS SET OF THREE/SIX


Hook/pegs shall be 4 mm square anodised aluminium and fixed with cadmium plated screws.
The size of hook shall be 125 mm if not shown on drawing and shall be fixed on wooden plank
as specified in respective drawing.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 216
PARTICULAR SPECIFICATIONS (CONTD...)

19. SUNDRIES
19.1 SWITCH/METER BOX
19.1.1 Whether shown in drawing or not, buildings under Schedule `A’ Part-I shall be provided with
switch/meter box (steel including niche as shown in drawing).

19.1.2 The size of switch/meter box shall be suitable so as to accommodate the DBs with MCBs and
meters as specified.

19.1.3 All surfaces of steel exposed to view shall be treated all as specified in particular specification
here in before.

19.2 HDPE WATER TANK


19.2.1 Water tanks shall be provided as shown on drawing.

19.2.2 Water tank shall be single piece rotational moulded polyethylene, (cylindrical vertical with
top closed) double layered construction of HDPE as per IS-12701. The outer surface of the
tank shall be painted with suitable heat protective paint (white in colour).

19.2.3 The lump sum shall also include for the following :-
(a) Galvanised steel tube medium grade 10cm long projected inside and outside of tank with
bore as indicated in drawing for inlet and outlet including high pressure brass ball valve with
polythene float brass rod and fly nut conforming to IS-1703.
(b) Galvanised steel tube for inlet of size shown on drawing medium grade 10 cm long
projected inside and outside for wash out.
(c) Galvanised steel water tube medium grade projecting 10 cm inside and outside the tank for
over flow.
(d) Galvanised steel tube medium grade projected 10 cm inside and outside of tank for
vent.
19.2.4 Capacity and number of water tank shall be provided as shown on roof plan drawing. Water
tank shall be placed over PCC platform (1:2:4) type B-1, with minimum thickness of concrete 200 mm.
Bottom surface of tank shall be horizontal and tank shall be fixed in position all as shown on
drawing No: - ADG D&C Pune 2002/TD/001/sheet No 1/1.

19.2.5 If capacity of water tank is not shown in roof plan drawing, 500 litres capacity water tank shall
be provided for each toilet.

19.3 GROUND SINK


The floor of ground sink shall be as that of surrounding floor. PCC kerb shall be of PCC (1:3:6)
type C-1 with same finish as that of floor.
19.4 NUMBER PLAQUE
All building / structures shall be provided with a diamond square 30 cm x 30 cm x 20 mm thick
plaster plaque in cement and sand mortar (1:2) finished smooth using extra cement duly painted
in black (three coats) of synthetic enamel paint including priming coat and number letter (each
of 12 cm height) as directed by Engineer-in-Charge. The number of each quarters on main
entrance door shall also be painted as directed by Engineer-in-Charge.
19.5 PLAQUE OF PRIDE
The contractor shall provide black (telephone black) granite slab 20 mm thick, 750 mm x 600
mm size in one building of the project as directed by GE. Plaque of pride will bear name of work
with date of commencement and actual date of completion, name of CWE, GE, Senior Architect
associated with the project and contractor/firm who were associated with the project as per drg
No TD/2012/15 sheet No 1/1.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 217
PARTICULAR SPECIFICATIONS (CONTD...)

19.6 INFORMATION PLAQUE (TABLET)


19.6.1 Building /structure specified in clause 3.7.1 here in before shall be provided with plaque (tablet)
furnishing the following information in plaster engraving in and painted as directed by
GE :-
(a) Job No, CA No, Year and name of work
(b) Name of contractor, GE and Engineer-in-Charge
(c) Date of commencement, completion phase wise and expiry of `maintenance period.
(d) Date of expiry of warranty period against ATT and water proofing treatment.
19.6.2 Plaster shall be 20 mm thick in cement and sand mortar (1:4).
19.6.3 Location and size of plaque shall be as decided by the GE.
19.7 SUMP AND CI PIPE OUTLET
Provision of Drain, sump and outlet pipeline to drain out the water of drain along the plinth
protection/court yard/open to sky portion shall be measured and paid for separately under
provisional lump sum

19.8 REINFORCED CEMENT MORTAR JALLI


Reinforced cement mortar jallies shall be procured from market and not be cast at site. Jalli
shall be best locally available and of size 30 x 35 cm as directed by the GE. The mix of mortar
shall be in cement and sand mortar (1:3) (1 cement : 3 coarse sand), reinforced with 3 mm dia
GI wire. Thickness of jalli if not specified in drawings same shall be 50 mm. The pattern shall be
as approved by GE and set and jointed in cement and sand mortar (1:4) and at every third unit
6mm dia mild steel wire shall be provided all as directed by Engineer-in-Charge.

19.9 EXPANSION AND CRUMPLE JOINTS


19.9.1 Expansion/crumple section shall be provided where indicated on drawings as per the details
given in the drawings. The portion where aluminium sheet is to be fixed on walls, the surfaces
below the sheet shall be plastered 15 mm thick in cement and sand mortar (1:4) in lieu of
keyed pointing.
19.9.2 Gap shall be filled with compressible material as specified in respective drawings.
19.9.3 Filling material shall be non-extruding and resilient type (bitumen impregnated fibre)
preformed bituminous filler conforming to IS 1838, ISI marked.
19.9.4 PVC water bar or sealant shall be provided to prevent rain water penetration as directed by
Engineer-in-Charge.
19.10 COOKING PLATFORM AND SHELVES (EXCEPT OFFICERS MESS AND COOK
HOUSES)
(a) Platform and shelves shall be provided all as shown on drawing.
(b) Type of Kitchen platform if not specified in the drawing same shall be provided with 20
mm thick polished granite (telephone black) stone/slab and shall be laid over RCC slab
as shown on drawing and as specified in MES SSR Part I. Thickness of screed below
Kota stone slab shall be 15 mm thick in cement and sand mortar (1:3). Kota stone shall
be machine cut on all faces and edges. Length of Granite stone shall not be less than
1.50 metre. Provide ceramic tiles (coloured) as specified for dado in schedule of finishes
drawings, if height is not specified provide ceramic glazed coloured tiles above cooking
platform up to 600 mm high.
(c) Kota stone in shelves indicated in drawings shall be machine cut (Edges, top and
bottom) and polished and shall be laid as specified in SSR Part-I. Thickness if not shown
in drawing shall be 25 mm. Kota stone shall be in one piece in width and length between
two adjacent supports.
(d) Kota stone shelves shall be embedded 50 mm in walls.
(e) Edges exposed in view of Stone platform and shelves shall be chamfered (rounded) two
adjacent supports.
(f) The platform in kitchen and cook shall be polished granite slab 20 – 22 mm thick.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 218
PARTICULAR SPECIFICATIONS (CONTD...)

19.11 OPENING FOR EXHAUST FAN


Opening for exhaust fan shall be provided all as specified and shown on drawings with
arrangement of mosquito proofing.
19.12 MEAT HOOK
Meat hook (stainless steel) (S-318) shall be provided all as shown on drawings. Number of hook
if not specified in the drawing same shall be considered ten number.
19.13 PELMET BOX INCLUDING CURTAIN ROD
(a) The pelmet boxes shall be as shown in drawing.

(b) Timber to be used shall be 1st class hard wood (teak).

(c) Exposed surfaces of timber shall be French polished.

(d) 19 / 20 mm dia aluminium anodised conduit( 2 mm wall thickness ) with socket


screws shown on drawing shall fit to side planks.

19.14 HATCH WINDOW


(a) Hatch window shall be provided all as specified and as per details given in drawing No
TD/2004/04 sheet No 1/1.
(b) Wooden frame : First class hard wood (MP Teak) with wrought faces.
(c) Shutter : Pre-laminated particle board 18/19 mm thick (both side laminated) all as
specified hereinbefore. Edges of particle board shall be provided with teak wood edging
20 mm thick. Hinges shall be mild steel electro galvanised continuous (Piano) type.
(d) Handle shall be 150 mm long, aluminium anodised.
(e) 25 mm thick mirror polished granite stone slab (green) in single piece shall be provided
over 15 mm thick screed in cement and sand mortar (1:3) over RCC slab counter.
Exposed edges of granite slab shall be chamfered (rounded)
(f) PCC in platform shall 1:2:4 type B-1 using 20 mm graded crushed stone aggregate, top
and side finish of platform shall match with the finishes of adjacent floor.
19.15 NOTICE BOARD
(a) Notice board shall be provided all as specified and as per details given in drawing No
TD/2004/16 sheet No 1/3 at location indicated in the main plan drawings.
(b) Timber shall be first class hard wood (MP Teak).
(c) Soft board shall be in single piece over 6 mm thick ply wood BWR grade.
(d) 5mm thick sheet glass shall be fixed with 10mm x 10mm wooden beads.
(e) Butt hinges shall be 50mm size and shall be medium grade mild steel as specified
hereinbefore.
(f) Hasp and staple shall be of 75mm size safety pattern of aluminium anodised.
(g) French polish shall be provided on all exposed surfaces of timber.
(h) All wooden members in contact with masonry shall be treated with hot tar.
(j) The over all size of notice board shall be as specified in plan of building. If size is not
specified same shall be followed as 2440x1220mm.
(k) Green baize cloth shall be as shown on drawings of best quality as approved by GE.
19.16 DISPLAY BOARD
Display board shall be as shown in drawing No TD/2004/17 Sheet No 1/2 and 2/2. Green baize
cloth over soft board shall be as approved by GE. Hinges shall be 100mm long mild steel cold
rolled medium weight and hasp and staples shall be 75mm large safety pattern aluminium.
Glass shall be 4mm thick plain sheet glass. All exposed wooden surfaces shall be French
polished. Wooden members in contact with masonry shall be treated with hot tar. Overall size
of board if not specified in main drawings shall be 1800x1200mm.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 219
PARTICULAR SPECIFICATIONS (CONTD...)
19.17 CURTAIN ROD
(i) 19 / 20 mm dia MS Chromium plated conduit (1.6mm wall thickness) with socket
screwed shall be fitted to veneered particle board sides as shown in drawings. Teak
wood edging shall be provided all round the particle board all as specified here in before

(ii) Steel and wooden surfaces shall be painted as specified herein before.

19.18 DRAPERY ROD (DR)


(a) DR wherever mentioned in plan, powder coated aluminium drapery rod shall be provided
as per details given in TD drawings NO. TD/2004/64 Sheet No 1/4”.
(b) Drapery rod 20 mm inner dia shall be supported on the aluminium powder coated
bracket fixed with rawl plug or screw on walls/beam. Drapery rod shall be provided with
finial at ends as approved by Garrison Engineer.
(c) Colour of drapery rod, rings, finial and bracket shall be as approved by Garrison
Engineer.
(d) Rings for hanging the curtain shall be as per manufacturer’s instructions and shall be
provided at the rate of one ring per 10 cm length of rod.
(e) Make of drapery rod, finial shall be as specified in drawings.

19.19 CUP BOARD


Cup board shall be provided all as specified and as shown on drawing

19.20 RAILING AND HAND RAIL OF BALCONY AND STAIR CASES


(a) Railing and hand rails wherever shown on drawing shall be all as shown on respective
drawings and shall be painted (except stainless steel railing) all as specified here-in-
before.
(b) Stainless steel railing shall be of grade (S-304) and thickness of pipe shall be minimum
2mm upto 19 mm outer dia metre and 2.3mm for above 19mm outer dia.
(c) Mild steel pipe specified in railing shall be of made out of medium grade.
(d) Galvanized surfaces wherever specified in respective drawings shall having zinc coating
type heavy as laid down in IS , hot dipped galvanized coating.

19.21 THREE/TWO TIER RCC SHELVING

19.21.1 These shall be provided as shown on drawing. The surface shall be finished fair and smooth
with using extra cement.

19.21.2 Bottom, top and front edge shall be provided with 5 mm thick rendering in cement
mortar (1:3) finished even and smooth without using extra cement.

19.21.3 Bottom surface of shelves shall be treated with three coats of white washing all as
specified hereinbefore.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 220
PARTICULAR SPECIFICATIONS (CONTD...)

19.22 THREE OR TWO TIER KOTA STONE SHELVES (3 KSS) OR (2KSS)


(a) These shall be provided as shown on drawing and supported with 115 thick brick
walling as specified.
(b) Shelves shall be of 25 mm thick kota stone machine cut and polished both side. Shelves
shall have minimum 50 mm bearing on walls on all the sides.
(c) Surface of brick walling shall be provided with 10 mm thick plaster in cement and sand
mortar (1:6) finished even and smooth without using extra cement unless otherwise
finishes specified in schedule of finishes drawings.
(d) All plastered surfaces shall be finished with same finish as specified for respective
room/location.
(e) Bottom platform shall be of PCC (1:2:4) type B-1 using 20 mm graded crushed stone
aggregate and side/top shall be finished to match with adjacent floor of room.

19.23 BAR COUNTER AND SHOW CASE


(a) Bar counter and show case shall be as specified and as shown on drawings
(b) All brick wall shall be built in cement and sand mortar (1:4) and shall be plastered 10mm
thick in cement and sand mortar (1:4) and finished with two coats of synthetic enamel
paint over a coat of primer.
(c) Exposed edges of glass shelf, cudappah stone, granite stone slab shall be
chamfered(rounded).
(d) Granite slab (telephone black) in top, shelving and lining shall be bedded in 15mm thick
cement and sand mortar (1:3), over RCC slab/masonry.
(e) Granite slab (telephone black) shall be single piece in width on top slab and shall be
machine cut and mirror polished. Edges of top slab shall be chamfered
(rounded/bevelled).
(f) Prelaminated particle board exterior grade, both face laminated shall be provided with
teak wood edging all as specified here in before.
(g) All exposed wooden surfaces shall be French polished.
(h) Size and colour of glass mosaic shall be as approved by GE
(j) PCC platform shall be PCC (1:2:4) type B1 using 20 mm graded crushed stone
aggregate, Top and sides of platform shall be finished to match with the adjacent floor of
room.

19.24 FULL SIZE MIRROR


(a) Full size mirror shall be provided at the locations shown on drawings and shall be
provided all as per details shown on drawing No :- TD/2004/16 Sheet No 3/3.
(b) Mirror shall be 5.5 to 6 mm thick polished sheet glass flawless firmly mounted on 6 mm
thick plywood backing in wooden frame with key plate etc complete as shown on
drawings. The edge of plywood shall be finished smooth by sand paper.
(c) Exposed surfaces of timber shall be French polished as specified herein before

19.25 HAT STAND WITH MIRROR


(a) Hat stand wherever indicated in the drawing shall be provided as specified in drawing
FD-2 Sheet 1/1.
(b) Timber shall be 1st class hard wood (teak)
(c) Exposed surface of timber shall be French polished all as specified herein before
(d) Unless otherwise not shown, the size of mirror shall be 300 x 450 x 5 mm thick.

19.26 FIXED GLAZING (FG/FG-1/FG-2)


(a) Fixed glazing wherever shown in the drawing shall be provided with 5.5mm thick (min)
glass panes fixed with glazing clip and putty to the frame.
(b) Size, type and quality of glass panes shall be all as specified in the respective drawings.
If not specified, same shall be 6 mm thick plain glass of selective quality.
(c) Aluminium section of size as shown on drawings used in the work shall be of make as
specified in Appendix ‘B’ to particular specifications.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 221
PARTICULAR SPECIFICATIONS (CONTD...)

19.27 Detail of shelves with glass sliding shutters


(a) Shelves with glass sliding shutter shall be provided all as specified as per details
given in drawing No TD/2004/60 sheet No 1/1
(b) Prelaminated particle board both side laminated shall be exterior grade all as
specified herein before.
(c) Particle board shall be provided with 6mm thick teak wood edging.
(d) All wood work shall be first class hard wood (MP teak).
(e) All steel surfaces shall be treated with two coat of synthetic enamel paint (White)
over a coat of red oxide zinc chrome primer.
(f) Minimum thickness of sliding glass sheet shutter shall be 5.5mm.
19.28 GLAZED SHOW CASE
(a) Glazed show case shall be provided all as specified as per details given in drawing No
TD/2004/48 sheet No 1/1.
(b) Shelves shall be of 25mm thick green marble (Makrana) slab machine cut, polished both
side. Slab shall be in one piece. Marble slab over PCC/RCC platform shall be bedded in
cement and sand mortar (1:3) 15mm thick. Vertical support shall be 25mm thick kota
stone slab machine cut, polished both side slab in single piece.
(c) All internal surfaces of wall shall be plastered in cement and sand mortar (1:4) finished
even and smooth without using extra cement.
(d) All internal surface of wall and bottom of RCC platform shall be treated with two coats of
synthetic enamel paint (White) over a coat of primer.
(e) Minimum thickness of sliding glass sheet shutter shall be 5.5mm.

19.29 FALSE CEILING


FOR AUDITORIUM
False ceiling in auditorium shall be provided as per shown in drawing

20 RAMP
(a) Ramp shall be provided all as specified and as per details given in drawings No
TD/2004/02 sheet No 1/4 to 4/4.
(b) Excavation and earth work shall be soft/loose of soil and surplus soil shall be removed to
distance exceeding 200 metres but not exceeding 250 meters all as specified here-in-
before.
(c) Brick masonry shall be all as specified in MES SSR Part-I and here-in-before built in
cement and sand mortar (1:4).
(d) Hardcore shall be as specified here in before.
(e) All surfaces of masonry shall be plastered in cement and sand mortar (1:4) 10 mm thick
finished fair and even. Plastered surface shall be provided 2 coats of cement paint.
(f) PCC foundation shall be 1:4:8 type D-2 using 40mm graded crushed stone aggregate.
All other plain cement concrete shall be PCC (1:2:4) type B1 using 20mm graded
crushed stone aggregate. Surfaces of PCC floor shall be finished even and smooth
using extra cement. Top surfaces of ramp shall be chequered finished.
(g) All reinforced cement concrete work shall be M-25 (Design mix) all as specified here-in-
before.
(h) 30mm thick PCC (1:2:4) type B0 using 12.5 mm graded crushed stone aggregate
levelling course followed by two layers of 100 micron polythene sheet shall be provided
over walls under RCC slab.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 222
PARTICULAR SPECIFICATIONS (CONTD...)

21 FIRE POINT
(a) Fire point shall be provided all as specified and as per detail given in drawing No
TD/2004/43 sheet No 1/1.
(b) Excavation and earth work shall be in soft/loose soil and surplus soil shall be removed to
distance exceeding 200 metres but not exceeding 250 meters all as specified here-in-
before.
(c) PCC in foundation shall be 1:4:8 type D2 using 40 mm graded crushed stone aggregate,
thickness if not specified shall be 100mm.
(d) PCC above GL shall be in PCC 1:3:6 type C1 using 20 mm graded crushed stone
aggregate.
(e) Brick masonry shall be all as specified in MES SSR Part-I and here in before, built in
cement and sand mortar (1:4).
(f) All masonry surfaces shall be provided with 15mm thick cement plaster in cement and
sand mortar (1:4) finished fair and even. Plastered surface shall be provided 3 coats of
white wash
(g) MS work shall be with welded joints.
(h) CGI sheet roofing shall be provided as shown on drgs and shall be 0.80mm thick.

(i) All MS work including CGI sheet shall be painted with 2 coats of synthetic enamel paint
(Red colour) over a coat of primer. Preparation of MS work and sheet shall be as
specified in SSR.
(j) Writing of letters i.e. “FIRE POINT” shall be 200mm high and shall be with white colour
paint at the location as directed by Engineer-in-Charge.

22 SENTRY BOX
(a) Sentry Box shall be provided all as specified and as per details given in drawing No
TD/2004/96 sheet No 1/1.
(b) Excavation and earth work shall be in soft/loose soil and removing surplus soil all as
specified here in before.
(c) Concrete below wall shall be PCC (1:4:8) type D-2 using 40mm graded crushed stone
aggregate.
(d) Brick masonry shall be all as specified in MES SSR Part-I and here-in-before, built in
Cement and sand mortar (1:4).
(e) All plain cement concrete shall be (1:2:4) type B-1 using 20mm graded crushed stone
aggregate.
(f) All RCC work shall be M-25 (design Mix) as specified here-in-before.
(g) Internal surfaces shall be plastered in cement and sand mortar (1:6) 10mm thick finished
even and smooth without using extra cement. External surfaces including RCC roof and
wall shall be plastered in cement and sand mortar (1:4) 15mm thick finished fair and
even using water proofing compound as per manufacturer’s instructions. However in
case of deviation the same shall be taken as 3% by weight of cement.
(h) Internal surfaces shall be treated with 3 coat of white wash and external surfaces shall
be treated with 2 coats of cement paint all specified here-in-before.
(i) Stone rubble filling shall be done with aggregate of gauge 63 to 90mm as shown in
drawing.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 223
PARTICULAR SPECIFICATIONS (CONTD...)

23 GARBAGE BIN
(a) Garbage bin shall be provided as specified and as per details given in drawing No
TD/2004/27 sheet No 1/2 and 2/2.
(b) Excavation and earth work shall be in soft/loose soil and removing surplus soil all as
specified here in before.
(c) Brick masonry shall be all as specified and here-in-before, built in cement and sand
mortar (1:4).
(d) Flooring shall be 40mm thick PCC (1:2:4) type B1 using 20mm graded crushed stone
aggregate over 75mm thick PCC 1:4:8 type D-2, using 40mm graded crushed stone
aggregate sub base over rammed earth. Exposed (top) surface shall be finished even
and smooth without using extra cement.
(e) Surfaces of masonry shall be plastered with 15mm thick in cement and sand mortar (1:4)
finished fair and even and shall be treated with three coats of white wash.
(f) All exposed surfaces of steel and iron work shall be given two coats of bituminous paint
over a coat of red oxide primer. Surface in contact with masonry/PCC shall be tarred.
(g) DPC shall be 40mm thick PCC (1:2:4) type B-1 mixed with W.P.C as per manufacturer’s
instruction.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 224
PARTICULAR SPECIFICATIONS (CONTD...)

24 INTERNAL WATER SUPPLY


24.1 Pipes and pipe fittings shall be provided by the contractor for approval of GE before orders for
supply.
24.2 Pipe and pipe fittings shall be galvanised steel medium grade .
24.3 Screw down bib taps and stop cocks shall be of brass polished body bright finish.
24.4 The water supply installation shall be tested hydraulically at a pressure of 2.5 Kg/Sq cm in the
presence of Engineer-in-Charge for at least 24 hours continuously to ensure leak proof
connections. All arrangements for testing shall be made by the contractor at his own cost. Any
defects noticed shall be rectified to the entire satisfaction of Engineer-in-Charge.
24.5 The mounting height of various fittings shall be as directed by Engineer-in-Charge.
24.6 As far as possible joints shall be avoided in the pipes laid under floor.
24.7 (a) As far as possible water supply pipe line shall be run exposed on
external face of walls of the buildings. Water supply pipe line inside the buildings in
toilets, bath, WC and kitchen for all type of accommodation shall be concealed.
(b) Necessary cuttings/leaving/ forming holes, chases etc in walls, floor and ceiling and
making good involved shall be deemed to have been included in the unit rate quoted by
the contractor for respective buildings under Schedule ‘A’ Part-I. No adjustment shall
however, be made on this account for pricing any deviation in quantities indicated as
provisional items under Schedule ‘A’ Part-II (Internal water supply).
24.8 Make of materials shall be as given in Appendix ‘B’ to particular specifications.
25. INTERNAL ELECTRIFICATION
25.1 SCOPE OF WORK
The scope of work includes internal electrification to buildings all as described in
Schedule ‘A’, shown on relevant drawings, specified in the particular specifications
here-in-after including testing and commissioning and also includes any other
connected items of work required for entire completion including testing and
commissioning but not specifically mentioned.

25.2 GENERAL

25.2.1 Particular specifications given here-in-after are brief and are only to particularise,
amend and emphasize the specifications of MES Schedule (where are not repeated).

25.2.2 The IS mentioned in the MES Schedule and in the tender documents shall be deemed
to be changed/modified as per latest amendments issued to IS upto date of receipt of
tender.

25.2.3 The installation shall strictly comply with the provisions contained in the latest edition of
the Indian Electricity Rules and Code of practice and IS-732 for electrical wiring and
fittings in buildings (as applicable to these works) except where such regulations and
rules are modified by these specifications.

25.2.4 All electrical works shall be executed properly by skilled and licensed electricians
under the supervision of suitable, qualified electrical supervisors. The contractor shall
produce to GE evidence of such qualifications of his workmen and supervisor(s) at the
time of commencement of the work and if required by the department at any time
thereafter during contract period, on demand by Engineer-in-Charge.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 225
PARTICULAR SPECIFICATIONS (CONTD...)

25.2.5 The layout of internal electrification network and system shown in plants/drawings are
tentative and may need modification on ground. The work shall finally be executed as
per approval of GE in writing and no price-adjustment what so ever shall be admissible
to the contractor on this account.

25.2.6 The wire runs shall be marked on the walls and soffits of roofs/floors slabs and
approval of the Engineer-in-Charge shall be obtained in writing before fixing plugs,
cables and fittings etc.

25.2.7 All electrical fittings and wiring shall be laid/fixed clear of doors and windows and
other openings.

25.2.8 Wiring shall be done strictly in conformity with IS rules, specifications and lay outs
shall be in conformity with modern engineer practice. Loop-in type of wiring shall
invariably be adopted throughout the installation.

25.2.9 No twisting/jointing in earth wire is allowed. All continuous earth wires shall be
connected to main earth/switch boxes/DBs/MCCB, socket outlets, fitting etc by use of
suitable size lugs/sockets and application of crimping tools only.

25.2.10 Cables shall be connected to a terminal only by crimped lugs using suitable sleeve,
lugs or ferrules and application of proper crimping tools. In case where this is not
feasible, the ends may be soldered together. Cables in each circuit shall be bunched
together.

25.2.11 Proper phase identification code should clearly be provided at the main in-coming
switch.

25.2.12 The name of functions of each distribution board like ‘POWER’ ‘LIGHT’ or ‘SUB MAIN
DB’ as applicable shall be clearly and neatly painted on the distribution boards with
white synthetic enamel paint.

25.2.13 The height of the incoming and distribution switch boards and various electrical
fittings/sockets outlets/switch boards etc shall be as per E-in-C’s TI. However, the
height of the distribution boards shall not be less than one metre. Socket outlets may
be installed at the height of one metre from the finished floor level.

25.2.14 The contractor shall submit, within two weeks from the date of placement of work
order to commence the work, the wiring diagram to the Engineer-in-Charge for his
approval. Approval of the Engineer-in-Charge shall be obtained in writing for the
purposed run of wires and exact positions of fittings before resorting to the fixing of
conduits, cable, fittings etc.

25.2.15 General conditions and specifications as given in clause 19.2 of MES SSR (Part-I)
shall be complied.

25.2.16 The main supply in the buildings shall be LT AC –50 Hz single phase (230V) or three
phase (415 V).

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 226
PARTICULAR SPECIFICATIONS (CONTD...)

25.3 MATERIAL AND SAMPLES


25.3.1 The main items to be incorporated in work like cables, switches, sockets, fittings,
MCBs. DBs etc shall invariably be ISI marked. Where IS marked products are not
available in the country, these shall conform to relevant BS specifications.
25.3.2 Approval of GE referred to in clause 19.2 of MES SSR (Part-I) shall be in writing.

25.3.3 Samples of all materials, fittings and fixtures to be supplied by the contractor shall be
submitted to GE for his approval. The contractor shall procure the items in bulk and
commence the work only after the samples are approved in writing by the GE. The
contractor shall ensure that all the materials incorporated in the work are identical in
all respects. Samples approved and samples destroyed in testing shall be returned
to the contractor after completion of contract. No payment shall be made for samples
destroyed in testing.

25.3.4 Make of materials shall be as given in Appendix `B’, to particulars specifications.

25.3.5 All manufactured articles required for incorporation in work shall be brought to site in
the manufacturer’s original packing with the seal intact. The materials shall be
procured from the manufacturers or their authorised dealers only and original
purchase vouchers (duly machine numbered and bearing the ST/CST/TIN number)
and manufacture’s test certificates shall be submitted by the contractor to the deptt
for inspection and perusal before approval of material. Incorporation shall be done
after material is approved by GE in writing.

25.3.6 Executives and the contractor are to clearly understand the “sample approval” and
“material approval” are two distinct activities and phase and proper record for both
these activities in a proper sample and material approval register is to be kept.

25.3.7 Notwithstanding, the fact that an equipment has passed the inspection carried out
during the stage of manufacture, the contractor is not relieved from his obligations to
conform to the quality, workmanship, guarantee of performance etc.

25.3.8 Any defective materials, equipment or workmanship which may come to the notice of
the GE or his representative after installation shall be liable for rejection and the
contractor shall to replace such materials, equipments etc or rectify the defects at his
own cost.

25.4 WIRING.
25.4.1 SCREWS AND NAILS ETC

All screws and nails used in the point/sub main wiring work shall be cadmium plated
steel. Screws which are visible such as over switch boxes, laminated sheet top
covers etc shall be of brass chromium plated.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 227
PARTICULAR SPECIFICATIONS (CONTD...)

25.4.2 SYSTEM OF WIRING

25.4.2.1 Wiring shall be of the type with conductor size as described in Schedule ‘A’.

25.4.2.2 Cables used for point and sub main wiring shall be of FRLS variety with multi
standard copper conductors and invariably be IS : 694 marked.

25.4.2.3 Wiring shall be done without any junction or connection boxes on line.

25.4.2.4 Special attention is drawn to termination of cable ends of point and sub main wiring
cables. All exposed ends of multistranded cables, whether terminating at MCBs or
switches (including piano switches) or at electrical fittings shall be crimped together
with suitable lugs using proper crimping tools. In exceptional cases where the
Engineer-in-Charge is convinced that crimping/provision of lugs is not possible these
ends shall be soldered together.

25.4.2.5 Proper colour coding viz red/yellow/blue wire for phases, black wire for neutral and
green wire for earthing shall be adopted strictly in point wiring.

25.4.2.6 The conduits shall be ISI marked and proper accessories at junctions, bends and
successive lengths shall be provided. For fixing of conduits and their accessories
etc, PVC sleeves and cadmium plated screws shall invariably be used.

25.4.2.7 Joint between conduits and accessories shall be securely made to ensure earth
continuity.

25.4.2.8 All the fan boxes shall be covered with 3mm thick plastic laminated sheet white and
contractor’s rate for the point wiring for fan shall included this provisions.

25.5 CIRCUITS
25.5.1 Each circuit shall have its separate neutral conductor originating from neutral bus bar
in DBs.

25.5.2 IS-732 provides that in a lighting circuit not more than 10 points shall be connected
and maximum load shall be 800 watts. Similarly two power lugs may be connected
to one circuit with a maximum load of 2 Kw and power and light sub-circuits should
be separate.

25.5.3 (a) All circuits and sub-circuits shall be designed by making a provision of 20
percent increase in load due to any future modification.

(b) Not more than 8 light/fan points (etc) shall be connected to one circuit within
the maximum load ceiling. This will allow scope of extension without over-
loading and piecemeal changes. The incoming MCB should be a closely
graduated one instead of indiscriminately putting a 6 Amps SP MCB in a
lighting circuit. A spare way shall be kept in the DB to cater for extension.

(c) The power circuits with 2 normal power plugs be controlled by a 10 Amps SP
MCB, thereby limiting the load to 2 kw approximately.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 228
PARTICULAR SPECIFICATIONS (CONTD...)

(d) In case of equipment like geyser, air-conditioners, water coolers etc only one
power plug shall be connected to the circuit and protected by a suitable
graded MCB.
(e) Lights and fans may be wired on a common circuit. In installations requiring
the use of group control for switching operations, circuits for socket-outlets
shall be kept separate from lights and fans. Even these may be wired to
separate circuits if further separate group control is required on ground.

25.5.4 Cable markers/identification sleeves shall be provided in DBs to identify the cable
leading to a particular circuit to avoid trial and error method for circuit identification
during fault rectification. Proper colour code shall be followed so that phase, neutral
and earth conductors can easily be identified.

25.5.5 In case of single phase circuits, it shall be ensured that the phase conductor is
taken on the single pole switches so that with switches in ‘OFF’ position there
should be no live conductor at the outlet controlled by that switch.

25.5.6 Power circuit and lighting circuit which have three pin type socket outlets shall have
a separate earth wire for each circuit brought up to the earth terminals on the
control boards from where the circuit originate.

25.5.7 Sub bus bar chambers shall be connected with two distinct cables with lugs and
nuts/bolts.

25.5.8 All circuits shall be planned in advance and got approved from the Engineer-in-
Charge before execution and fixing the controls and fittings.

25.5.9 PVC insulated copper conductor cable as mentioned in Schedule shall be run in the
conduit as continuous earthing and connected to all light fittings, ceiling fans,
sockets points and regulators. The cost of the same shall be deemed to be
included in the unit rates of point wiring.

25.6 TERMINAL BOXES


The terminal points for switches, sockets outlets etc for all wiring shall terminate in
sunk type mild steel sheet terminal boxes (made as per IS 5133), fixed flush with
wall surface and covered with 3 mm thick plastic laminated sheet (white) with brass
screws. The cost of the above arrangement is deemed included in rates for
respective items of point wiring.

25.7. LIGHT FITTINGS/FIXTURES.

25.7.1 Light fittings as specified in schedule ‘A’.

25.8 SWITCHES, SOCKET-OUTLETS, BUZZER/BELL PUSH

Switches, socket-outlet, bell push and buzzer shall be flush piano type, white finish
and shall be of the makes specified in the tender. Switches shall have marking for
‘LIGHT’, ‘FAN’ ‘BELL’ etc and shall invariably be ISI marked.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 229
PARTICULAR SPECIFICATIONS (CONTD...)
25.9 EARTHING

25.9.1 Earthing shall be provided of the types as mentioned in Schedule ‘A’ and shall be
executed as per IS-3043 and clause 19.137 to 19.146 of MES SSR Part-I. The
overall earth resistance of the earthing system (electrode) shall not exceed one
ohm. Earthing shall be done in a manner that the inner edge of earth pit is at least
2 metre from the building foundation (extreme outside end) and the minimum
distance between two earth electrodes shall be regulated as per IS-3043. All pipes
used shall be of medium grade. IS-1239 marked.

25.9.2 It shall be ensured that as per NEC-85, the size of earth continuity conductor shall
not be less than half the size of main current carrying conductor subject to a
minimum of 1.5 sq mm for copper and 2.5 sqmm for aluminium.

25.9.3 For checking the efficiency of earthing, the following test shall be carried out :-

(a) The earth resistance of each electrode is measured.

(b) The earth resistance of earthing grid is measured.

(c) All electrodes are connected to the grid and the earth resistance of the
entire earthing system is measured.

These tests shall preferably be done during the summer months.

25.9.4 RCC COVER FOR EARTH PIT


25.9.4.1 RCC cover for earth pit shall be 40 mm thick mix of concrete for cover shall be
(1:2:4) type B-1 using 20 mm graded crushed stone aggregate and reinforced with
8 mm dia high strength TMT steel bars @ 150 mm c/c both ways. Handle shall be
of 8 mm dia high strength deformed TMT steel bars and shall be fixed in such as
way that the gap between cover and handle is at least 150 mm. Cover shall be
placed on cast iron frame embedded in concrete.

25.9.4.2 Concrete chamber shall be PCC (1:3:6) type C-1 using 20 mm graded crushed
stone aggregate. All internal surfaces of the chamber shall be given 15 mm thick
plaster in cement and sand mortar (1:4). Funnel in chamber shall be made out of
CI. It shall be leak proof and provided with wire gauge duly soldered.

25.9.4.3 Charcoal dust and salt filling shall be done in layers as shown in electrical plate.
Surplus soil shall be disposed off and site left clean and tidy on completion.
25.10 MCBs and DBs
MCBs shall be of 10 KA breaking capacity, curve ‘C’ duly IS-8828 marked. DBs
shall be manufacturer’s factory made and shall be of the same make as the MCB.

25.11 SWITCH DISCONNECTOR FUSE


These shall be of standard construction and makes as per tender.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 230
PARTICULAR SPECIFICATIONS (CONTD...)

25.12 TESTING ON COMPLETION


On completion, the electrical installation shall be tested jointly by the contractor and
the Engineer-in-Charge as per IS-732 and the results, duly signed by both shall be
submitted to GE for approval. Completion shall not be issued till testing is done and
results approved by GE. The following tests shall invariably be done :-
(a) Insulation resistance.

(b) Earth resistance.

(c) Testing of earth continuity path.

(d) Testing of polarity of non-linked, single pole switches.


All arrangements including labour, material and equipment required for testing shall
be made by the contractor and no extra shall be admissible to him on this account
since his quoted rates are deemed to include for these.

25.13 RECORDS DRAWINGS.


The contractor shall, after successful completion and testing, submit record drawings
prepared by Auto CAD software (2 CDs + 2 hard copies (A2 size) indicating the
complete electrical network and circuitry to facilitate reference and maintenance.

25.14 FLAME PROOF FITTING.

25.14.1 Tenderer shall forward the manufacturer’s certificate in support of quality and
excise gate pass in support of genuineness in addition to invoices and all these
shall bear the manufacturer’s serial number and specification of fittings.

25.14.2 In addition to above the department on its discretion may detail a representative
to witness the test being carried out at the manufacturer’s premises before
despatch of fittings, for which at least 15 days notice shall have to be given by
the contractor to the GE.

25.14.3
25.TEST CERTIFICATE FOR FLAME PROOFING FITTINGS
The tenderers shall submit the original manufacturer’s certificate for routine tests
carried out on all the fittings and a copy of the certificates for “type test” for
category/proto type of fittings from CMRS Dhanbad. In addition, samples as per
random sampling (One Numbers of each fittings in corporated in the work) selected
by GE would have to be got tested from CMRS Dhanbad by the contractor. Cost of
testing shall be deemed included in cost of relevant items of schedule `A’.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 231
PARTICULAR SPECIFICATIONS (CONTD...)

26 ROAD, PATH AND CULVERT


26.1 EXCAVATION AND EARTH WORK
Before commencement of excavation or earth filling, the representative of the GE and the
contractor will be required to take the levels jointly of existing ground surface at intervals
decided by the GE (The decision of the GE shall be final and binding in this respect) and plot
the same on longitudinal and cross sections to be prepared by the Engineer-in-Charge. These
cross sections shall also show the proposed formation level after consolidation and shall be
signed by the GE and the contractor in token of their acceptance and sent to CWE Office for
record within two months from the date of commencement.
26.2 ROLLING FORMATION SURFACES
(a) The formation surfaces shall be rolled to the required gradient and camber with power
roller including sprinkling the surfaces with water as required.
(b) Where rolling is not feasible, prior permission of GE shall be obtained in writing for hand
ramming. The laying of base course will commence only after the earth formation is
approved by the GE..

26.3 DRAINAGE OF EARTH FORMATION


At all times, the formation surface shall be kept drained by the contractor. The contractor shall
provide such temporary open drain as may be necessary to prevent accumulation of water from
any cause whatsoever.

26.4 Stone metal for soling, WBM and premix carpet shall be from the sources as per Appendix ‘A’ to
particular specifications and as approved by GE.

26.5 The grading of crushed or broken stone aggregate for WBM shall conform to grading No 2 as
specified in clause 20.A.3 of MES SSR Part-I.

26.6 Screening for WBM shall be of grading ‘B’

26.7 Binder for tack coat and bituminous semi dense asphaltic concrete shall be paving bitumen
(VG-10) and VG-30 as specified in schedule ‘A’ as per IS-73-2006. Bitumen shall not be issued
under Schedule ‘B’. Paving bitumen VG-10/VG-30 shall be procured by contractor at his own
from manufacturers or their authorised outlets and shall be brought at site of work in
manufacturer’s sealed containers all as per clause 20A.11.4 of MES SSR Part-I.

26.8 Workmanship shall be in accordance with relevant clauses of MES SSR Part-I.

26.9 Measurement of material and finished work shall be done in accordance with clause 20.A.21.13
of MES SSR Part-I.

26.10 The compaction of approved filled earth shall be carried out as specified in clause 3.22 of MES
SSR Part-I (Specification). The compaction of earth filling in embankments shall be carried out
under optimum moisture conditions so as to obtain at least 95% of standard proctor density for
each layer.

26.11 PCC inter locking block (pavers) (Grade M-35) shall be factory made and casted under desired
hydraulic pressure having compressive strength not less than 350 Kg per square centimetre.
Block (pavers) shall be placed over dry screened sand over PCC sub base as specified in
schedule ‘A’. Paver shall be placed over screened compacted sand layer one by one. The
pavers shall be packed by hammering and placed at proper angle so that gap at interfaces is
kept minimum. After placing the paver put vibrating plate on them and adds sieved fine
aggregates to fill the gaps. Shape, size and colour of paver shall as approved by GE. . Make of
Paver shall be as given in Appendix ‘B’ to particular specifications.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 232
PARTICULAR SPECIFICATIONS (CONTD...)

26.12 PRE-MIXED SEMI DENSE ASPHALTIC CONCRETE

26.12.1 Material, for semi dense asphaltic concrete shall be all as described in clause
20.B.2 of MES SSR Part-I.

26.12.2 Preparation of under lying course, application of tack coat, job mix formula,
spreading of mix and quality control shall be all as specified in clause 20 B.4 of MES
SSR Part-I.

26.12.3 Filler shall be of 43 grade cement.

26.12.4 RATE
For the purpose of tendering, the contractor may base his rate on the assumption that the
bitumen content of the mixture shall be 5.5% for semi dense asphaltic concrete by weight of
total mix compacted to 100% density in Marshall mould. If the actual quantity of bitumen
required to be used as a result of the laboratory test is found to be less than the quantity of
bitumen i.e. assumed above, necessary minus adjustment in the cost of less bitumen used
shall be made at the rate quoted in schedule :A”. However if the bitumen content required to
be used as a result of the laboratory test is found to be more than the specified content, the
same shall be provided without any extra cost to the Govt. Except adjustment in cost due to
variation in bitumen consumption as stated above, no other factor whatsoever shall be
considered for adjustment in quoted rates.

26.12.5 Contractor shall submit their job mix formula obtained from CRRI/IIT/NIT/Govt
Engineering College to GE giving following details :-

(a) Source and location of all materials.

(b) Proportion of all materials expressed as follows where each in applicable :-

(c) Binder : As percentage of weight of total mix.

(d) Coarse Aggregate : As percentage by weight of fine aggregate and total aggregates.

(e) Test results of physical characteristics of the aggregates in the form of parameters
specified.

(f) A single definite percentage passing each sieve for the mixed aggregate.

(g) The results of test for job mix formula in the form of parameters specified.

26.12.6 Based on this mix, design samples will be prepared and checked for there practical feasibility
at site and most appropriate and practical design will be approved by GE.

26.12.7 In the event of change in materials available at site due to unforeseen agencies, a fresh job
mix formula shall be arrived at within the specified limits in the laboratory as approved by GE.
Nothing extra is payable due to this.

26.12.8 Laboratory charges for the job mix formula design, cost of materials, it’s cartage and other
incidental expenses shall be borne by the contractor and nothing extra shall be paid on this
account.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 233
PARTICULAR SPECIFICATIONS (CONTD...)

27. SEWAGE DISPOSAL

27.1 The work of sewage disposal shall be executed as specified in items of respective Schedule ‘A’
(Sewage disposal) and as shown in drawings.

27.2 Reinforced concrete drain pipe shall be of class NP-2 (ISI marked) as specified in clause 18.29
of MES SSR Part-I.

27.3 Laying and jointing of reinforced concrete pipes shall be done as specified in clause 18.74 of
MES SSR Part-I.

28. AREA DRAINAGE


The work of area drainage shall be executed all as specified in items of respective schedule ‘A’
and as shown on drawings.

29 COMPOUND WALL AND STEEL GATE


29.1 (a) The work in compound wall and steel gate shall be carried out all as described in items of
respective schedule ‘A’ and as shown on drawings. The height of steel
gate shall be 1.80 metre, if not shown on drawings.

(b) The joints of masonry covered with earth filling shall be flushed pointed with same
mortar as the work proceeds without any extra cost.

(c) The work of compound wall shown along with respective building plan shall not be
measured under this schedule and cost of same shall be deemed to be included in the quote
rate against that building..

29.2 STEEL GATE

(a) Excavation and earth work in any type of soil with removal of surplus soil not exceeding
50 metre.

(b) PCC (1:4:8) type D-2 in foundation (lean concrete), using 40 mm graded crushed stone
aggregate.

(c) RCC in base of columns and in columns shall be M-25 (Design mix) all as specified
herein before. RCC pillar shall be provided with 5 mm thick rendering in cement and
sand mortar (1:3).

(d) PCC in paving, blocks for holdfast and wheel track shall be (1:2:4) type B-1 using 20 mm
graded crushed stone aggregate.

(e) RCC pillars shall be finished with two coats of cement paint all as specified herein
before.

(f) Moorum filling shown on drawing is outside the scope of work under this item.

(h) All steel and ironwork surfaces shall be finished with two coats of synthetic enamel paint
over a coat of red oxide, Zinc chrome primer.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 234
PARTICULAR SPECIFICATIONS (CONTD...)

30. SITE CLEARANCE


Before commencement of excavation or earth filling, the representative of the GE and the
contractor will be required to take the levels jointly of existing ground surface at intervals
decided by the GE (The decision of the GE shall be final and binding in this respect) and plot
the same on longitudinal and cross sections to be prepared by the Engineer-in-Charge. These
cross sections shall also show the proposed formation level after cutting and shall be signed by
the GE and the contractor in token of their acceptance and sent to CWE Office for record within
two months from the date of commencement.

31.. HOT WATER APPLIANCES


The work of Hot Water Appliances shall be executed all as specified in items of respective
schedule ‘A’ and as specified in MES SSR Part-I. Exact location of Solar Water heater shall be
as decided by GE.

32. EXTERNAL WATER SUPPLY


32.1 SCOPE OF WORKS
The scope of work in this tender covers external water supply to various buildings
included in the tender, includes all items of work like pipeline network, valves, and their
related panels etc all as specified in Schedule ‘A’, Particulars Specifications and as
shown on drawings.

32.2. GENERAL
32.2.1 The layout of various water supply pipelines, valves, equipment and fittings/
accessories etc shown on various drawings attached with this tender are tentative. The
exact layout shall be as directed/approved by GE in writing to suit the site
requirements. Contractor shall obtain written approval before taking up work in
hand. No price adjustment, whatsoever, shall be admissible to the contractor on this
account.

32.2.2 Specifications of materials and workmanship in these external water supply services
shall be as specified in MES SSR except where specifically mentioned in Schedule ‘A’
and these documents. General Rules, preambles to various section rates, special
conditions, method of measurements etc given in MES SSR shall apply to this
contract unless otherwise specified in these documents.

32.2.3 Particular specifications given hereinafter are brief and are only to particularise,
amend or emphasize, the aforesaid specifications which are not repeated here. In
case of any discrepancy between the two, specifications mentioned herein shall taken
precedence over SSR.

32.2.4 The tenderer shall be responsible for supplying, installing/laying, connecting, testing
and commissioning of the items covered in the tender all as specified and directed by
Garrison Engineer. The work shall be of high standard and executed as per code of
practice, SSR/IS/Manual on Water Supply and Treatment of Min of Wks and Housing
and sound engineering practice. IS-3114 and IS-2065 shall specifically be read and
adopted strictly. The tendered rates shall be deemed to include all connected works
required for supplying, erecting, testing and commissioning of the entire equipments,
fittings and items like foundation for equipments, supplying laying and connecting of
water pipelines, various valves, fittings, hydrants etc. Minor connected items of work
for proper execution and functioning of equipments though not specifically mentioned
in the tender are deemed to be included in the rates quoted. The joints shall be tested
before burying and as the work progress.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 235
PARTICULAR SPECIFICATIONS (CONTD...)

32.2.5 The water supply work shall be carried out by properly skilled and licensed
fitters/plumbers under the supervision of qualified supervisors/engineers. The
contractor shall produce to GE evidence of such qualifications of his
workmen/supervisors/engineers at the time of commencement of work and if required
by the deptt, at any time thereafter/during the currency of work on demand by
Engineer-in-Charge.
32.2.6 Before laying the pipes, detailed map of the area showing pipe alignment, sluice
valves, scour valves, air valves and fire hydrants along with the existing intercepting
sewers, telephone and electric cables and gas pipes will have to be studied. Care
should be taken to avoid the existing sewer, telephone and electric cable and gas
pipes. The pipe lines shall be laid on the side of the street where the population is
dense.
32.2.7 All the pipes to be laid will be cleaned thoroughly before being lowered into trenches
with the help of chain-pully block, taking care to see that earth does not get into the
pipe.

32.3 PROTECTION AGAINST POLLUTION NEAR SEWERS AND DRAINS.


32.3.1 Para 9.11.1 of the Manual of Water Supply and Treatment of the Min of Wks and
Housing shall be referred to and adopted.

32.3.2 Unless otherwise specified, civil engineering works required for installation of the
equipments such as grouting of panels and equipments, trench cutting and back filling
in ground and in road crossing etc, shall be deemed as included.

32.3.3 Wherever the pipe line crosses the existing path/road, the contractor shall dig only half
the width of path/road at a time. If required, necessary diversion shall be provided.
Proper warning sign and red lights shall be displayed and watchmen posted to prevent
any accident at crossing and diversions. After the pipes are laid, tested and trenches
refilled, the road/path disturbed shall be made good to conform to the original
specifications. No extra payment shall be made to the contractor for the aforesaid
incidents. The contractor shall be deemed to have visited the site of works and made
himself familiar.
32.3.4 The items covered in this tender and incorporated in work shall be capable of
delivering satisfactory service/operation without detriment to its life under the climate
conditions of site.
32.3.5 Before taking up any items of work of this tender in an area not belonging to Min of
Def, the contractor shall give adequate notice to the local authorities through MES.
He shall be responsible for making adequate arrangements for lighting, watching and
guarding excavation which might be a source of danger to the public.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 236
PARTICULAR SPECIFICATIONS (CONTD...)

32.4 TESTING

32.4.1 The contractor will be responsible for the arrangement and carrying out of testing. All
the equipment, testing material etc will be arranged by the contractor at no extra cost.

32.4.2 During the currency of work and also on completion of work, testing shall be carried
out for all items and installation as a whole as per SSR/IS/Manual on Water Supply
and Treatment of Min of Wks and Housing to the entire satisfaction of GE and a
record shall be maintained, duly signed by the Engineer-in-Charge and the
contractor. For testing of pipe lines para 5.4 and Appendix 10 of Manual on Water
Supply and Treatment of Min of Wks and Housing shall strictly be followed.

32.4.3 The entire installation shall be run continuously for 72 hours under normal operating
conditions and contractors engineer, fully familiar with the system and equipment,
shall be available at the site during this period for proper rectifications of any defects.

32.4.4 Completion shall be issued only after satisfactory testing and commissioning and
approval of the same by the GE.

32.5 SAMPLES AND MATERIALS

32.5.1 All the materials (equipments, pipes, valves, fittings, accessories etc) to be
incorporated in the work shall invariably be ISI marked and of the makes specified in
Appendix ‘B’ to particular specifications. Material shall be procured of the best
available make as approved by GE in writing. In case any ISI marked item is not
available in the country, this shall be of the make approved by GE.

32.5.2 Amendments to IS issued till the date of receipt of tender are deemed included.

32.5.3 In case IS does not exist for any item, it shall conform to current BS/DIN/ASTM
specifications, in which case a copy of relevant standard shall be submitted by
tenderer.

32.5.4 Samples of all materials, fittings and fixtures to be supplied by the contractor shall be
submitted to GE for his approval. The contractor shall procure the items in bulk and
commence the work only after the samples are approved in writing by the GE. The
contractor shall ensure that all the materials incorporated in the work are identical in
all respects. Samples approved and samples destroyed in testing shall be returned
to the contractor after completion of contract. No payment shall be made for samples
destroyed in testing.

32.5.5 All manufactured articles required for incorporation in work shall be brought to site in
the manufacturer’s original packing with the seal intact. The materials shall be
procured from the manufacturer(s) or their authorized dealer(s) only and original
purchase vouchers duly machine numbered and bearing the ST/CST number and
manufacture’s test certificate (duly cross linked in the purchase voucher) shall be
submitted by the contractor to the deptt for inspection and perusal before approval of
material. Incorporation shall be done after material is approved by GE in writing.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 237
PARTICULAR SPECIFICATIONS (CONTD...)

32.5.6 In addition to the above, the contractor shall have to produce the following for
verification :-

(a) Excise gate passes (bearing eqpt Nos) for items like CI pipe and sluice valves.

(b) Routine test certificates, for the CI pipe, sluice and other valves.

32.5.7 Executives and the contractor are to clearly understand that “sample approval” and
“material approval” are two distinct activities and phases and proper record for both
these activities in a proper sample and material approval register is to be kept.

32.6 TIMELY PLANNING/PROCUREMENT ACTION BY CONTRACTOR

32.6.1 The contractor shall have to submit detailed catalogues/pamphlets/drawings of major


water supply equipment/fittings like pumps (and motor), chloronomes, valve etc to the
GE for approval within one month of placement of work order. The GE would convey
his decision within two weeks and thereafter procurement action would be organised
by the contractor and latest within twelve weeks of placement of work order, the
contractor shall produce documentary evidence to the effect that he has placed
orders for various equipments of makes specified in the tender on the manufacturer
or his authorised dealer to the GE and the Accepting Officer.

32.6.2 No foreign exchange shall be made available by the department.

32.6.3 Manufacturers test certificates as per ISS test procedures for items to be incorporated
in work shall be submitted by the contractor.

32.7 SLUICE VALVES

32.7.1 These shall be of CI body (flanged and drilled ends), non-rising type, with high tensile
forged brass spindle and nut and bronze face rings. These shall be class PNI/PN 1.6
as specified in Schedule ‘A’ and be IS-14846 marked.

32.7.2 TESTING SLUICE VALVE

32.7.3 The sluice valve shall be tested by the contractor hydraulically to withstand, without,
leakage, pressure equivalent to double the maximum working pressure. The testing
may be carried out in stretches as directed by Engineer-in-Charge. All defects in
joints and leakage, if any, shall be rectified by the contractor to the satisfaction of the
GE and the sluice valves retested if ordered. GE’s approval shall be final and binding
on the contractor.

32.7.4 Materials, labour and equipments required for the test shall be provided by the
contractor at his own cost and the rates in the schedule ‘A’ are deemed include for
the same.

32.8 REFLUX VALVE

Reflux valve for rising mains shall be of the specified makes and as described in
Schedule ‘A’ and unit rate of the item shall include two flanged joints complete. The
valve shall with stand hydraulic pressure test as per relevant class of pipe.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 238
PARTICULAR SPECIFICATIONS (CONTD...)

32.9 GATE VALVE/BIB COCKS


Gate valves shall be IS-778 marked and bib cock shall be IS-781 marked.

32.10 GI PIPES AND PIPE FITTINGS


These shall invariably be ISI marked suitable for the class/grade of the pipe.

32.11 VALVE PIT


32.11.1 Cement concrete required for foundation shall be PCC (1:4: 8), type D-2, using 40
mm graded crushed stone aggregate and for coping shall be PCC (1:2:4) B-1 using
20mm graded crushed stone aggregate.

32.11.2 Walls of valve chamber shall be built in cement and sand mortar (1:4).

32.11.3 Internal and external (exposed) surfaces of valve chamber as specified in MES SSR
Part-I. (Concrete and brick masonry surfaces) shall be plastered with cement and
sand mortal (1:4), 15mm thick, finished even and smooth without using extra cement.

32.11.4 MS sheet cover with MS angle iron frame work for valve chamber shall be provided
all as shown on drawings. The thickness of MS sheet for cover shall be 3 mm.
Frame shall be 40x40x6mm thick (with hold fasts) and given a thick coat of
bitumen/tar before embedding in concrete. Cover shall be painted all as specified
hereinafter for iron and steel works.

32.11.5 Excavation and earth work shall be in soft/loose soil and removed to a distance not
exceeding 50 metres all as directed by Engineer-in-Charge.

32.11.6 Thickness of walls of brick masonry shall be as per drawings.

32.12 TYTON RUBBER GASKETS and JOINTING TYTON PIPES


32.12.1. Tyton rubber gaskets shall be made of SBR and conform to IS-5382. Jointing of
pipes shall be done strictly as per manufacturer’s instructions. The joints and surface
of each pipe shall be neatly dressed and treated as necessary to make them smooth
for accurate jointing. Gasket shall be procured from the pipe/pipe fitting
manufacturer’s only.

32.13 JOINTING OF PIPE FITTINGS/VALVES ETC WITH FLANGED ENDS


32.13.1 The pipes and fittings shall be aligned and jointed as specified in MES SSR (Part I)
using approved neoprene rubber rings/gaskets, high tensile bolts and nuts (all
supplied by the contractor).

32.14 WORKMANSHIP OF STEEL WATER TUBING (GI PIPES).


The contractor shall use proper bends, elbows, tees at turning/corners. Bending of
pies is not permitted except where the pipe has to follow the contour masonry/brick
work or where a fitting cannot be inserted. The bends shall be gradual and firm with
the written permission of the Engineer-in-Charge.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 239
PARTICULAR SPECIFICATIONS (CONTD...)

32.15 ANCHORAGES/THRUST BLOCKS


32.15.1 Thrust blocks of the shape, size and design as directed by GE shall be provided at
abrupt changes in direction/gradient. Location of thrust blocks shall be as ordered
by GE in writing.

32.15.2 Anchorages for valves/fittings shall be provided as per design/size


approved/ordered by GE.

32.16 CAST IRON PIPES and PIPE FITTINGS/SPECIALS


32.16.1 CI pipes socket and spigot type shall be centrifugally cast (spun) type, of class
mentioned in Schedule ‘A’, suitable for tyton joints and shall be IS –1536 marked.

32.16.2 All CI pipe fittings/specials shall conform to grade to match the pipe and bear ISI
mark.

32.17 CHALK LEAD


Pig lead and wool shall conform to IS-782.

32.18 STEEL AND IRON WORK FOR EXTERNAL WATER SUPPLY


32.18.1 All structural steel shall conform to Gde E-250 (Fe 410W) quality ‘A’ ISI marked
(IS – 2062) and shall be cut to length as required. Workmanship shall be as
stipulated in MES SSR (Part-I).

32.18.2 All exposed surfaces of steel/iron work shall be painted with two coats of
bituminous paint, unless stated otherwise in the description of the Schedule ‘A’
item.

32.19 RECORD DRAWINGS


The contractor shall, after successful completion and testing, submit record drawings
prepared by Auto CAD software (2 CDs + 2 hard copies (A2 size) indicating the
complete water supply network and circuitry to facilitate reference and maintenance,
as under and as applicable to the scope of work :-

(a) Actual position of pipe lines, valves etc with details.

(b) The following record for all buried pipelines :-


(i) Position and depth of all cables, sewers, ducts etc which are met as
obstructions to the pipe routes.
(ii) Size and type of the pipe.
(iii) Location of the pipe in relation to buildings, roads etc with depth.
(iv) Cross section showing where pipes are laid in culverts or ducts giving their
sizes, type and depth.

(v) Location of other pipes which run along with or across the pipe route.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 240
PARTICULAR SPECIFICATIONS (CONTD...)

33. EXTERNAL ELECTRIFICATION


33.1 SCOPE OF WORK
The scope of work includes external electrification to buildings all as described in
Schedule ‘A’, shown on relevant drawings and specified in the particular specifications
here-in-after including testing and commissioning and also includes any other
connected items of work required for entire completion, testing and commissioning,
but not specifically mentioned.

33.2 GENERAL
33.2.1 Particular specifications given here-in-after are brief and are only to particularise,
amend and emphasize the specifications of MES Schedule (which are not repeated).
General Rules, preambles to various section rates, special conditions, method of
measurements etc given in SSR shall apply to this tender unless otherwise specified
in these documents.

33.2.2 The IS mentioned in the MES Schedule and in the tender documents shall deemed
last changed/modified as per latest amendments issued to IS up to date of receipt of
tender.

33.2.3 The installation shall strictly comply with the provisions contained in the latest edition
of the Indian Electricity Rules, Code of Practice for electrification and IS-732 (as
applicable to these works) excerpt where such regulations and rules are modified by
these specifications.

33.2.4 All electrical works shall be executed properly by skilled and licensed electricians
under the supervision of suitable, qualified electrical supervisors and engineer. The
contractor shall produce to GE, evidence of such qualifications of his workmen and
supervisors (s)/engineer at the time of commencement of the work and if required by
the department, at any time thereafter during contract period, on demand by Engineer-
in-Charge.

33.2.5 The layout of external electrification network and system shown in plans/drawings is
tentative and may need modification on ground. The work shall finally be executed as
per approval of GE in writing and no price-adjustment what so ever shall be
admissible to the contractor on this account.

33.2.6 The tenderer shall be responsible for supplying installing, laying, connection, testing
and commissioning of the items covered in the tender all as specified and directed by
Engineer-in-Charge.

33.2.7 (a) The tenderer shall include all requisite components, accessories like cable
glands, cables, CTs selector switches, shrouds, indication lamps, auxiliary relays
contractors, toggle switches, handles, cable indicating disc, brackets and clamps
of all kinds, instrument wiring, instrument fuses, interlocks and all such other
requirements for completion of the entire work though not specifically brought out
in Schedule ‘A’ and in these specifications. The tenderer rates shall be deemed
to include all connected works required for supplying, erecting, testing and
commissioning of the entire equipments fittings and items like foundation for
equipments supplying and connecting of cables in ducts etc.
(b) Unless otherwise specified, civil engineering works required for installation of the
equipments such as grouting of poles and equipments, trench cutting and back
filling in ground and in road crossings etc shall be deemed as included.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 241
PARTICULAR SPECIFICATIONS (CONTD...)

(c) Wherever the cable crosses the existing path/road, the contractor shall dig only
half the width of path/road at a time. If required, necessary diversion shall be
provided. Proper warning signs and red lights shall be displayed and watchman
posted to prevent any accident at crossing and diversions. After the cables are
laid, tested and trenches refilled, the road/path disturbed shall be made good to
conform to the original specifications. No extra payment shall be made to the
contractor for the aforesaid incidentals. The contractor shall be deemed to have
visited site of works made himself familiar.

33.2.8 (a) The entire installation shall run continuously for 24 hours under normal operating
conditions and contractor’s engineer, fully familiar with the system and
equipment, shall be available at the site during this period for proper setting of
relays, instruments etc and rectification of any defect.
(b) All arrangements and equipments required for testing of individual equipments
and the installation as a whole, shall be the responsibility of the contractor. His
quoted rates are deemed to include for the same and no extras shall be
admissible to him on this account.
33.2.9 Before laying of cables or excavating for poles/earthing etc, the detailed map of the
area showing existing underground services alignment of water/gas/sewage pipes,
telephone and electric cable shall be studied. Care shall be taken to avoid infringing
on or intercepting the existing network and damage thereto.
33.2.10 The items covered in this tender and incorporated in work shall be capable of
delivering satisfactory service/operation without detriment to its life under the climatic
conditions of the proposed site.

33.2.11 Before taking up any item of work of this tender in an area not belonging of Min of
Defence, the contractor shall give adequate notice to the local authorities through
MES. He shall be responsible for making adequate arrangements for lighting,
watching and guarding the excavation etc which might be a source of danger to the
public.

33.2.12 TIMELY PLANNING/PROCUREMENT ACTION BY CONTRACTORS


The contractor shall submit catalogues/pamphlets/drgs of major equipment like
transformers, VCBs, LT/HT poles, LT/HT cables, ACSR, Lightning Arrestors,
Luminaries etc to the GE for approval within one month of placing of work order. GE
would give his decision within two weeks and thereafter procurement would be
organised by contractor and within twelve weeks after acceptance of tender the
contractor shall procure documents/evidence to the effect that he has placed orders
for various equipments of makes specified in the tender on the manufacturer or his
authorised dealers, to the Garrison Engineer and Accepting Officer.

33.2.13 SAFETY PROCEDURES AND PRACTICES


In all major electrical installations such as sub-stations, workshops, transmission and
distribution lines and cable networks, safety procedures and instructions for working
on low, medium and high voltage mains and apparatus and safety practices listed in
IS-5216 (Guide for safety procedures and practices in electrical works) shall be
followed to the extent applicable. The contractor shall provide his workmen with all
requisite safety devices and appliances.

33.2.14 FIRE SAFETY


All electrical equipment shall satisfy the requirements laid down in IS 1446 ‘Code of
practice for fire safety of buildings (general) electrical installations’ and IS-3034 ‘Code
of practice for fire safety of industrial buildings, electrical generating and distributing
stations’ to the extent applicable.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 242
PARTICULAR SPECIFICATIONS (CONTD...)

33.2.15 PHASE SEQUENCE


Proper phase sequence will be ensured in the entire LT electrical system during and
by testing for commissioning. Proper phase sequence and colour coding/marking will
be maintained throughout the installation and suitable marking/pointing (cable
markers) will be provided.

33.3 SAMPLES and MATERIALS

33.3.1 The main items to be incorporated in work like transformers, panels, cables, ACSR
conductors, switch gear, insulators, lightning arrestors etc shall invariably be ISI
marked. Where IS marked products are not available in the country, these shall
conform to relevant BIS specifications.

33.3.2 Approval of GE referred to in clause 19.2 of MES SSR (Part-I) shall be in writing.

33.3.3 Samples of all materials, fittings, and fixtures to be supplied by the contractor shall be
submitted to GE for his approval. The contractor shall procure the items in bulk and
commence the work only after the samples are approved in writing by GE. The
contractor shall ensure that all the materials incorporated in the work are identical in
all respects. Samples approved and samples destroyed in testing shall be returned to
the contractor after completion of contract. No payment shall be made for samples
destroyed in testing.

33.3.4 Out of the makes specified in the Appendix ‘B’ to particular specifications, materials
shall be arranged of the best available make as approved by the GE.

33.3.5 Amendments to IS issued till the date of issuing of tender are deemed to be included.

33.3.6 All manufactured articles required for incorporation in work shall be brought to site in
the manufacturer’s original packing with the seal intact. The materials shall be
procured from the manufacturer(s) or their authorized dealer(s) only and original
purchase vouchers duly machine numbered and bearing the ST/SC number and
manufacture’s test certificates (duly cross linked in the purchase voucher) shall be
submitted by the contractor to the deptt for inspection and perusal before approval of
material. Incorporation shall be done after material is approved by GE in writing.

33.3.7 In addition to the above, the contractor shall have to produce the following for
verification :-

(a) Excise gate passes (bearing eqpt Nos) for items like transformers, VCB, LT/
HT panels, cables and ACSR conductors (if qty is more than a drum).

(b) Type test certificate for the prototype of transformer, LT/HT panels as per IS.

(c) Routine test certificates, for the transformers, LT/HT panels, cables, ACSR,
GOD, lightning arrestors.

33.3.8 Executives and the contractor are to clearly understand that “sample approval” and
“material approval” are two distinct activities and phases and proper record for both
these activities in a proper sample and material approval register is to be kept.

33.3.9 No foreign exchange shall be made available by the deptt.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 243
PARTICULAR SPECIFICATIONS (CONTD...)

33.4 CROSS ARMS

33.4.1 MES SSR Pt-I, clauses 10.9, 19.9 and 19.53.3 shall be referred and followed.

33.4.2 Mild steel sections for manufacturing of cross-arms shall conform to IS-2062.

33.4.3 Cross arms shall be made of rolled MS sections suitable to withstand the load of the
conductors drawn over it and shall be min ISMC-100 for HT lines and min ISMC-
75/ISMA-75 for LT lines. Clamps shall be made to shape out of 50x6mm mild steel
flat and 16mm dia bolt, nuts and washers shall be used for fitment. Steel shall be E-
250 / Fe 410 quality ‘A’. The edges of cross-arms and flat iron shall be filed smooth.
Holes for insulators etc shall be drilled. MS round 6mm dia hook made to shape for
suitable clamp shall be provided for running earths.

33.4.4 All exposed surfaces of cross-arms, channels, angles and the clamps, bolts, nuts
washers shall be painted with two coats of aluminium paint over one coat of red oxide
primer. The cost of this treatment shall be deemed to be included in unit rates and no
extra payment shall be allowed on this account.

33.5 ‘D’ IRON CLAMPS

33.5.1 Refer para 19.9.1 of SSR Part-I.

33.5.2 ‘D’ iron clamps shall be made out of MS flat iron 50x6mm having of specified
dimensions and shall be painted with two coats of aluminium paint over one coat of
red oxide primer. The cost of painting also shall be deemed included in unit rates.
Clamps shall be of suitable size to hold the shackle insulators and shall be complete
with pole clamps, necessary bolts, nuts, washers and insulator bolt holes.

33.6 OVER HEAD LINES

33.6.1 Refer para 19.10, 19.53.2, 19.56 to 19.66 and 19.96 of MES SSR Part-I.

33.6.2 Aluminium conductor steel reinforced (ACSR) shall be IS-398 marked. The various
fittings for these conductors to be laid in overhead lines shall conform to IS-2121.

33.6.3 The design (incl sag) of over head lines shall be calculated on the basis of ground
data subject to a min of the following :-
(a) Max wind pressure : 15 lbs/sq ft.
(b) Max temperature : 60 degree Celsius
(c) Min temperature : 5 degree Celsius
33.6.4 While straining the conductors, it should be ensured that no kinking occurs. The
conductors should be secured to the insulators by means of solid aluminium binding
wire.
33.6.5 The following accessories shall be used/provided without any extra cost to the
department, wherever required :-
(a) Sleeves (Compression/twisting) : These shall be used for splicing/jointing
the conductors. The size of these sleeves shall be as recommended by the
manufacturer and as approved by the GE.
(b) Dead end clamps. These shall be used to seize the end of a piece of
conductor or to hold it without injury against full tension, which may be
ensured/necessary to permit attachment to the insulators in supporting
structures.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 244
PARTICULAR SPECIFICATIONS (CONTD...)

(c) Connectors/parallel/groove clamps. These shall be designed for heavy duty


service and shall be used to connect aluminium conductors to copper and shall
be made of aluminium. Every care shall be taken to avoid use of improperly
designed tools and it shall be ensured that special tools, as specified by the
manufacturers, are used while installing twisted sleeves and compression type
splices. The use of sub-standard sleeves, either too short or made of under
gauged material, shall not be permitted. It is of utmost importance that these are
installed exactly as per the manufacturer’s recommendations, both for the size
and type of devices and application of specifically recommended tools. This
splice/joint shall not be located within 3 meters of a point of support and the
splice/joint shall be aligned properly with conductor to avoid bending stresses in
conductor at the end of splice.

33.6.6 A good jointing compound shall be used on electrical connections to aluminium,


regardless of the metals. This shall also be used in all joints provided in the over head
conductors. The jointing compound shall be liberally applied on the surface of
conductors.

33.6.7 Trimming of branches of trees, wherever required to ensure a 1.5 metre clear area all
around the overhead lines, shall be carried out as directed by Engineer-in-Charge. No
extra amount shall be payable on this account.

33.6.8 After HT/LT overhead lines have been stretched by the contractor, the pole to pole
distance shall be measured and three percent extra added for sags, connections and
jumpers etc. This three percent is also applicable for GI earth wire/bearer wires

33.6.9 Bearer wires/guard wire/earth wire. Clause 19.11 of MES SSR Part-I shall be
referred and followed.

33.7 POWER CABLES


33.7.1 (a) HT cables shall be XLPE insulated and PVC sheathed with multistranded
aluminium conductors, heavy duty armoured and IS-7098 marked.
(b) LT cables PVC insulated and PVC sheathed shall be with multistranded
aluminium conductors, heavy duty armoured and IS-1556 marked.
(c) LT cables, XLPE insulated and PVC sheathed shall be with multistranded
aluminium conductors, heavy duty armoured and IS-7098 marked.
(d) LT copper cables shall be PVC insulated, FRLS, IS-694 marked.

33.7.2 The tenderer shall submit the manufacturer’s test certificates giving full
particulars/specifications of cable, the drum number etc (which shall be co-related with
details in the purchase voucher), constructional details and maximum continuous
current carrying capacities in ground, air and in duct along with standard design
conditions. It shall be guaranteed by the tenderer that the cables offered by him shall be
of specified sizes/makes and shall carry normal load as well as short circuit current in
the event of any fault at ground conditions.

33.7.3 All cables shall be as mentioned in Schedule ‘A’ and shall be laid/fixed and tested
strictly in accordance as specified in clause 19.73 to 19.86, 19.88 and 19.95 of MES
SSR Part-I

33.7.4 Wherever cables will be crossing or running parallel to existing telephone cables,
suitable measures will be taken and inter-separating distance will be as per latest IS on
the subject.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 245
PARTICULAR SPECIFICATIONS (CONTD...)

33.7.5 The cable shall be tested before laying and also after laying and jointing, as specified in
clause 19.93 of MES SSR Part-I. All the expenses incurred on tests shall be borne by
the contractor without any extra cost the the Government. If the result of tests are not
found satisfactory, the contractor shall at his own expense, rectify/replace the defective
equipments/materials or any part thereof as directed by the Engineer-in-Charge. The
decision of the Accepting Officer shall be final, conclusive and binding.

33.7.6 Cable path indicators shall be provided at distance of every 100 metre and at cable
joints and turning of all cables and cables sizes and voltage written on it. The CI path
indicator 100mm dia, 6mm thick duly embossed with lettering “MES HT cable or MES
LT cable (as applicable) shall be fixed on MS round bar 20mm dia, 1000 mm long
embedded in concrete block 300x300x300 mm type C-1 using 20mm graded stone
aggregate. The cable path indicators shall be erected at the time of refilling the trenches
and the cable path indicator shall be painted “BROWN” for HT 11 KV cables and “BLUE’
for LT cables. Cost of cable path indicator shall be deemed to be included in the quoted
rate/amount of respective items of schedule “A” if separate item is not included in
schedules.

33.7.7 HT/LT underground cables of quantity more than 500 metre of one size , inspection &
testing by representative of the accepting officer shall be carried out in the premises of
the manufacturer’s factory premises before dispatch. Contractor shall be responsible for
intimation to the accepting officer and GE well in advance so that representative of the
accepting officer can be detailed timely.
33.7.8 CABLE TERMINATION AND STRAIGHT THROUGH JOINTS
Joints shall be all as specified in schedule ‘A’. Contractor shall produce the test
certificates as specified in clause 19.85.2.5 of MES SSR Part I to GE before
incorporating in the work.

33.8 MCCB’s

33.8.1 These shall be provided all as specified in schedule ‘A’ and clause 19.100.14.1 of MES
SSR Part I

33.8.2 The tripping mechanism, overload release and short circuit release of MCCBs shall be
as specified in clause 19.1000.14.5 of MES SSR Part I

33.9 INSULATOR AND INSULATOR FITTINGS

33.9.1 Clause 19.6 and 19.54 of MES SSR Part-I shall be referred and followed. All insulators
shall invariably be ISI marked.

33.9.2 Insulators used on HT shall be brown in colour and that on LT shall be white in colour.

33.9.3 These shall comply with the requirement of IS-731, IS-1465, IS-2486 and IS-3188.

33.10 ANTI-CLIMBING DEVICE.


33.10.1 These shall be provided as mentioned in. The clamp shall be made out of flat iron
50x6mm of required shape and size to suit the pole. The spikes shall be of mild steel
round bars of 12 mm dia.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 246
PARTICULAR SPECIFICATIONS (CONTD...)

33.11 DANGER NOTICE BOARDS


These shall be provided as mentioned in Schedule ‘A’ and all as specified in clause
19.18 of MES SSR Part-I. The danger notice plate shall comply with IS-2551.

33.12 CABLE PROTECTION COVERS

33.12.1 LT cable protection shall be as specified in Schedule ‘A’. Bricks shall be provided as
mentioned in Schedule ‘A’ and as specified in chapter 5 of MES SSR Part-I.

33.12.2 For HT cable protection only PCC covers of sizes as specified in Schedule ‘A’ shall be
provided. These shall conform to IS-5820.

33.13 MILD STEEL GALVANISED TUBING.

33.13.1 These shall be provided as mentioned in Schedule ‘A’ and as directed by the Engineer-
in-Charge. Mild steel galvanised pipes and also their fittings shall be marked.

33.13.2 Ends of pipes shall be properly sealed with wooden bush and bitumen
Compound after drawing the cable through pipes.

33.13.3 Where cables are to be fixed alongwith poles there shall be drawn through pipes. The
pipes shall be fixed to poles by providing proper clamps.

33.14.1 EARTHING
Earthing shall be provided of the types as mentioned in Schedule ‘A’ and shall be
executed as per IS-3043 and clause 19.137 to 19.146 of MES SSR Part-I. The overall
earth resistance of the earthing system (electrode) shall not exceed one ohm. Earthing
shall be done in a manner that the inner edges of earth pit is at least 2 metre from the
foundation (extreme outside end) of building/poles etc and the minimum distance
between any two earth electrodes shall be regulated as per IS-3043. All pipes used in
earthing shall be of medium grade.

33.14.2 Concrete pit chamber, RCC cover and charcoal shall be as specified in PS clause No
25.10.4 here in before. Surplus soil shall be disposed off and site left clean and tidy
on completion.

33.14.3 For checking the efficiency of earthing, the following test shall be carried out,
preferably during the summer months :-
(a) The earth resistance of each electrode is measured.

(b) The earth resistance of earthing grid is measured.

(c) All electrodes are connected to the grid and the earth resistance of the entire
earthing system is measured.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 247
PARTICULAR SPECIFICATIONS (CONTD...)

33.15 PCC/POLES STRUTS AND STAY ASSEMBLES

(a) The poles shall be erected with due care so that they are truly vertical and shall
be suitably stayed till the concrete in foundation is set.
The contractor shall produce certificate from the manufacturer to establish that
the poles conform to and have been produced as per the IS specifications.
(c) Unless otherwise specified in Schedule ‘A’ the concrete in foundation of
pole/strut shall be at bottom PCC (1:4;8) type D-2 and PCC (1:3:6) type C-2,
using 40 mm graded crushed stone aggregate surrounding the plant depth of
pole and above GL muffs/plinth PCC (1:3:6) type C-1 using 20 mm graded
crushed stone aggregate. The plinth blocks/muffs shall be finished even and
smooth without using extra cement.
(d) Location of poles and strut shall be decided by Engineer-in-Charge but average
distance between the two poles shall not exceed 40 metres in case of LT and 50
metres in case of HT. In any case the distance between the poles and strut shall
not be less than 1.8 metres at ground level.
33.16 LIGHTNING ARRESTORS

33.16.1 These shall be provided as specified in Schedule ‘A’ and as laid down in clause 19.12
and 19.67 of MES SSR Part-I. Only non-linear resistor type Las, IS 3070 marked shall
be used. Expulsion type lightning arrestors shall not be used.
33.17 AIR BREAK GANG OPERATRED SWITCHES.

33.17.1 These shall be provided as mentioned in Schedule ‘A’ and as specified in clause
19.69 of MES SSR Part-I. A Godrej (Freedom) 65 mm, 7 lever lock shall also be
provided by the contractor, cost of which is deemed to be included in quoted rates.

33.18 HT INSULATORS

HT insulators shall be porcelain vitreous brown in colour free from any defects and
shall conform to IS-731. They shall bear the certifications marks of the IS as regards
their quality and soundness in all respects. Dimensions of parts of insulators shall
conform to IS-2486 (Part-Iand II). Disc insulators shall conform to IS-3188.
Manufacturers test certificate shall be provided for approval.

33.19 LT INSULATORS
These shall be vitreous white in colour and shall conform to IS-1445 and shall be free
from any defects

33.20 PAINTING OF STEEL WORKS

33.20.1 All steel part and other accessories shall have undergone a rigorous rust proofing
process before painting.

33.20.2 They shall be treated with high corrosion resistant primer and finally painted with
synthetic enamel paint of grey tint for panels etc.

33.20.3 Exposed surfaces of the steel works in cross arms and OH line network shall be
painted with two coats of aluminium paint over a coat of red oxide Zinc Chromate
primer.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 248
PARTICULAR SPECIFICATIONS (CONTD...)

33.21
TRANSFORMER
33.21.1 These shall be as mentioned in Schedule ‘A’ and as specified in clause 19.14 and
19.97 of MES SSR Part-I and shall be of IS-2026 marked . Transformer fittings and
accessories shall conform to IS-39 and transformer oil shall be IS-335 marked, except
as modified hereinafter.

33.21.2 The transformer shall have continuous maximum rating as specified in Schedule ‘A’ at
the specified normal pressure, ratio frequency and temperature rise.

33.21.3 The transformer shall be AC, 3 phase, 50 Hz, oil immersed, naturally cooled with
external cooling tubes (ONAN type), core type, suitable for indoor/outdoor installation
as specified in Schedule ‘A’ and shall be insulated with high class materials with high
dielectric strength and slow ageing characteristics, able to withstand the impulse
voltage as laid down in IS. The winding shall be of double copper wound.

33.21.4 The insulation and magnetic induction shall be suitable for operating the transformer
continuously at a voltage 10% more than that specified in Schedule ‘A’. The windings
of transformer shall be fully insulated.

33.21.5 The transformer shall be provided with hand operated ‘off-load’ tap change on HV side
for constant KVA output so as to alter secondary voltage of the transformer in two
stages viz (+) 2.5% and (+) 5%. The off load tap changing gear shall be suitable for
external operation without removing the transformer cover or lowering the oil level and
shall be complete with locking arrangements.

33.21.6 The transformer tank shall be sufficiently strong to allow transformer complete with
tank and oil, to be transported by rail, road, jacked or lifted without causing
deformation and leakage and shall be provided with external cooling tubes/radiators.
Case shall be taken to ensure that the joints between tubes and body of the tank are
oil tight. The transformer shall be provided with four solid cast steel detachable rollers
from its point of installation. Transformer shall be provided with approved
arrangement of lugs suitable for lifting the transformer when necessary.

33.21.7 The transformer tank cover shall be designed so as to prevent collection of moisture
on any part. The tank cover shall also be fitted with thermometer pockets.

33.21.8 The transformer shall be provided with an explosion vent fitted with diaphragm of
standard material at the tank as well as the free end and shall be connected directly to
main tank top and designed for certain and rapid release of any excessive pressure in
the tank due to internal fault that may be generated in the transformer or in the cooling
equipment. The pipe should be fitted with a wire net at the free and to prevent any dirt
or insect entry.

33.21.9 All valves shall be of standard type and make. Means should be provided to lock the
valve. Every valve shall be provided with an indicator to show clearly purpose of the
valve and direction of rotation for/to ‘OPEN’ or ‘CLOSE’.
33.21.10 The transformer shall be fitted with disconnection chamber complete with HT/LT cable
boxes and their bushing disconnecting chamber bushing for indoor transformer and in
case of outdoor transformer the HT side shall have bushings (and not cable box),
jumpers etc so that if the transformer becomes faulty, it can be taken out without
opening the connections from cable boxes and healthy transformer replaced and
connected in minimum possible time. The tenderer shall submit, along with the
tender, constructional details of disconnecting chamber proposed by him or provided
by him in the tender.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 249
PARTICULAR SPECIFICATIONS (CONTD...)
33.21.11 The transformer shall be fitted with conservator with a filling cap, sump and suitable
means of drawing oil.
33.21.12 The dehydrating breather shall be fitted to each conservator vessel and shall be
complete with first fill of dehydrating agent.

33.21.13 All steel work of transformer, not immersed under oil, shall be painted with a coat of
anticorrosive paint. The transformer shall be painted with a weather and heat
resistant paint of composition and tint as approved by the GE.

33.21.14 Earthing terminals shall be provided on the tank cover and on the tank for earthing
purposes and shall be suitable for connections to the earthing strip of GI of 50 x 6 mm
thick sections.
33.21.15 An oil gauge shall be provided for indicating clearly, to an observer standing on
ground for indoor transformers and on the platform in case of pole mounted
transformers, the oil level in the conservator tank. A tap shall be fitted with oil gauge
for the purpose of drawing out quantity of oil for sampling.

33.21.16 The unit rate inserted in Schedule ‘A’ shall be deemed to include for the cost of
jointing of cable box, including cable end joints, provision of all materials, cable box
etc. The transformer shall be deemed to have undergone satisfactory tests as
prescribed in IS. A test report shall be submitted, in original to the EIC before
incorporating the transformer in the work. The cost of connecting the transformers of
HT side and LT side as well as connecting the existing earthing is deemed to be
included in the unit rate of transformer.

33.21.17 The cost of first fill of transformer oil shall be deemed to be included in the rate
inserted in Schedule ‘A’ for transformers. This oil shall have a dielectric strength not
less than 40 KV at 2.5mm gap.

33.21.18 The tenderer shall submit complete technical details and specifications alongwith
make and illustrated pamphlet and test report of transformer to the GE for obtaining
his approval of the make prior to incorporation in the work.

33.21.19 TEST CERTIFICATE and EXCISE GATE PASSES ETC


(a) Manufacturer’s test certificates for routine test shall be furnished by the tenderer
in respect of transformer. If deemed necessary by the deptt, these routine tests
may be conducted at the manufacturers workshop in presence of the GE’s
representative. A 15 days notice shall be given by the contractor to the deptt
before ordering dispatch from the factory, so that the GE can consider the issue
and convey his decision to have it inspected or otherwise. All tests shall be
carried out in accordance with relevant Indian Standards (or British Standards
where Indian Standards do not exist).

(b) All routine tests as per IS 2026, shall be carried out at manufacturer works
before the despatch of transformer. In addition, copies of test certificates for
temperature rise test, impulse test, pressured test, test for bushing and test for
short circuit etc carried out at manufacturer’s workshop shall be supplied
alongwith the transformer. However test results of winding resistance, impulse
voltage, no load loss full load losses and insulation resistance will be reflected on
test sheet of transformer.

(c) In addition to the above, the type tests certificate from CPRI, for the prototype of
the transformer shall also be submitted.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 250
PARTICULAR SPECIFICATIONS (CONTD...)

(d) The contractor shall submit to the GE original purchase vouchers, test certificate
and excise gate pass of transformers or any other equipments/items as considered
necessary by the GE, wherever asked for.

33.21.20 SITE TESTS


(a) The following tests shall be carried out at site :-
(i) Insulation resistance test.
(ii) Ratio test.
(iii) Dielectric strength of transformer.
(iv) Magnetic balancing test.
(b) For transformers above 400 KVA involving VCBs etc, the following site tests shall
be done :-
(i) PRIMARY INSPECTION TESTS.
Test on all protection relays.
Test on operation and stability of earth-fault relays on HV side.
Tests on line directional elements of high voltage line relays.
Tests on high speed neutral circuit breaker, if provided.
Tests on over current relays on HV side.
Tests on operation of standby of earth fault relays on HV.
(ii) RATIO TEST
With 415 applied on HV side, measure the voltage between all phases on
the HV side for every tap position.
(iii) TRIPPING TESTS
High voltage side breaker and winding temperature trips.
(iv) BUCHHOLZ RELAY
Test for angle air injection etc.
Check that there is no air in protector before commissioning.
(v) ALARM CIRCUITS
Buchholz relay, oil and winding temperature thermometer, cooling gear
failure.
(vi) INSULATION TESTS (REDUCED VOLTAGE)
On IIV windings and on current and voltage transformer circuit etc.
(vii) Check oil levels and dielectric strength of oil.
(viii) MAGNETIC BALANCING OF TRANSFORMER.
With 230 V AC applied between HV side of transformer measure voltage
between neutral and other phases.

33.22 HT 11 KV SWITCH GEAR (HT VACCUM CIRCUIT BREAKER)


33.22.1 VCB shall be all as specified in schedule ‘A’ and clause 19.99 of MES SSR Part I.

33.22.2 Tripping/protection system of HT VCB ie relays shall be tested by secondary injection


system at site after installation, before commissioning, at the contractor’s cost which is
deemed to be included in rates quoted. Relay setting would be done to provide proper
discrimination down stream i.e between VVNL/GEB and MES panel and main incoming,
all as directed by GE.
33.22.3 Testing &setting of relays of HT panels. VCBs/RMU shall be done by original
Equipment Manufactured(OEM) and inspection by the representative of the
accepting officer shall be carried out. Contractor shall be responsible for intimation to
the accepting officer & GE well in advance so that representative of the accepting
officer can be detailed timely

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 251
PARTICULAR SPECIFICATIONS (CONTD...)

33.23 Supply and install commissioning and testing automatic intelligent power factor
corrector (APFC) capacitor bank (as given in BOQ item no 17.019)
(a) Auto electric load select management system single phase generated micro
processor based electronic unit ECU processor for sensing reactive power demand with
bypass arrangement to keep (AELMS) automatic electric load management system in
working condition including time delay functioning for spacing the switching time auto
switching off facility in case of leading power factor auto/manual select switches, HRC
Fuse for back up protection built in natural air cooled - 01 Job.
(b) APFC micro processor base relay 8 stage including isolation MCCB 400 amps with 16
KA rupturing capacity.
(c) Protection device (MCB) against short circuiting over loading and isolation in the
unlikely events of failure in step switching single phasing protection low/high voltage
protection in balancing protection with indicating lamps current sensors (SVTs) - 01 Set.
(d) Naturally air cooled MPP double dielectric heavy duty 440 volt LV HZ shunt power
capacitors conforming to IS-13340 and 13341 and IEC 831-1 ISI marked designed on
ambient temperature 10 degree to 50 degree Celsius delta connections complete with
metal base enclosure copper wire connection for banking complete to GE with watt less
not more than 0.5 Watt per KVAR complete. Nos of stepping combination is
30/30/30/30/30/15/15/10/5/5 KVAR each or as directed by Engineer-in-charge.
(e) Digital type volt meter and Ammeter with CTs (all meters flush type 96 Square mm
size) of with selector switches with adequate capacity - 01 set each.
(f) Internal wiring with adequate size of PVC insulated copper multistranded cable with
necessary lugs thimbles/glands - 01 Job.
Note:-
(a) The APFC panel should be so designed to accommodate 10% extra space only for
future expansion.
(b) The panel shall be provided with MCCB, TPN 415 volts, 400 Amps, 35 KA rupturing
cap.
(c) PCC plat from shall be measured and paid for separately under provisional lump sum.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 252
PARTICULAR SPECIFICATIONS (CONTD...)

34. SPECIFICATION –

DESIGN OF FIRE DETECTION, FIRE ALARM AND FIRE FIGHTING SYSTEM

34.1 Item catered in schedule ‘A’ part-I IS AS PER DESIGN PARAMETERS OF CFEES (Centre of
fire explosive and environment safety India). Any variation of provisional items should satisfy
instruction of CFEES report.

34.2 UNDERGROUND SUMP

All as per shown in drawings and specified.

34.3 PUMPS

34.3.1 General Requirements

34.3.1.1 Pumps shall be exclusively used for the fire fighting purposes, be of a type approved by the
Authority, and shall be Electric motor driven centrifugal pumps.

34.3.1.2 Pumps shall be directly-coupled, except in the case of engine-driven vertical turbine pumps
wherein gear drives shall be used. Belt-driven pumps shall not be accepted

34.3.1.3 Parts of pumps like impeller, shaft sleeve, wearing ring, etc, shall be of non-corrosive metal
preferably of brass or bronze.

34.3.1.4 Pumps should be capable of furnishing not less than 150% of rated capacity at a head of not
less than65% of the rated head. The shut-off head shall not exceed 120’%of rated head in
case of horizontal pumps and 140 % in case of vertical pumps.

34.3.2 In case of Jockey pumps in such systems to take care of minor leakages, the capacity
thereof shall not be less than 3% and normally not more than 10% of the installed pumping
capacity.

34.3.2.1 Each pump shall be provided with a pressure gauge on the delivery side between the pump
and the non-return valve and a plate giving the delivery head capacity and the number of
revolutions per minute. Cost of pressure gauge is deemed to be included in quoted cost

34.3.2.2 Each pump shall be provided with an independent suction pipe without any sluice or cut-off
valves therein,.

34.3.3 The diameter of the suction pipe shall be such that the rate of flow of water through it does
not exceed90 m per minute when the pump is delivering at its rated discharge.

34.3.4. Centrifugal pumps should be fixed below the level of water supply. However, if the priming
arrangements are such as to ensure that the suction pipe should be automatically
maintained full of water not withstanding a serious leakage there from (the pump being
automatically brought into action to replenish the priming tank should the later be drawn
upon at a greater rate than the rate at which it is fed from any other source) , positive
suction may not be insisted. In such cases, the capacity of priming tank need not exceed
450 litres and the diameter of the priming pipe need not exceed 50 mm.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 253
PARTICULAR SPECIFICATIONS (CONTD...)

34.3.5.1 If the pump is allowed to be installed above the level of its water supply, there shall be a foot
valve and a priming arrangement, the later consisting of a tank(having a capacity at least
three times that of the suction pipe from the pump to the foot valve)connected to the delivery
side of the pump by a metal pipe having a minimum internal diameter of 100 mm in the case
of centrifugal pumps with a stop valve and a non-return valve therein of the same size. A
dependable independent filling arrangement and a level indicator shall be provided for the
priming tank. The provision of a vacuum gauge for the suction pipe is recommended.

34.3.6 The rating and design of motors and switchgear shall conform to the relevant Indian
Standard Specifications. The motor shall be of continuous rating type and its ratings shall be
equivalent to the horsepower required to drive the pump at 150% of its rated discharge .
34.3.7.1 The motor shall be of totally enclosed type or drip proof type, the latter having their air inlets
and outlets protected with meshed wire panels to exclude rodents, reptiles and insects.
Motor shall be energy efficient conforming to IS 12615.

34.3.7.2 The motor(s) shall be wound for class B insulation preferably for class E — and the windings
shall be vacuum pregnated with heat and moisture resisting varnish and preferably glass
fibre insulated to withstand tropical conditions.

34.3.8 The incoming cable to the fire pump room shall terminate in an isolating switch fuse unit
incorporating the HRC fuses and where necessary provided with a distribution system.

34.3.9 The starting switch gear for the fire pumps shall be suitable for direct on line starting but
other alternative arrangements as remote controlled are subject to prior approval. It shall
also incorporate an ammeter with a clear indication of the motor full load current.

34.4 COMPRESSION IGNITION ENGINE DRIVEN PUMPS

34.4.1.1 PUMP ROOM.


Adequate ventilation shall be provided for the air required for aspiration and to limit the
temperature rise in the room to 10”C above the ambient temperature when the engine is on
full load.

34.4.1.2 ENGINE
The engine shall be :

a) of the compression ignition mechanical direct injection type, capable of being started
without the use of wicks, cartridges, heater plugs or ether, at an engine room
temperature of 7°Cand shall accept full load within 15 seconds from the receipt of the
signal to start.

b) naturally aspirated, supercharged or turbocharged and either air or water cooled. In the
case of charged air cooling by means of a belt driven fan or of a belt driven auxiliary
water pump there shall be multiple belts such that should half the belts break, the
remaining belts would be capable of driving the fan or pump.

c) capable of operating continuously on full load at the site elevation for a period of six
hours.
d) provided with an adjustable governor to control the engine speed within 10% of its rated
speed under any conditions of load up to the full load rating. The governor should be set
to maintain the rated pump speed at maximum pump load.

e) provided with an in-built tachometer to indicate the rev/m of the engine.

f) provided with a time totaliser (Hour counter).

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 254
PARTICULAR SPECIFICATIONS (CONTD...)

34.4.1.3 Any manual device fitted to the engine which could prevent the engine starting shall return
automatically to the normal position.

34.4.1.4 Engines, after correction for altitude and ambient temperature shall have bare engine
horsepower rating equivalent to the higher of the following two valves :

a) 20% in excess of the maximum brake horsepower required to drive the pump at its duty
point
b) The brake horsepower required to drive the pump at 150% of its rated discharge.

34.4.1.5 The coupling between the engine and the pump shall allow each unit to be removed without
disturbing the other.

34.4.2.1 COOLING SYSTEM


The following systems are acceptable:
a) Cooling by water from the discharge of fire pump (taken off prior to the pump discharge
valve) direct into the engine cylinder jacketsvia a pressure reducing device to limit the
applied pressure

b) A heat exchanger, the raw water being supplied from the fire pump discharge (taken off
prior to the pump discharge valve) via a pressure reducing device, if necessary, to limit
the applied pressure to a safe value as specified by the engine manufacturer. The raw
water outlet connection shall be so designed that the discharged water can be readily
observed. The water in the closed circuits shall not be less than that recommended by
the engine manufacturer.

c) A frame or engine mounted air cooled radiator with a multiple belts driven fan from the
engine. When half the belts are broken the remaining belts shall be capable of driving
the fan. The water in the closed circuit should be circulated by means of the auxiliary
pump driven by the engine and the capacity of the closed circuit shall be not less than
that recommended by the engine manufacturer.

d) Direct air cooling of the engine by means of multiple belts driven fan. When half the belts
are broken the remaining belts shall be capable of driving the fan.
NOTE :- In case of systems described in b, c and d above, a failure actuated audio-visual
alarm shall be incorporated.

34.4.2.2 AIR FILTRATION


The air intake shall be fitted with the filter of adequate size to prevent foreign matter entering
the engine

34.4.2.3 EXHAUST SYSTEM


The exhaust shall be fitted with a suitable silencer and the total back pressure shall not
exceed the engine maker’s recommendation. When the exhaust system rises above the
engine, means shall be provided to prevent any condensate flowing into the engine.

34.4.2.4 ENGINE SHUT-DOWN MECHANISM


This shall be manually operated and return automatically to the starting position after use.
.
34.4.2.5 FUEL TANK
The fuel tank shall be of welded steel construction conforming to IS 2552. The tank shall be
mounted above the engine fuel pump to provide a gravity feed unless otherwise
recommended by the manufacturers. The tank shall be fitted with an indicator showing the
level of fuel in the tank. The capacity of the tank shall be sufficient to allow the engine to run
on full load for: Light hazard l h Moderate hazard 2hHigh hazard 3h

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 255
PARTICULAR SPECIFICATIONS (CONTD...)

34.4.2.6 FUEL FEED PIPES


Any valve in the fuel feed pipe between the fuel tank and the engine shall be placed
adjacent to the tank and it shall be locked in the open position. Pipe joints shall not be
soldered and plastic tubing should not be used.

34.5 AUXILIARY EQUIPMENT.


34.5.1 The following shall be provided:
a. A sludge and sediment trap,
b. A fuel level gauge,
c. An inspection and cleaning hole,
d. A filter between the fuel tank and fuel pump mounted in an accessible position for
cleaning and
e. Means to enable the entire fuel system to be bled of air. Air relief cocks are not
allowed; screwed plugs are permitted.

34.5.2 STARTING MECHANISM


Provision shall be made for two separate methods of engine starting, viz

a) Automatic starting by means of a battery powered electric starter motor incorporating the
axial displacement type of pinion, having automatic repeat start facilities initiated by a fall
in pressure in the water supply pipe to the spray installation. The battery capacity should
be adequate for ten consecutive starts without recharging with a cold engine under full
compression.

b) Manual starting by
i. Crank handle, if engine size permits, or
ii. Electric starter motor

NOTE:- The starter motor used for automatic starting may also be used for manual
starting provided there are separate batteries for manual starting.

34.5.3 BATTERY CHARGING


The means of charging the batteries shall be by a2-rate trickle charger with manual
selection of boost charge and the batteries shall be charged in position. Where separate
batteries are provided for automatic and manual starting the charging equipment shall be
capable of trickle charging both the batteries simultaneously. Equipment shall be provided to
enable the state of charge of the batteries to be determined

34.5.4 TOOLS
A standard kit of tools shall be provided with the engine and kept on hand at all times.

34.5.5 SPARE PARTS


The following spare parts shall be supplied with the engine and kept on hand :
a) Two sets of fuel filters, elements and seals;
b) Two sets of lubricating oil filters, elements and seals;
c) Two sets of belts (wherever used)
d) One complete set of engine joints, gaskets and hoses;
e) Two injector nozzles;
f) One complete set of piston rings for each cylinder; and
g) One inlet valve and one exhaust valve

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 256
PARTICULAR SPECIFICATIONS (CONTD...)

34.5.6 ENGINE EXERCISING


The test shall be for a period of at least five minutes each day. Where closed circuits cooling
systems are used the water level in the primary system shall be checked at the time of
carrying out each test and, if necessary, water shall be added during the course of test
procedure. Rates quoted for pump and engine deemed to include the cost of battery, battery
charger, spare part listed above and tools as stated above.

34.6.0 LANDING VALVE

34.6.1 It should conform to IS 5290

34.7 ARRANGEMENT OF PUMPS


The pump house should be of adequate dimension to house all the pumps with suction,
delivery pipes, fittings and starter control panel, air vessel, etc, with adequate circulation
area. A minimum clearance of 1 m ‘at front and back and 0’75 m on sides .and between
pumps should be provided for all .major pumps exceeding2280 I/min capacity. For smaller
pumps, including jockey pumps, the clearance required, should be 0.75 m at front and back
and 0.60 m at sides and between. pumps.. The head room clearance for all pump .houses
should be minimum 2.75 m. The pump control panel. which should also be housed in the
pump room should of adequate dimension to incorporate : TPN switch and HRC switch both
of adequate capacity, selector switch ampere, voltmeter and phase indicating lights single
phase preventer, start and stop pushbuttons, auto-manual switch, auxiliary contactors for
inter-locking/sequence of operations and all necessary gauges, fittings required to complete
the system ( the bus bar should of copper of appropriate thickness. Where diesel pump is
provided, it should have a separate panel, also located in the same pump room or adjoining
separate room. The panel should have its separate battery, with battery charging device,
and auto-manual changeover arrangement. It should incorporate an interlocking device with
the main pump panel so that both the electric pump and the diesel pump do not operate
simultaneously.

34.8.1 Air vessel of adequate capacity should be installed in the pump house, with pressure
switches incorporated on the delivery line. There should be two pressure switches - one with
upper and lower limit, for Jockey pump, and another only for lower pressure limit for the
main pump. Stopping of main pump should be only by manual pushbutton which should be
prominently indicated on the pump panel.

34.8.2 Similar lower pressure limit switch should also be incorporated in the diesel pump to make
the start automatically at pre-set drop in pressure.
34.9 TERRACE PUMP
The starting of terrace pump should be automatic with pressure switch incorporated in
down-comer side so that with opening of. any hydrant valve, or hose reel on any *floor, it will
start automatically with fall in line pressure. In addition, there should be a manual push
button starter in the starter control panel to be located on ground floor ( floor one ) of
building. Stopping of pump should be by a push button located in the same starter control.
Both the push buttons should be prominently indicated, and should be indifferent colour for
easy identification.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 257
PARTICULAR SPECIFICATIONS (CONTD...)

34.10.0 SUCTION AND DELIVERY PIPE SIZES


The suction and delivery pipes should be of adequate size to meet the functional
requirements of the pump, and should not be less than following:
Suction Delivery
450 I/min terrace pump 50mm 50 mm
900 l/min ,, ,, 75mm 50 mm
1400 l/min ,, ,, 100 mm 100 mm
2280 I/min fire pump 150mm 150mm
2850 I/min ,, ,, 200mm 150mm
4540 l/min ,, ,, 250 mm 200mm

34.11 ELECTRIC MOTOR SIREN


It shall conform to IS 1941
34.12 FIRE HOSE, BRANCH PIPE
It shall conform to IS 903.
34.13 FIRE ALARM PANEL
34.13.1 GENERAL DESCRIPTION

a. The fire alarm system includes furnishing, installation, and connection of the
Analogue/Addressable Microprocessor based LCD/LED Fire Alarm Control Panel
consisting of system cabinet(s), main chassis with power supply, with or without UDACT
dialler, stand-by batteries, initiating and indicating, optional city tie/reverse polarity
module, optional relay modules, detection and signaling devices, and any auxiliary
modules, remote annunciator assemblies, and miscellaneous peripheral devices to form
a complete coordinated system ready for operation

b. The fire alarm system shall comply with requirements of NFPA Standard No. 72 for
protected premises signalling systems except as modified and supplemented by this
specification. The system field wiring shall be supervised electrically. The system and all
associated equipment shall be fully approved

34.13.2 SYSTEM:
a. Must comply with applicable National, State, and/or local Building code recognized at
time of installation.
b. Must comply with NFPA 101, 70, 72 fire alarm installation standard recognized at time of
installation.
c. Installation must comply with requirements of Local Authority Having Jurisdiction.

34.13.3 DEVICES & CONTROL EQUIPMENT:


a. Equipment described herein must be UL listed under the current issue of the standard
indicated:
b. Manual fire alarm stations:
c. Heat detectors:
d. Smoke detectors for Fire Protective Signalling Systems:
e. Audible signal devices: NO. 464
f. Control Units for Fire Protective Signalling systems:
g. Visual Notification Appliances
h. Power Supplies for Fire Protective Signalling Systems
i. Smoke Detectors for Duct Applications:

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 258
PARTICULAR SPECIFICATIONS (CONTD...)

34.13.4 SUBMITTALS AND SHOP DRAWINGS:


a. Sufficient information shall be clearly presented and shall include manufacturer’s name,
model numbers, power requirements, equipment layout, device arrangement and
complete wiring.
b. Sequence and description of operation.
c. Product Data for each type of equipment, initiating device, signal device, peripheral
device and cable provided on the project.
d. Shop drawings shall include battery calculations, floor plans and wiring diagrams.

34.13.5 OPERATION MANUAL


a. Operation manual shall include:
b. Installation instruction for use by installing contractor.
c. Operational instructions or manual for use by building personnel, including name and
phone number of service representative.
d. Maintenance instructions as required for use by building personnel.
Copy of approved shop drawings.
34.13.6 BASIC SYSTEM OPERATION
a. FACP (Fire Alarm Control panel) controls shall consist of switches for LCD readout and
display entry. The display entry keypad shall be capable of use for technical functions,
system/detector maintenance, history recall, device and circuit disarming, manual
operation of addressable output modules, relay modules, and notification appliance
circuits.

b. Operator Keys shall be used to display function status with three keys assigned to
Acknowledge, Signal Silence and System Reset. The remaining 5 keys shall be capable
of being user assigned for the following functions: Lamp Test, Relay Disconnect, Test
Mode, signal disconnect, Common Disconnect, General alarm, Selectable Switch
Function On, Switch Function Off or Manual Restart. Key presses shall be recorded in
the history log.

c. FACP shall have sufficient memory to support its operating system and databases
including:

d. Fire Management, Alarm Management, Historical Data, Maintenance Support


Applications, Custom Processes, Operator I/O
34.13.7 FACP SHALL BE PROVIDED WITH THE FOLLOWING FOR BASIC OPERATION:
COMMUNICATION PORTS:
a) Provide data communication ports for simultaneous operation of devices such as
industry standard printers, programming terminal, PC, transponder and annunciator.
b) Integrated On-Line Diagnostics: The control panel shall continuously perform self-
diagnostics, communication diagnostics and diagnostics on all subsidiary equipment.
c) Surge and Transient Protection: Isolation shall be provided at all field point terminations
to suppress induced voltage transients where required.
d) Display Information: The Main Control Panel LCD readout shall be backlit and display 4
lines with 20 characters per line. During normal conditions, the display features the main
menu including 24 hour clock. In alarm condition, the display shall provide either the first
or last (selectable) event of highest priority. A status summery screen shall list the
number of active alarms, supervisory, or trouble events.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 259
PARTICULAR SPECIFICATIONS (CONTD...)
34.13.8 SYSTEM SOFTWARE FEATURES
a) All necessary software to form a complete operating system shall be provided as
described in this specification. The software program shall be an integral part of the
panel and shall not be dependent upon any higher level computer for execution.
b) Alarm Management: Alarm management shall be provided to monitor, buffer, and direct
alarm report to operator devices and memory files. The control unit shall have capability
of performing alarm analysis and signalling. At no time shall the panel's ability to report
alarms be affected by operator activity.

c) Status Change Report: All alarm or point change reports shall include the point's English
language description, and the time and date of occurrence.

d) Prioritization: The user shall be able to define the specific system reaction for each point.
Alarms shall be prioritized to minimize nuisance reporting and to speed operator
response to critical alarms. A minimum of three priority levels shall be provided.
Report Routing: Alarm reports shall be archived for future recall.

e) Alarm Messages: In addition to the point's description and the time and date, the user
shall be able to print, display or store a custom alarm message to more fully describe the
alarm condition or direct operator response.

f) Cross Zoning: The system shall be capable of cross zoning any 2 devices where as it
takes both to cause an alarm condition. The system shall be UL listed for "Releasing",
both sprinkler pre-action and agent release.

g) Software zoning of up to 250 "Groups". A group is made up of 2 or more addressable


devices, sensors &/or modules.

h) Download/Upload: This is the ability to load a database and then extract it back out of
the CPU at a later date. This feature allows end users and/or Authorized distributors the
freedom to not rely on floppy disk back-ups in case they are lost or damaged.

i) Database compare: When making a change to an existing database, this utility will
compare the old to the new and give you a list of the differences which may be printed or
saved in a file format. By having this, systems only need to be tested by the list of
changes instead of the entire system.

j) The control unit shall be capable of storing a record of at least 1000 events.

k) The software residing in the FACP shall be capable of reporting initiating devices even if
they are not in the database. In the event that an initiating device, which is not in the
database, reports an alarm state, the FACP shall turn on all Notification Appliance
Circuits. This ensures all devices are active, whether they are programmed in the
database or not.

34.13.9 HISTORY LOGGING


The system shall be able to store and display at least 1000 system events that have
occurred in a non-volatile buffer memory. Display of these events shall be accomplished
on-site through the use of the front control panel indicators and switches.

34.13.10 FIELD CONFIGURABLE


The system shall be fully configurable and expandable at the owner's site without the need
for EPROM programmers. All configurations shall be accomplished through downloading
of programs from a computer. Reconfiguration shall not require knowledge of any
programming languages or require any special training. All programs shall be stored in
non-volatile memory. Entry into program mode shall require a special key and a special
password entered into the front panel.
Signature of Contractor for Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 260
PARTICULAR SPECIFICATIONS (CONTD...)

34.13.11 SEQUENCE OF OPERATION

a) When a fire alarm condition is detected by one of the system initiating devices, the
following functions shall immediately occur:

i. All automatic programs assigned to the alarm point shall be executed and the
associated indicating devices and relays activated.

ii. Single Stage/Two Stage Operation: All fire alarm notification devices sound the
general alarm (evacuation) at a rate of 120 strokes per minute throughout the building.
Or, the fire bells in that building will sound the alert alarm at a rate of twenty (20)
strokes per minute.

iii. The System Alarm on appropriate panel will indicate an alert condition.

iv. Second stage operation shall occur when a key is inserted into the key-operated
switch of any manual pull station causing all fire alarm notification devices to sound the
general alarm (evacuation) at a rate of 120 strokes per minute throughout the building.

v. If the fire alarm condition is not acknowledged at the panel within five (5) minutes of
the sounding of the first stage alarm, the fire alarm system shall automatically indicate
a second stage alarm causing all speakers/bells in the building to sound the general
alarm (evacuation) throughout the building. Activation of the second stage shall be
identified at the operator's workstation.

vi. Activate all control by event functions related to the alarm.

vii. The municipal fire department to be signalled automatically.

viii. Fan systems, i.e., shutdown, exhaust and pressurization operations to be initiated.

ix) Doors with hold open devices shall be signalled to release

b.) When a trouble condition is detected by one of the system initiating or indicating
circuits, the following functions shall immediately occur:

i) System Trouble will be indicted on the panel and system annunciator(s).

ii) A local trouble-sounding device in the panel and annunciator shall be activated. This
sound shall be distinct from the alarm sound.

iii) The appropriate message will appear on the LCD display.

iv) Upon activation of a supervisory field device (i.e., low pressure switch, etc.), the panel
shall: Indicate the supervisory condition by lighting the Acommon supervisory indicator
at the panel.

v) Sound at a fast flash rate tone at the panel’s buzzer and steady at any remote field
buzzer.

vi) Light the appropriate common supervisory@ indicator on the remote annunciator(s).

vii) Activate the common supervisory contact at the panel. This contact shall be capable of
connecting independently to the monitoring agency’s equipment in order to transmit a
distinct supervisory.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 261
PARTICULAR SPECIFICATIONS (CONTD...)

34.14 FIRE ALARM EQUIPMENT

34.14.1 MAIN FIRE ALARM PANEL

a. The Main Chassis of FACP shall provide one or two addressable input Signaling Line
Circuits (respectively) capable of support of up to 198 addressable devices; up to 99
detectors and up to 99 control/monitor modules. The system shall be capable of
networking to network to provide additional input circuits, visual zones, programmable
notification appliance circuits, and relays. Network shall have the capability of providing up
to 254 control and annunciator units together. The network shall be a DCLR configuration
loop. The CPU shall communicate with the operator interface, 80 character LCD display,
LED display and control all other modules in the panel. Removal, disconnection or failure
of any control panel module shall be detected and reported by the Central Processing
Unit.

b. The CPU shall contain and execute all control-by-event programs for specific action to be
taken if a fire situation is detected in the system. Such control-by-event programs shall be
held in non-volatile programmable memory, and shall not be lost even if system primary
and secondary power failure occurs. The CPU shall also provide a real time clock for time
annotation on the display and remote optional LCD annunciator or printer. The Display
Interface shall provide a 15-key touch keypad with control capability to command all
system functions, and entry of any numeric information. The keypad shall include means
to enter a minimum of two different passwords to prevent unauthorized manual control.

Option modules shall be field installed and capable of the following:


Additional NAC output circuits and function relays
Local LED annunciation
Additional NAC power
Central Station (DACT) or Remote Station connection
Network communications module

c. The analog /Addressable device interface shall communicate and provide power to all
devices on its loop over a single pair of wires. For Class B operation, the loop is not
returned and branch circuits ("T-tap") connections may be made off of the loop. Class A
operation shall be available by selecting Class A in the software. Systems which need
different hardware for Class A operation will not be accepted.

d. The analog interface board shall receive analog information from all intelligent detectors
and shall process this information to determine normal, alarm, or trouble conditions. The
analog information may also be used for automatic test and determination of maintenance
requirements.

e. Communication with all connected devices shall be performed every 5 seconds or less.
Average time to detect an alarm shall be less than 5 seconds (longer for alarm verification
detectors).

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 262
PARTICULAR SPECIFICATIONS (CONTD...)

34.16 SYSTEM/FUNCTION PROGRAMMABLE RELAYS


The Control Panel shall provide 4 Form "C" relay contacts rated at 2 Amp @ 30 VDC. These
relays may be individually programmed to activate on Common Alarm, Common Trouble,
Common Supervisory, alarm from any initiating group or any combination of groups, analog
sensors or addressable modules. Up to 12 additional fully programmable function relays (in
groups of 4 relays) can be added to the panel.

34.17 COMMUNICATION PORTS


The system shall provide the following interfaces:
a. Two ports for System networking
b. One port for dialler/city tie, PC or Voice Evac connection
c. One port for service and field programming
d. One port for Printer
e. One port for Annunciator Panel.

34.18 POWER SUPPLY


a. All circuits are Power Limited using positive-temperature-coefficient thermistors, circuit
breakers, or other over-current protection.

b. Input power shall be 240 VAC 50 Hz. The power supply shall provide an integral battery
charger. Internal battery capacity shall be sized as required to meet UL and NFPA
requirements.

c. The Main Power Supply shall provide a battery charging circuit consisting of a fully
automatic standby battery charger, rate compensated, capable of maintaining battery in
fully charged state and be capable of recharging batteries to 70% of alarm capacity within
12 hours. Provide for normal operation of entire system for 24 hours with power
remaining to sound alarms for 5 minutes.

d. Provide charger with following supervised functions: circuit protection for shorts, open,
disconnected or reversed polarity battery connection, supervision or protection of high or
low voltage, overcharging and charger failure. Automatic load shedding or battery
disconnects on deep discharge to prevent battery damage.

e. Maintenance free, long-life batteries, 24 V, rechargeable, gelled electrolyte, totally sealed,


fully charged with all interconnections ready for service.

34.19 MECHANICAL DESIGN


a. The control unit shall be housed in a cabinet designed for surface mounting directly to a
wall or vertical surface or semi flush with integral trim ring. The back box and door shall
be constructed with provisions for electrical conduit connections. The door shall provide a
key lock and shall include a glass opening for viewing. The back box shall be 14.5" wide
for between stud mounting.
b. The control unit shall be modular in structure for ease of installation, maintenance, and
future expansion.
c. The control panel will not require fans or other means of active cooling.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 263
PARTICULAR SPECIFICATIONS (CONTD...)

34.20 NOTIFICATION DEVICES

a. AUDIBLE/VISUAL DEVICES:
The notification devices shall be of a low profile design and combination that provides a
selection of high or low dBA as well as field selectable candela options of 15,30,60,75 and
110 candela.

b. ADDRESSABLE DEVICES – GENERAL

i. Addressable devices shall provide an address-setting means using rotary decimal


switches.

ii. Addressable devices shall use simple to install and maintain decade (numbered 0 to 9)
type address switches. Devices which use a binary address or special tools for setting
the device address, such as a dip switch are not an allowable substitute.

iii. Detectors shall be analog and Addressable, and shall connect to the fire alarm control
panel's Signalling Line Circuits.

iv. Addressable smoke and thermal detectors shall provide dual (2) status LED’s. Both
LED’s shall flash under normal conditions, indicating that the detector is operational and
in regular communication with the control panel, and both LED’s shall be placed into
steady illumination by the control panel, indicating that an alarm condition has been
detected. If required, the flashing mode operation of the detector LED’s can be
programmed off via the fire control panel program.

v. The fire alarm control panel shall permit detector sensitivity adjustment through field
programming of the system. Sensitivity can be automatically adjusted by the panel on a
time-of-day basis.

vi. Using software in the FACP, detectors shall automatically compensate for dust
accumulation and other slow environmental changes that may affect their performance.
The detectors shall be listed by UL as meeting the calibrated sensitivity test
requirements of NFPA Standard 72, Chapter 7.

vii. The detectors shall be ceiling-mount and shall include a separate twist-lock base which
includes a tamper proof feature.

viii. The following bases and auxiliary functions shall be available :


a. Sounder base rated at 85 DBA minimum.
b. Form-C Relay base rated 30VDC, 2.0A
c. isolator base

ix. The detectors shall provide a test means whereby they will simulate an alarm condition
and report that condition to the control panel. Such a test may be initiated at the detector
itself (by activating a magnetic switch) or initiated remotely on command from the control
panel.

x. Detectors shall also store an internal identifying type code that the control panel shall
use to identify the type of device (example: ION, PHOTO, THERMAL).

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 264
PARTICULAR SPECIFICATIONS (CONTD...)

c. INTELLIGENT THERMAL DETECTORS


The heat detector shall be an intelligent addressable device rated for 135 degrees and
have a rate-of-rise element. The detector shall connect to the FACP using a Signalling
Line Circuit. The heat detector shall utilize a decade (numbered 0-99) type address
switch. Devices that use binary address or special tools for setting the device address
shall not be allowed.

d. MANUAL ALARM PULL STATION:

i. The alarm pull station shall be a low profile design, with terminal or pigtail
connection. It shall have 10AMP SPST, SPDT, or DPDT Gold Plated contacts and be
single or double action. The pull station shall be equipped with Allen wrench or key
lock/reset.

ii. Addressable manual alarm pull station shall, on command from the control panel, send
data to the panel representing the state of the manual switch and the addressable
communication module status. They shall use a key operated test-reset lock, and shall
be designed so that after actual emergency operation, they cannot be restored to normal
use except by the use of a key.

iii. All operated stations shall have a positive, visual indication of operation and utilize a key
type reset.

e. TWO WIRE DETECTOR MONITOR MODULE

i. Addressable monitor modules shall be provided to connect one supervised IDC zone of
conventional 2-wire smoke detectors or alarm initiating devices (any N.O. dry contact
device).
ii. The IDC zone may be wired for Class A or B (Style D or Style B) operation. An LED
shall be provided that shall flash under normal conditions, indicating that the monitor
module is operational and in regular communication with the control panel.

f. ADDRESSABLE CONTROL MODULE

i. Addressable control modules shall be provided to supervise and control the operation of
one conventional NACs of compatible, 24V DC powered, polarized audio/visual
notification appliances.

ii. The control module NAC may be wired for Style Z or Style Y (Class A/B) with up to 1 amp
of inductive A/V signal, or 2 amps of resistive A/V signal operation.

iii. Audio/visual power shall be provided by a separate supervised power circuit from the
main fire alarm control panel or from a supervised UL listed remote power supply.

iv. The control module shall be suitable for pilot duty applications and rated for a minimum
of 0.6 amps at 30 V DC.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 265
PARTICULAR SPECIFICATIONS (CONTD...)

g. ADDRESSABLE RELAY MODULE

Addressable Relay Modules shall be available for HVAC control and other building
functions. The relay shall be form C and rated for a minimum of 2.0 Amps resistive or 1.0
Amps inductive. The relay coil shall be magnetically latched to reduce wiring connection
requirements, and to insure that 100% of all auxiliary relay or NACs may be energized at
the same time on the same pair of wires.

h. ISOLATOR MODULE

i. Isolator modules shall be provided to automatically isolate wire-to-wire short circuits on


an SLC Class A or Class B branch. The isolator module shall limit the number of modules
or detectors that may be rendered inoperative by a short circuit fault on the SLC loop
segment or branch. At least one isolator module shall be provided for each floor or
protected zone of the building.

ii. If a wire-to-wire short occurs, the isolator module shall automatically open-circuit
(disconnect) the SLC. When the short circuit condition is corrected, the isolator module
shall automatically reconnect the isolated section.

iii. The isolator module shall not require address-setting, and its operations shall be totally
automatic. It shall not be necessary to replace or reset an isolator module after its normal
operation.

iv. The isolator module shall provide a single LED that shall flash to indicate that the isolator
is operational and shall illuminate steadily to indicate that a short circuit condition has
been detected and isolated.

i. ULTRAVIOLET/INFRARED FLAME DETECTOR


Two precise spectrums of radiation must be recognized and confirmed by highly tuned
sensors for the UV/IR to initiate a fire condition. Enclosed in a rugged, explosion-proof
housing, the UV/IR flame detector must use the latest in modular microprocessor and
Ultraviolet/Infrared sensor technology and deliver accurate and reliable monitoring for fires.
It must capable of stand-alone operation or can be connected to a variety of networked
safety systems to create a dependable fire monitoring system. It must be in compliance
with NEPA standards.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 266
PARTICULAR SPECIFICATIONS (CONTD...)

34.21 INSTALLATION & TESTING

34.21.1 INSTALLATION

a. CONDUIT:
i. Conduit shall be in accordance with The National Electrical Code (NEC), local and state
requirements.
ii. All wiring shall be installed in conduit or raceway, unless otherwise indicated on drawings.
Conduit fill shall not exceed 40 percent fill as per NEC. Conduit size shall be ¾ inch
minimum.
iii. Wiring for 24 volt control, alarm notification, emergency communication and similar
power-limited auxiliary functions shall be installed as per the manufacturer’s installation
requirements
iv. Conduits shall not enter the Fire Alarm Control Panel, except where conduit entry is
specified by the manufacturer.
v. Cable must be separated from any open conductors of Power, or Class 1 circuits, and
shall not be placed in any conduit, junction box or raceway containing these conductors,
as per NEC Article 760-29.

b. GENERAL INSTALLATION:
i. Installation shall conform to the wiring diagrams submitted as shop drawings and to
the manufacturer’s instructions.
ii. Installation of equipment, devices, wire and cable terminations, programming,
adjusting, testing and demonstration shall be performed by a qualified installer to
perform fire alarm system work. Final connections shall be made under the supervision
of an authorized manufacturer representative.

c. VERIFICATION TESTING
i. Provide the service of a factory-trained technician authorized by the manufacturer of
the system to technically supervise and participate during all of the adjustments and
tests for the system. All testing shall be in accordance with NFPA and the
manufacturer.
ii. Check for correct connections and test for short circuits, ground faults, continuity, and
insulation.
iii. Verify activation of all flow switches.
iv. Open initiating and indicating device circuits and verify trouble signal activation.
v. Ground all circuits and verify response of trouble signals.
vi. Check for audibility of tone at all alarm notification devices.
vii. Check installation, supervision, and operation of all smoke and duct smoke detectors.
viii. Verify the proper alarm and trouble receipt and processing of signals at the FACP and
any remote annunciators.
ix. Perform all tests in accordance with the manufacturer’s testing procedures.
x. Correct any deficiencies discovered as a result of the testing and retest the work
affected by such corrections.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 267
PARTICULAR SPECIFICATIONS (CONTD...)

34.21.2 FINAL INSPECTION AND INSTRUCTION

a. A factory trained representative of the manufacturer shall demonstrate that the system
functions properly.

b. Instructions for operating the system shall be provided in a hands-on demonstration as


stated elsewhere in the specification or as indicated on the drawings.

c. Written operating instructions shall be provided.

d. Record of Completion indicating certification of the fire alarm system installation and
testing shall be submitted to the Consultant at completion in accordance with Tender
Requirements. A copy of all Record of Completion certificates together with
Inspections and Testing Forms shall be delivered to the Owner’s Representative.
Photocopies shall be included in the Operating and Maintenance Manuals.

34.21.3 WARRANTY
The FACP & Detection Devices/Modules shall have a 2 year manufacturer’s warranty against
product defects. This warranty shall be for material only. Installation and labor shall be
warranted for a period of 1 year or as indicated elsewhere in this specification. Manufactures
that do not provide a standard 2-year warranty, must provide an extended warranty with their
bid package.

34.22 CABLING:
For cables of overall diameter less than 20mm (as per BS-8519:2010) Supply of 2C x 1.5
sq.mm Fire Survival unarmoured cable (300/500V) with Class-2 Copper conductor having
Mineral ceramic glass fire barrier tape covered by an extruded layer of Cross-linkable Low
Smoke Zero Halogen (LSZH) insulation as per EI-5 Of BS EN 50363 along with ATC drain
wire, aluminium tape screening and LSZH outer sheath as per BS 7629-1 & BS-5839-1
(latest edition). Outer sheath should be Anti Rodent/Anti Termite. Should retain circuit
integrity as per BS 8434-2 (9300C for 120 mins on single sample). BRE Global certified.
34.23 ASPIRATION DETECTOR
A. GENERAL
i. The system will consist of a central housing with 2 pipes that are routed to the
protected area. The maximum pipe length allowed by the system will be 100 m (330
ft) per pipe, covering a maximum of 2000 m2 (21 500 ft2) for Vds compliance or 850
m2 (9000 ft2) for UL compliance. The system will actively sample air from this area
into the housing where a laser-based smoke detector is located, with a sensitivity to
detect smoke with a density of 0.001% obscuration/meter (0.0003 %obscuration/ft).
The optical chamber will be field serviceable without need for recalibration or
speciality equipment. The receiver optics will not be exposed to the sampled air. The
removable chamber will include a two-stage particle filter.
ii. Alarm states will be shown on the display panel and an audible warning will be given.
iii. The unit will be approved by VdS and UL Listed.
iv. The unit will be placed at a convenient height for ease of use.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 268
PARTICULAR SPECIFICATIONS (CONTD...)

B. PRINCIPAL OF OPERATION

i. The unit will use a high performance aspirator of minimum 2000 Pa sampling through
wide-bore rigid sample tubes at near-ambient pressure. The smoke detector will be
of an integrating mass particle detection nephelometer type using a laser as the light
source.
ii. The detector will provide a direct (absolute) measurement of obscuration, without
attempting relative scaling or other compensation for contamination of the chamber.
iii. Samples from all inlets (sectors) will be combined as an overall sample in the inlet
manifold, filtered, and fed to the smoke detector. If smoke is detected and the
obscuration is determined to exceed a preset alarm level of smoke density, the
detector will signal to the host panel or other monitoring equipment after a
configurable time delay.
iv. There will be at least four stages of Alarm: ALERT, ACTION, FIRE1 and FIRE2. It
will be possible to set different levels for ALERT, ACTION, FIRE1 and FIRE2 Alarm
levels and delay times. The respective relay outputs and indications can be set to
latched or unlatched.
C. CALIBRATION AND AMBIENT POLLUTION COMPENSATION

i. The system will be calibrated on an absolute scale, with a zero calibration and at
least three span calibrations spaced equally throughout the range. To compensate
for pollution, the unit may have an optional reference channel using a dedicated
sample tube to monitor the fresh air to the protected area. The system will
automatically adjust measurements for changes in the ambient level.
ii. Unlike traditional point detectors, background compensation or floating background
compensation algorithms within the sensor will not be accepted; particularly as real
events below 0.03% obscuration/m (0.009% obscuration/ft) might otherwise be
masked.
D. FLOW MONITORING
The control unit will continuously monitor for blockages and/or disconnection of tubes
on an individual sector basis. The unit will enable the user to normalize flow readings to
a nominal 100% for each sector. The unit will have default and configurable high and
low flow thresholds and configurable delays for each threshold.
E. PRODUCT SPECIFIC
i. The housing will be constructed of a robust plastic material meeting all relevant
flammability requirements. The unit will have tamper proof screws preventing
unauthorized access.
ii. The unit will employ an internal filter to remove dust particles from the air sample and
shall enable simple on-site filter replacement without use of any speciality tools. The
HSLASD will allow closed loop sampling whereby the exhausted air will be
completely returned to the sampled area.
iii. The unit will provide a programming facility through a display or PC based software
that may also be used for monitoring and configuration procedures.
iv. The unit will provide an RS232 port to download all the data that is logged within the
unit. It will be possible to view and retrieve all detector and user events or trends
collected over a period of time and stored in the event log. The event log will store at
least 4000 events. When equipped with a TCP/IP module, the event log will store at
least 20000 events.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 269
PARTICULAR SPECIFICATIONS (CONTD...)

F. PROGRAMMING
The units will be programmed through a software package connecting to the RS232
port or remotely through Ethernet or RS485.
i. The software will allow at least the following actions and settings:
 Flow normalization
 Fan speed programmability
 Flow Fault delay period
 High and Low limits set for Flow Fault thresholds
 Set day/night sensitivity
 Reset and Isolate the detector
 Silence the sounder

ii. The unit will record engineering values during manufacture and operation such as:
 Software version
 Sample flow through the detector
 Measurements of sample flow rates for each sector
 % Obscuration
 % Reference Density
 Settings for a 4-20mA output module

G. INPUTS AND OUTPUTS

i. The unit will have 4 alarm relays and a fail-safe fault relay.
ii. The unit shall be externally powered at 24 VDC to be provided by an EN54-4
approved power supply. There will be an Auxiliary 24 VDC output supply (fused to 1
A) for powering an external device.
iii. It will be possible to remotely reset the unit applying 24 VDC to a dedicated input.
iv. The unit will provide an RS485 port for remote operation, as well as a RS232
connection for conducting Test/Configuration functions and interrogation of the fault
log data.
v. The unit will provide an Ethernet connection for connecting to a host computer. With
this capability, the unit will support remote monitoring and control of all detector
functions.
vi. The unit will provide at least 5 relay outputs reflecting ALERT, ACTION, FIRE1 and
FIRE2 alarm status. There will be a common fail-safe relay for fault signalling.
vii. The system will support any mix of at least 2 self-declaring I/O modules. These can
be of the following types, an 8-channel 4-20mA output module or a 4-way SPDT
relay module.
viii. The 8-channel 4-20mA output module will have a minimum 16-bit resolution.
H. ENVIRONMENTAL
The units will have an IP65 rating, operate from -10°C to 60°C (14°F to 140°F) at a
relative non-condensing humidity of 10-90%.
I. ACCESSORIES
All pipes, bends, T-pieces etc. will be supplied by the same manufacturer to guarantee
optimum fitting. The pipes and accessories will comply with local codes and standards.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 270
PARTICULAR SPECIFICATIONS (CONTD...)

J. REMOTE DISPLAYS
It will be possible to connect at least 2 remote displays to each unit, which will mimic all
control functions of the main unit.
K. PIPE MODELING SOFTWARE
The system shall have adequate software to determine response times for each
sampling point.

L. CODES AND STANDARDS:


NFPA 2001 (2012 ed )standard on Clean Agent Fire Extinguishing System.
SMPV Rules 1981, CCE Nagpur (for storage of cylinders)
Clean agent manufacturer’s recommendation.
National Building Code of India and TAC rules.
34.24 SHOP DRAWINGS & SPECIFICATIONS
a. The Contractor shall submit to the Client two copies of Shop Drawings for Fire
Fighting works as an Advance Copy to the Engineer-in-Charge for approval before
start of work. Subsequent to the approval of the shop drawings, the Contractor shall
submit six copies of Shop Drawings for execution to the Engineer-in-Charge. Also
the Contractor shall submit four copies of the Technical Specifications and
Catalogues.
b. Shop drawings shall be submitted for the following conditions:
i. Structural supports/hanging/laying and jointing details for all types of pipes as
required.
ii. Fire fighting layout plans/sprinkler plans as required and for any changes in the
layout of Fire Fighting/Architectural drawings.

c. The Shop Drawings need to include Co-ordinated Drawings also.


d. The Contractor can only commence the work after the approval of above documents
by Consultant.

34.25 SPECIFICATION FOR SMOKE, HEAT, FLAME DETECTOR


34.25.1 Smoke detector shall confirm to IS 11360. Work carried out shall conform to IS 2189. Heat
detector shall conform to IS 2175.
34.25.2 To prevent misleading indication of the position of fire, it is advisable that normal call points
be indicated in the control equipment separately from the detector in the zone. It is strongly
recommended that the circuits for the detectors and the call points shall be different.
34.25.2.1 Length of loop or signalling line circuit shall not exceed more than 3000 meter. Number of
addressable detectors and devices per loop shall be as per manufacturer’s
recommendation. It is recommended that number of detectors per loop may not exceeding
90% of full capacity.

34.25.2.2 Each loop shall not be divided into more than 8 fire zones. Minimum two isolators are
required per zones. It is recommended that a pair of fault isolator modules be employed for
every 20-30 detectors/ manual call points.

34.25.2.3 The sounder of fire alarm shall be electronic hooter/ horns/ electric bell having a frequency
range o0f 500 to 1000Hz. Sound of fire alarm shall be continuous although the frequency
and amplitude may vary. A minimum sound level of either 65 dB (A) or 5 dB(A) above any
other noise likely to to persist for a period longer than 30 s, whichever is greater should be
produce by the sounder.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 271
PARTICULAR SPECIFICATIONS (CONTD...)

34.25.3 SITING AND SPACING OF DETECTORS


Sitting of the detector s have been marked in the drawing keeping in view of beam, column
and other obstructions but main guideline are enumerated again. Base on these guideline
Engineer – in-charge can check the sitting of detector and can change the position if any
variation is found.

(i) Under flat ceiling, the horizontal distance between any point in a protected area and
the detector nearest to that point shall not exceed 7.5 mtr in case of smoke detector
and 5.3 mtr in case of heat detector.
(ii) Detectors shall not be mounted within 500 mm of any wall, partitions or obstructions
to flow of smoke or hot gases, such as structural beams and duct work, where the
obstruction are greater than 250 mm in depth.
(iii) Where partitions or storage rakes that reach within 300 mm of the ceiling, they shall
be construed as walls that extend to the ceiling for the purpose of sitting the
detectors.
(iv) Similarly, ceiling obstructions such as structural beams, deeper than 10 percent of
the overall ceiling height shall be construed as wall for the purpose of sitting the
detectors, each bay formed by such beams shall be treated as separate enclosure for
provision/ spacing of detectors.
(v) Detectors shall not be mounted within 1 m of any air inlet of HVAC system or a forced
ventilation system.
(vi) Detector sitting shall be such that a clear space of 500 mm is maintained below each
detector.

34.25.3.1 HEIGHT CONSIDERATION


Spacing of 7.5 m for smoke detector is valid upto a height of 7 m only and that of 5.3 for
heat detector is valid upto a height of 5 m. Beyond these heights, spacing between the
detectors shall be adjusted as follows:-

(a) Smoke detectors for height between 7 m to 10 m – 5 m spacing


Beyond 10 m height only beam detector or aspirating type detection systems

(b) Heat detectors for height between 5 m and 7 m – 3.5 m spacing


Beyond 7 m height not allowed to install heat detectors

(c) After designing the detector spacing, it shall be cross checked to ensure that there is
at least one smoke detector for every 100 m2 or one heat detector for every 50 m2 of
the compartment area

34.25.4 HIGH AIR MOVEMENT CONSIDERATION


(a) Spacing between detector shall be suitably reduced in areas where high air movements
or where high air changes prevail

(b) Detectors shall not be located in the vicinity of supply air diffusers. Minimum distance
between the detector and air inlet/ diffuser shall be atleast 1.5 m.

(c) Detectors shall be so mounted as to favour the air flow towards return air opening.

(d) The above provisions shall not disturb the normal population (Count) of detectors which
are provided assuming that air handling system is off.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 272
PARTICULAR SPECIFICATIONS (CONTD...)

34.26 ELECTRIC MOTOR SIREN


It shall conform to IS 1941

34.27 FIRE HOSE DELIVERY COUPLING, BRANCH PIPE AND NOZZLE


It should conform to IS 903. It shall be copper alloy. It shall be of 63 mm size. Branch pipe
and nozzle shall be of same material and size.

34.28 HOSE REEL


It should conform to IS 884. In case of Type A. Hose Reel swivel joint(s) shall be
incorporated in the construction to enable the users to swing the hose reel by 180 degrees
while pulling the hose in either direction.

34.29 REEL ACTION –


In case of both Type A and Type B hose reels it shall be possible to easily and smoothly
unwind the hose by pulling the hose end having nozzle fitted to it. Also it shall be easy to
wind up the hose when done with. 'All the internal and external surface of the ferrous
components of the hose reel shall be coated with epoxy polyester powder to 50 µ, Min
thickness to protect it against rusting. The colour of the powder coating shall be fire red
conforming to Shade No. 536 or 538 of IS 5.'

34.30 FLEXIBLE FIRE FIGHTING DELIVERY HOSE


Delivery hose shall conform to IS 636. It shall be type A type. The hose shall ,be constructed
from a circular woven jacket having a water proof rubber lining or rubberized fabric lining on
the inside, facing the waterway and with or without elastomeric coating/covering. If cotton
yarn is used in the construction of jacket, this shall be-treated with pentachlorophenyl
laurate ( PCPL ) to the extent of 1.5 percent minimum by mass as determined by the method
described in Appendix C of IS : 11662 1986*. This test is to be carried out on the jacket
either before or after lining Inner lining shall either be of rubber or rubberized fabric and shall
be generally smooth and practically free from pitting and other imperfections. For 30 m
length of dry hose without couplings, the coil diameter shall not exceed 45 cm for Type A.
Average Mass of the5 mtr length of hose shall not be more than 425 gram.

34.31 MANUAL CALL POINT


The manual call point (MCP)shall form integral part of fire detection system. The system of
manual call point be interlinked with the central control panel along with other detection cum
warning arrangements. These call points shall be enclosed in sturdy box and be installed
one meter above the floor level and be spaced at a distance of apprx. 30 meter apart. A call
point invariably be available in the path of escape and essentially near to the exit point.
Dead end and corner may be covered adequately. On manual operation of these call points
signal would be transmitted to the central control panel to effect the movement of fire
brigade and concerned personnel.

34.32 LOCATION OF FIRE EXTINGUISHER


There shall ordinarily be at least one fire point on each floor of auditorium cum cinema hall.
The arrangement of fire point shall also be kept at substation , AC plant room, AHU room.

34.33 OPERATION OF SMOKE DAMPER IN AC DUCT AND AHU


Auditorium is air conditioned so smoke damper provided in supply air duct are to be
operated in case of fire. Similarly Air handling unit is to be shut OFF automatically in case of
fire. In fire control panel adequate number of NO/NC contact shall be provided to give signal
to fire dampers to close and AHU to shut OFF.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 273
PARTICULAR SPECIFICATIONS (CONTD...)

34.34 Supply, install, testing and commissioning of floor mounted dust and vermin proof
compartmentalized cubical type main fire pump house panel (as given in BOQ item
no 17.167)

Incomer
320 Amp. TPN MCCB (adj.O/L) with Extended ROM, 35 kA, with Thermal magnetic release,
Digital Ammeter, Voltmeter, Selector switches, CT, Indicating Lamps, 400 Amps Alum. Bus
bar with with heat shrinkable sleeves.

Out going
(a) 200Amp. TPN MCCB(adj.O/L) with Extended ROM, 25 kA, with Thermal magnetic
release, Digital Ammeter, Voltmeter, Selector switches, CT, Indicating Lamps for 'ON',
'OFF', 'TRIP' 1 no. star Delta Starter of 75 HP with thermal over load relay, timer, push
buttons, Auto / Manual selector switch, Single phase preventor - 1 Sets

(b) 63 Amp. TPN MCCB (adj.O/L) with Extended ROM, 25 kA, with Thermal magnetic
release, Digital Ammeter, Voltmeter, Selector switches, CT, Indicating Lamps for 'ON',
'OFF', 'TRIP' 1 no. Star Delta / DOL Starter of 5 - 15 HP with thermal over load relay, timer,
push buttons, Auto / Manual selector switch, Single phase preventor - 1 Set

(c) One no. Diesel Engine Auto Starting kit with Auto . Manual selector switch & 3 attempt
starting device, timers, relays, Indicating lamp for High / Low Lub. Oil pressure, High water
temperature and engine ON indication, Battery charger, suitable for 12 V / 24 V DC with
trickle / boost selector switch, DC ammeter & voltmeter

(d) System controller to control Operation Main Electric pumps, Diesel pump, jockey pump in
sequence as per specs. Consisting of relays, timers, sensors, annuciation window for fault
indication.

(e) 40A 4P MCB (10KA) For Booster Pump -01 Nos

(f) Ammeter, CT operated of suitable rating with selector switch digital type including CTs
for each pumping sets - 3 Nos

(g) Digital type voltmeter 0-500V with selector switch - 1 No

(h) Set of indication lamps RYB, LED type with base

(j) Electrically operated water pressure soleniod switch to operate at pressure range of 2.5
to 7.5 Kg / Cm2 complete all as directed

Note :-
(i) Jockey pump to operate when pressure falls below 6.5 Kg / Cm2 in the hydrant pipe
(ii) Main pump to operate when pressure falls below 5.5 Kg / Cm2
(iii) Cost of wiring to pressure switch for pump starter deemed to be included in the rate
quoted
(iv) Cost of wiring from pump to fire panel with 25 sq mm copper conductor multistranded
six run in suitable pipe deemed to be included in the rate quoted

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 274
PARTICULAR SPECIFICATIONS (CONTD...)

35. LT PANELS (Indoor and Outdoor)

35.1 These shall be factory made and CPRI type tested and shall be cubicle type, front opening
type. Manufacturer’s name plate, danger boards and feeder details shall be provided.
Neoprene rubber gasket shall be provided for proper sealing. The internal wiring shall be
min 4 Sq mm thick solid copper conductor FRLS cables. The outdoor panel shall be
mounted on platform with150mm PCC (1:4:8) type D2 using 40mm graded crushed stone
aggregate in foundation concrete with brick work below NGL (minimum 600mm) and above
NGL shall be in cement sand mortar (1:6). Wall shall be provided with 15mm thick plaster in
cement and sand mortar (1:4)with PCC (1:3:6) type C1 using 20mm graded crushed stone
aggregate 40mm thick copping on top with MS foundation bolts. The platform height shall
be such made that bottom of panel is at least 450mm above road level. The indoor panel
shall be floor mounted on 40mm thick PCC 1:2:4 (type B1) using 20mm graded crushed
stone aggregate padding with foundation bolts.

35.2 The panel shall be suitable for 415 volts 3 phase 4 wire 50 Hz supply and having rupturing
capacity as specified in schedule ‘A’. These shall have powder coated finish all as
specified in clause 19.100.11 of MES SSR Part I. Thickness of powder coating shall not be
ten than 50 micron.

35.3 The outdoor panels shall be factory fabricated, fully weather proof, leak proof and vermin
proof, protection class as specified in schedule ‘A’ and MS angle 40 x 40 x 6mm thick. The
top of the outdoor panel shall have a slope of 1:2 and have an over hang of at least 20 cm
clear from the ground level and shall be provided with suitable apron and cable glands for
entry/exit. Shutters shall be provided to open in the front and shall have locking
arrangements. Each shutter shall be hinged at minimum 3 points. Danger boards in
English, Hindi and predominant vernacular language indicating the voltage shall be
provided. Internal dimension shall be such that generous clearances are available for all
electrical components.

35.4 LT indoor panel shall be factory fabricated, dust and vermin proof, front opening type
protection class as specified in schedule ‘A’ and 40 x40 x 6mm thick MS angle. Danger
boards in English, Hindi and predominant vernacular language, indicating the voltage shall
be fixed at the front. Internal dimension shall be such that generous clearances are
available for all electrical components.

35.5 The bus bars and their electrical connections shall be of electrolytic and copper. The air
insulated bus bars, connections and their insulated bus bars, connections and their
insulated supports shall be of standard construction, mechanically strong and shall
withstand all the stresses which may be imposed upon them in ordinary working due to
fixing vibrations, fluctuations in temperature, short circ uit or other causes. The ends of the
bus bars should be drilled to facilitate future expansion/extension of the switch board.

35.6 Panel shall be tested for the following and test result for the same from manufacturer shall be
submitted by contractor to GE :-
(a) Electrical and Mechanical operation test.
(b) Insulation test at 2.5 KV for one minute.
(c) Heat run test at rated current.
(d) Megger test by 1000V megger.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 275
PARTICULAR SPECIFICATIONS (CONTD...)

36. LIGHTNING PROTECTION


(a) Lighting protection work shall be carried out all as specified in IS-2309 and MES SSR
Part I Para 19.147 to 19.147.9 in case of any discrepancy, IS-2309 shall take
precedence. It shall be done by laying a network of horizontal conductors on roof in a
cross/across manner to from a grid of 5 to 7 metres spacing. Each down conductors
shall be connected to earth electrode and there electrode shall be interconnected.

(b) After completion of work the system shall be tested by the contractor in presence of
Engineer-in-Charge, and the result of such test shall be recorded or duly signed by both
parties.

37. STAGE CURTAIN AND WINGS:-


(a) MAIN CURTAIN made out of velvet curtain cloth with horizontal sliding arrangement
complete with fixing rail, brackets, sliding arrangement & motorised operation complete
with runner, master runner, pullies, 3mm steel wire rope, 3HP motor (Crompton) 2 Nos
air breaker contactors, 2 Nos. Micro switches for auto stop, 3 Nos push buttons for
forward, reverse and stop positions. The curtain should be dropped to half area when in
closed position. Minimum overlap at centre should be 700mm and should be stitched in
double gathering. appx. size:-3000x12000 including all electrical connection to stage
curtain complete in all respect with the entire satisfaction of the Engineer-in-Charge.

(b) Providing and fixing cloth wing made out of black glazed cotton cloth fixed on 6mm thick
commercial plywood fixed on one side of MS 50mmx25mmx16G pipe wielded frame
work. The pipe framework made out of 25mmx0mm pipe. c/c 825x825 fixed with
overhead pivote track complete with duly painted on both framework. Complete in all
respect with entire satisfaction of the Engineer-in-Charge. Appx. Size :-3500x10000mm.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 276
PA RT I C UL AR SPE CI F I C AT I O N S ( CO NT D. . . )
38. DIESEL ENGINE DRIVEN GENERATING SET
Diesel engine/driven Generating set as mentioned in item no 17.204 of BOQ shall have
following specifications:-

A. Engine Specifications :-
Diesel engine 4 stroke, water cooled, electric start developing minimum 400 BHP at 1500 RPM
suitable for 400 KVA output of alternator at 40 C confirming to IS : 1000, BS : 649 / BS : 5514
amended up to date. The engine shall be capable of delivering the required output at 1500
RPM, as per BIS under NTP condition with provision of 10% overloading for one hour in every
12 hours of operation. The scope of supply includes:-

(i) Flywheel with Starter Ring for Generating Set.


(ii) Air filter.
(iii) Lube oil cooler assembly with accessories.
(iv) Exhaust air manifold.
(v) Exhaust Silencer.
(vi) Expansion bellow.
(vii) Fuel filter.
(viii) Lube oil filter.
(ix) Exhaust gas Turbocharger with after cooler.
(x) Radiator with pusher type fan, with fan guard, coolant pump.
(xi) 24 V electrical starting system with starter motor and battery charging alternator.
(xii) In-line mono block Fuel injection Pump with Electronic Governor and fuel feed
pump.
(xiii) Engine mounting supports.
(xiv) Engine control panel - Microprocessor based Controller.
(xv) Safeties and Indications against Low Lube Oil Pressure, High Coolant Temperature
etc.
(xvi) K Cool super plus corrosion inhibitor coolant for cooling
(xvii) Engine Operator/Maintenance & Spare parts Manual .
(xviii) Engine Spare parts Manual .
(xix) Engine Warranty Certificate.
(xx) Engine test Certificate.

B. ALTERNATOR :-
The diesel engine mentioned herein before shall be coupled through flexible coupling to an
indigenous synchronous alternator rated at 400 KVA at 1500 RPM, 415V, 0.8 pf (lag) suitable
for 50 Hz, 3 phase, 4 wire system confirming to IS 4722, BS 5000 & IEC : 34 as amended upto
date as per following features/specifications
(i) Type. Salient poles, Single bearing, Brushless type, suitable for direct coupling to
engine
(ii) Rating: Guaranteed to deliver required output at the ambient temperature conditions.
Suitable for an over-load of 10% for 1 hour in every 12 hours operation.
(iii) Voltage Regulation provided with fast response thyristor type electronic automatic
voltage regulator, which holds output voltage within desired limits (+/-1%)
(iv) Excitation. Self excited-self regulated.
(v) Alternator Loading: Suitable for taking rated load immediately after machine reaches
rated voltage and speed.
(vi) Vibration : Suitable for direct coupling with Engine and mounted on common M.S.
Channel base frame.
(vii) Enclosure : Screen protected drip proof enclosure with IP-23 degree of protection.
(viii) Cooling : Air Cooled type with redial fan mounted on Rotor.
(ix) Winding and Insulation: Insulation class H as defined in IS - 4722.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 277
PA RT I C UL AR SPE CI F I C AT I O N S ( CO NT D. . . )
C. ESSENTIAL ACCESSORIES
One Following set of essential accessories are supplied with the DG set.
(i) One No. MS Base Frame suitable for mounting of the offered engine and alternator.
(ii) One No. Day fuel tank of standard capacity complete fuel gauge, intel/outlet
connections, drains plug, etc.
(iii) Two No . 12 Volts DC , 180 AH Battery of suitable capacity with leads.
(iv) 1 Set of AVM Pads fitted in Base Frame.
(v) All above accessories are housed in sound proof acoustic enclosure.

D. AMF Control Panel :-


The control panel body should be manufactured with 16 gauge CRCA/MS sheet with powder
coated for weather proof and long lasting finish and will be fitted inside the canopy, Indoor
Installation, dust & vermin proof, control cable of copper size 1.5 sq. mm is used. Cables are
ferruled for proper maintenance / checking / wiring of panel. Detachable cable gland plates are
provided. The panel will be equipped as follows:

(i) Microprocessor based Controller with digital display of Amp, Volt, Frequency, Run
Hours of Generator, DC Volts, RPM Alternator charger voltage.
(ii) Basic operation modes are AUTO Mode, MANUAL Mode and TEST Mode.
(iii) Two Nos. MCCB of min current carring capacity of 630 Amps for Mains & DG.
iv) Two Nos. Contractors of suitable capacity for Mains & DG.
(v) One No. Line Voltage Monitoring Relays for Mains
(vi) One No Voltage Selector Switch for selecting voltage between Two phases and in
Between Phase and neutral.
(vii) One No Ampere Selector Switch
(viii) One No Mode Selector Switch to select Manual or Auto mode.
(ix) One No Load Selector Switch to select Load on Mains or D.G..
(x) Flexible Copper wire of suitable capacity
(xi) 3 Nos Current Transformers of suitable ratio.
(xii) One set of Indication lamps for 'Load ON' 'Set Running'.
(xiii) One set of Instrument MCB's.
(xiv) Fault Indication, Alarms and Protections for:
(a) Low Oil Pressure.
(b) High Cylinder Temperature.
(c) Over Load.
(d) Fail to Start.
(e) Low battery Voltage.

E. Display Parameters:
(a) Electrical Parameters : Phase Voltage, Line Current, Frequency, Average Voltage,
Average Current, KW, KWH, KVA, KVAR, Power Factor, Earth fault Current.

(b) Mechanical Parameters : Lube Oil Pressure, Coolant Temperature, Engine Speed, Fuel
Status, Engine Run Hours, Battery Voltage.

F. Protections
(a) Electrical Parameters : Under/ Over Voltage, Under/ Over Frequency, Phase Failure,
Phase Sequence Reverse , Over Current, Over KW.

(b) Mechanical Parameters :Under/ Over Speed, Low Lube Oil Pressure , High Engine
Coolant Temperature, Low Fuel Level Alarm, Start/ Stop Fail, Charging alternator fail.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 278
PA RT I C UL AR SPE CI F I C AT I O N S ( CO NT D. . . )
G. FUEL TANK :-
One No of sheet metal steel tank fabricated with minimum 2.0 mm thick MS sheet of suitable
capacity to contain diesel for 8.0 Hrs running at full load including the following:-
(a) Level indicator duly calibrated for indicating the quantity of diesel in the tank.
(b) Drain plug with 2 meter pipe for drain out.
(c) Fuel strainer.
(d) Pipe for fuel supply to engine.
(e) Fuel pump manually operated for filling tank rotary type.

H. Acoustic enclosure :
The acoustic enclosure shall be fabricated out of the CRCA sheet of thickness not less than 1.6
mm on the outside cover with inside cover having not less than 0.6 mm thick perforated powder
coated CRCA sheet confirming to relevant standards suitable for out door installation in
exposed to weather condition and to limit over all noise level to 75 dB (A) at a distance of 1 Mtr
as specified by CPCB Norms.

J. FOUNDATION -
(a) A PCC foundation (1:2:4, M-20 grade) of weight 2.5 times of the operating weight of Gen
Set with enclosure or as recommended by the OEM whichever is higher, is required to be
provided by the contractor as is include in scope of work for SITC of Gen Set. The foundation
height at about 300 mm or as directed should be above ground level and length and breadth of
foundation should be at least 300 mm more than the size of the enclosure. Gen set should be
mounted on AVM's inside the enclosure.

Testing :
The contractor shall make available testing facilities as per IS 10000/BS 5514. The Diesel
engine driven generating set shall, after assembly, be tested for parameters for its performance
at the maker's works or supplier's work in the presence of MES's representative and results
furnished.

38.1. PRIME MOVER


It shall be air/water turbocharged & after cooled, diesel engine as specified in Schedule ‘A’ as
per IS-10002 (Rating A) or BS-649, four stroke, continuous rating, developing the required BHP
at 1500 RPM under NTP conditions, complete with initial fill of engine lubricating oil, as required,
and capable of handling and overload of 10% for one hour for every 12 hours of continuous
running. The engine shall be directly coupled to the alternator suitably in order to form a
compact arrangement and both the units including the radiator will be mounted on a rigid
fabricated bed plate. The engine shall have the standard fittings/ accessories, as per
manufacturing practice, salient ones being specified below:-
(i) Engine control panel consisting of start push button, lub oil pressure gauge, lub oil temp
gauge, water temperature gauge, RPM gauge, battery charging ammeter, cut out etc.
(ii) Fuel oil tank 08 hrs supply (capacity), with supply line to engine.
(iii) Electric starting with DC self starter, cut out with wiring, requisite batteries and its leads,
battery charging alternator etc.
(iv) Fuel filters & lub oil filter.
(v) Air cleaner
(vi) Exhaust silence-cum-manifold with adequate dia and length of smoke flu pipe to exhaust
the emitted smoke outside the Generator room.
(vii) Engine stop lever (Hand operated)
(viii) Lub oil cooler.
(ix) Fuel lift pump
(x) Belt guard and automatic belt tension unit.
(xi) Fuel lift pump
(xii) Belt guard and automatic belt tension unit
(xiii) Fuel pump, injectors and governor.
(xiv) Other standard fittings/fixtures relevant the model No of engine.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 279
PA RT I C UL AR SPE CI F I C AT I O N S ( CO NT D. . . )

38.2 AL T ERN AT O R
This shall be rated at 415 volts, 3 phase 4 wire, 50 Hz AC supply having PF minimum 0.8 at
1500 RPM. It shall be self excited, self regulated and enclosed in drip proof enclosure and
shall be conforming to IS-4722 or BS-2613. The diesel engine and alternator shall be a
matched set so as to deliver the rated KVA without any over loading of the engine.

38.3 Foundation for generator set shall be provided as per instructions and installation drawing of
the manufacturer. The coupled unit of engine and alternator shall be mounted on a ruggedly
designed MS channel frame work and the coupled set shall be mounted on Dunlop metallastik
anti-vibration pads and then installed in the CPCB approved enclosure (as specified in
schedule ‘A’) to restrict sound level to CPCB/MOE norms.

38.3.1 Enclosure : Provision of an integral type approved /certified acoustic enclosure as per CPCB
norms, for the DG set to restrict the noise level to 75 dBA at one metre and temperature rise
within the canopy shall not exceed 5-7 Deg C. Enclosures shall be made of 16 SWG CRCA
MS sheet with powder coated finish on outside and provided with non igniting fire retardant
foam as acoustic material and within 4 hinge doors, out of which one shall be with a glass
window. The base frame shall be of ISMC of suitable size. It shall also included the following :-
(i) Silencer Absorption type non resistance residential.

(ii) Internal Wiring: with PVC copper conductor cable IS: 694 marked FRLS in as specified in
particular ass separate conduit and fluorescent lamp fittings.

38.4 ENGINE CONTROL PANEL


38.4.1 It shall be factory made, CPRI type test certified, cubicle type, front opening, floor mounting
type or mounted on enclosure. It shall be dust & vermin proof, protection class IP41(min),
made of MS angle frame work and 16 gauge CRCA MS sheet duly fitted following :-

(a) MCB, TP&N (suitable rating), 35 KA rupturing capacity with microprocessor based
overhead, short-circuit and under voltage protection. Starting push button and “ON-OFF” key
switch. Copper bus bars/wiring. Voltmeter 0-500 volts with selector switch. Ammeter 0-750A
with CTs & selector switch. Frequency meter digital type. Automatic mains failure (AMF) control
panel fabricated from minimum 16 gauge CRCA steel sheet (including CPRI type certified),
dust & vermin proof, protection class IP-54 suitable for 415 volts, 3 phase, 4 wire, 50 Hz, AC
supply system with adequate layers of powder coating floor mounting type with front opening &
panel shall comprises of the following indicated instruments & switches
One - AC voltmeter
One - Voltmeter selector switch OFF/RY/YB/BR
One - Frequency meter
One - AC voltmeter of suitable scale
One - Ammeter selector switch OFF/R/Y/B
One - Current transformers of suitable ratio
One - Battery charger consisting of Transformer/Rectifier unit DC ammeter / DC
voltmeter Charging rate selector switch OFF/Trickle/Boost
One - Mains supply air break conductor, 3 pole of suitable rating
One - Alternator air break conductor, 3 pole of suitable rating and provided with a
separate overload relay for overload protection
One - Mains supply voltage monitor
One - Set of DC control relays and timers
One - Mode selector switch OFF/Auto/Main/Test
One - Set odf push buttons, START, STOP.
ACKNOWLEDGE, RESET, MAINS BREAKER, COSE/TRIP, ALTERNATOR BREAKER
CLOSE/TRIP

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 280
PARTICULAR SPECIFICATIONS (CONTD...)

One set of indicating lamps for the following :-

LOAD ON MAINS, LOAD ON SET, SET FAILS TO START, LOW OIL PRESSURE, HIGH
TEMPERATURE ALARM, HIGH TEMPERATURE TRIP, ALTERNATOER OVERLOAD.

One - Audio-alarm hooter


One - KWH meter
One - KW meter (160 KVA and above)
One - Set of bus bars

38.5 ENCLOSURES
Provision of an integral type approved /certified acoustic enclosure as per CPCB norms, for
the DG set to restrict the noise level to 75 dB at one metre and temperature rise within the
canopy shall not exceed 5-7 Deg C. Enclosures shall be made of 16 SWG CRCA MS sheet
with powder coated finish on outside and provided with non igniting fire retardant foam as
acoustic material and within 4 hinge doors, out of which one shall be with a glass window.
The base frame shall be of ISMC of suitable size. It shall also included the following :-

(i) Silencer Absorption type non resistance residential.

(ii) Internal Wiring : with PVC copper conductor cable IS: 694 marked FRLS in as specified
in particular ass separate conduit and fluorescent lamp fittings.

38.6 PAI NT I NG
The DG set shall be painted with two coats of approved tint of synthetic enamel paint over a
coat of red oxide paint. The LT panel and DG set enclosure shall be powder coated
finished over a coat of red oxide primer.
38.7 CA BL E S

Cables for instrument wiring shall be of solid copper conductor, PVC insulated, FRLS, IS-
694 marked and cables for power connections shall be XLPE insulated and PVC sheathed,
heavy duty armoured with multi-stranded aluminium conductors, IS-7098 marked.

38.8 PLATFORM

38.8.1 Excavation shall be all as specified here in before in any type of soil.

38.8.2 Brick masonry shall be all as specified here in before built in cement and sand mortar(1:4)

38.8.3 PCC floor shall be 100mm thick 1:2:4 type B-2 using 40mm graded stone aggregate laid
over 150mm thick hardcore over approved rammed earth.

38.8.4 External surfaces shall be plastered as specified in clause 14.3 here in before.

38.8.5 External plastered surface shall be treated with two coat of cement paint all as specified
here in before

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 281
PARTICULAR SPECIFICATIONS (CONTD...)

38.9 T EST I NG A ND A R RA NG E ME NT S T H EREO F

38.9.1 All arrangements/equipments required for testing and also the oil and fuel required for
testing and commissioning of the Diesel Generating set to the entire satisfaction of
Garrison Engineer shall be provided by the contractor without any extra cost to the deptt.
The unit rates quoted under schedule of works (BOQ) for the DG set shall be deemed to
include for provn of oil and fuel for satisfactory completion of phase I & II tests.
38.9.2 The Accepting Officer, at his discretion, may detail his representative to witness the factory
testing (routine tests as per IS) before despatch from the manufacturer’s factory. For this
the contractor shall give one month notice to the GE for consideration by AO and detailing
the rep.
38.10 AC CE PT A N CE T E S T (PH AS E I T EST )
38.10.1 Prior to completion of work of Gen set, the following test shall be carried out by contractor
to the entire satisfaction of the Garrison Engineer.
(i) IR test – Sectional and overall.
(ii) Continuity test – Sectional and overall.
(iii) Earth resistance test
(iv) No load test for period of one hour confirming that the engine, alternator and other
accessories are functioning properly.

38.10.2 L O AD T ES T (PH AS E-I I )


This test shall be carried out by the contactor in the presence of rep of Accepting Officer
or any person nominated by him, on satisfactory completion of acceptance tests and
confirmation thereof by GE. The load test shall be as follows :-

(i) Run the Generating set for a continuous period of 12 hours, out of which, 1 hour each
shall be at 25% , 50% & 75% load, 8 hours should be at the rated load and for a
period of one hour at 10% of excess of the rated load.

(iii) While running the set, the following observations shall be recorded :-
(aa) Inlet air temperature by using 2 or 3 mercury thermometers over the air inlet.
(ab) Ambient temperature of the test by fixing 3 or 4 thermometers at different
convenient places.
(ac) Relative humidity of the test bed by hygrometer.
(ad) Lubricating oil pressure and temperature.
(ae) Cooling water temperature.
(af) Speed of the engine at various load conditions.
(ag) Fuel consumption reading at various load.
(ah) Condition of exhaust gases at various load.
(aj) Reading of ammeter, voltmeter, frequency meter, PF meter and KWH meter at
various load/timings.
(iii) After completion of the load running test, the insulation resistance test on the alternator
and the control panel shall be done and values recorded.
(iv) Carry out high voltage test as per BS-2512, clause 33, on the alternator when still
hot.
(v) Test result shall be recorded at an interval of one hour in the test sheet as per
performa given in Appendix ‘C’ to particular specifications and performance will be
assessed/ evaluated.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 282
PARTICULAR SPECIFICATIONS (CONTD...)

38.11 RE CO R D S O F I NS T AL L AT I O N

38.11.1 On completion of the work, the contractor shall submit to the Engineer-in-Charge complete
diagram for the installation giving equipment details and schematic diagram and
connection for installations.
38.12 EA RT HI NG
38.12.1 Earthing shall be provided of the types as mentioned in schedule ‘A’ and shall be
executed as per IS-3043 and clause 19.137 to 19.146 of MES SSR Part-I.
The overall earth resistance of the earthing system (electrode) shall not exceed
one ohm. Earthing shall be done in a manner that the inner edges of earth pit is
at least 2 metre from the foundation (extreme outside end) of building etc and the
minimum distance between any two earth electrodes shall be regulated as per
IS-3043.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 283

PARTICULAR SPECIFICATIONS (CONTD...)

CENTRAL AIR CODITIONING :

39. SCOPE OF WORK

39.1 The general character and the scope of work to be carried out under this contract is illustrated in
drawings, specifications and the schedule of the quantities. The contractor shall carry out and
complete the said work under this contract in every respect in conformity with the contract
documents and with the direction of and to the satisfaction of the Engineer-in-charge. The
contractor shall furnish all labour, materials and equipment as listed under the schedule of Works
(BOQ) and specified otherwise, transportation and incidentals necessary for supply, installation,
testing (Phase I & Phase II) and commissioning of the complete air conditioning system as
described in the specifications. This also includes any material, equipment, appliances and
incidental work not specifically mentioned herein or noted on the drawings/documents as being
furnished or installed. But which are necessary and customary to be performed under this
contract. The central heating, ventilating and air conditioning shall comprise of the following:-

a) Supply and installation of the screw compressor type water cooled screw compressor
type water chilling Machines
b) Chilled water, condenser water Pumps.
c) Cooling Towers.
d) Air Handling Units (AHUs).
e) Fan for mechanical ventilation.
f) Motor Control Centers.
g) Expansion tank along with the accessories.
h) Chilled water, Condenser water and condensate drain piping inclusive of all valves,
fittings and chilled/hot pipes insulation.
i) Sheet metal ducts inclusive of external insulation, acoustic lining, canvas connection,
volume Control Dampers and smoke & fire dampers as specified.
j) Supply of return air registers and diffusers.
k) Insulation of pipes, pumps and tanks.
l) Vibration isolation for HVAC equipments
m) Automatic Controls and instruments.
n) Wiring and earthing from MCC panels to various refrigeration, air-conditioning and
mechanical ventilation equipment control wiring and interlocking.
o) Cutting holes, chases and the likes through all types of non structural walls and finishing
for all type of wall crossings, including sealing, framework, fire proofing, providing
sleeves, cover plates, making good structure and finishing to an approved standard.
p) Balancing, testing (Phase I and Phase II) and commissioning of the entire HVAC and
mechanical ventilation installations.
q) Test report, list of recommended spares, as installed drawings, operation and
maintenance manuals for the entire HVAC installations.
r) Training of MES staff.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 284
PARTICULAR SPECIFICATIONS (CONTD...)

s) Civil works associated with HVAC installations as under:-


(i) RCC foundation for water chilling machines/Hot water Generator with angle iron
framework at the edges to protect these from damage.
(ii) PCC floating foundation blocks for pumps fans with angle iron framework at the
edges to protect these from damage.
(iv) RCC foundation for the cooling towers.
(iv) PCC foundation blocks for Motor Control Centre with angle iron frame work at
the edges to protect these from damage.
(v) PCC foundation for Pot Strainers.
(vi) PCC foundation blocks for all Air Handling Units.
(vii) Supply and fixing of GI/wooden frames for fixing the grilles in masonry walls.
(viii) Supply and fixing of GSS frames for mounting of grilles/diffusers in false ceiling
/boxing.

39.2 Layout and size of the cable from LT panel to plant room, plant room to AHU panel, cooling
tower and other connection including size and layout of the cable tray will be got approved from
accepting officer through GE before execution of work.

39.3 On completion of the electrical installation for air-conditioning, a certificate shall be furnished by
the contractor, counter signed by the licensed supervisor, under whose direct supervision the
installation was carried out .This certificate shall be in the prescribed form as required by the
local authority. The contractor shall be responsible for getting the entire electrical installation for
air-conditioning system duly approved by the local authorities concerned and shall bear
expenses, if any in connection with the same.

39.4 Contractor shall periodically submit completion drawings as and when work in all respects is
completed in a particular area. These drawings shall be submitted in the form of two sets of
floppies/CD’s and four portfolios (300 x 450mm ) each containing complete set of drawings on
approved scale indicating the work as installed .These drawings shall clearly indicate complete
plant room layouts ,location of wiring and sequencing of automatic controls ,locations of all
concealed piping ,valves, controls, dampers, wiring and other services .Each portfolio shall also
contain consolidated control diagrams and technical literature on all controls. The contractor
shall frame under glass, in the air-conditioning plant room , one set of these consolidated control
diagrams.

39.5 Upon completion and commissioning of part HVAC system the contractor shall submit a draft
copy of operating instructions, maintenance schedules and log sheets for all system and
equipment included in this contract. This shall be supplementary to manufacturers operating
and maintenance manual. Upon approval of the draft the contractor shall submit four complete
bound set of typewritten operating instructions and maintenance manuals. One each for
retention by consultant and the clients representative and two for owners operating personnel.
These manuals shall also include basis of design detailed technical data for each piece of
equipment as installed ,spare parts manual and recommended spares for 3 years period of
maintenance of each equipment.

39.6 Making chases, holes etc. in walls and other situations:-


Chases/holes, etc shall be made in concrete, brick work, stone masonry floors and in any other
situations for carrying out the various items of work as required as far as possible during the
progress of the work in the particular situation and shall be made good in the same mortar/mix
as specified for the portion of the work.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 285
PARTICULAR SPECIFICATIONS (CONTD...)

40.0 WATER CHILLING MACHINES

40.1 The contractor shall furnish and install where indicated on plans water chilling machines. Each
machine shall be guaranteed by chilling machine manufacturer to produce a capacity of not less
than specified tons of refrigeration at specified water temperatures. The construction and rating
of the chilling machines shall be as specified in respective items of schedule of works (BOQ)
with latest ARI standards 590 and shall comply with ANS B9.1 safety code, national electric
code and ASME code and necessary 3 phase/50Hz/415 Volts AC power supply shall be made
available to all units.
Each water chilling machine shall be standard cooling model type and shall comprise of
following:-

a. Rotary Screw compressor along with motor.

b. Condenser with accessories and controls.

c. Chiller with accessories and insulation.

d. Steel structure as required for assembling/mounting the above.

e. Microprocessor based control panel with automatic control/display.

f. Accessories as specified/required.

g. Interconnecting refrigerant piping.

h. Full Charge of refrigerant R-134a and oil.

i. Closed transition type star delta starter.

j. If required at a later stage, the manufacturer may be asked to get the AHRI selection sheet
certified by AHRI. The chilling machine shall comply to the latest ECBC energy guideline.

40.2 COMPRESSOR/s:

(a) Each unit shall have rotary screw multiple compressors. The compressor will have
mono/twin screw design. The compressors used in chiller should be of manufacturer’s
own make to guarantee long term spare parts availability. The compressor shall be
manufactured from forged steel. The profile of screw shall permit safe operation up to a
speed of 3000 rpm for 50 Hz operation. The compressor housing shall be high grade cast
iron, machined with precision to provide a very close tolerance between rotor and housing.

(b) The rotor shall be housed on anti-friction bearings designed to reduce friction and power
input. There shall be special bearings to handle radial and axial loads. There shall be a
built in reservoir to ensure full supply of lubricants to all bearings and check valve to
prevent spin during shut down. There shall be oil sump or other means of forced
lubrication of all parts during start up, running and coasting for shut down. An oil heater
shall be provided in casting. The unit shall be complete with capacity control mechanism
between 20% and 100% of capacity range.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 286
PARTICULAR SPECIFICATIONS (CONTD...)

(c) An oil separator shall be included to remove oil from the refrigerant and there shall be
suitable heat exchanger for oil separator if required.

(d) The driving motor of the compressor shall be suitable hermetic type as required protected
against damage by means of built in protective devices.

40.3 CONDENSER/s:

(a) Each unit shall have one/two horizontal shell and tube water cooled multi pass condenser
fitted with safety devices. The shell shall be of welded steel construction fitted with machined steel
tube sheets on either end. The tube shall be of at least 19 mm O.D of seamless copper with
integral fins. The tube shall be supported in the shell to avoid noise and vibrations and the end
shall be properly expanded in the tube sheet to prevent leakage of refrigerant gas. The water
heads shall be of lubricated steel, easy to remove with suitable baffles for multi pass water flow in
and out connections and gaskets to prevent leakage.

(b) The condenser shall be tested against leaks with a pressure of 15.8 kg/cm² (225 PSIG) on
both shell and water side.

(c) The condenser shall be complete in all respects and shall include support for mounting,
refrigerant in and out connections, water in and out connections, relief and purge valves.

40.4 COOLER/s:

(a) The cooler shall be flooded shell and tube type with steel shell and seamless copper tubes.
The refrigerant head shall be removable type. The tube shall be supported in shell with adequate
stiff supports to eliminate noise and vibration. The tube ends shall be fixed firmly into the tube
sheet to prevent leakage of refrigerant gas.

(b) The cooler shall be tested and stamped against leaks as per ASME code for the refrigerant
being used and otherwise tested and constructed in accordance with ASME/equivalent approved
code. The cooler shall be factory insulated with 19 mm thick nitrile rubber.

40.5 CONTROLS:
(a) All the controls shall be factory wired and located in a weather proof enclosure. These shall
include fuses, selector switch, oil safety switch, high and low pressure cutouts, interlocks for
crankcase heaters and inherent motor protection devices, fan control thermostat, recycling pump
down circuit, high discharge temperature cutout indicator lamps shall be provided for the
compressor units. Necessary starters for compressor motors shall be included and provided within
the unit. The compressor and condenser fans shall be electrically interlocked such that the
compressor can run only when at least one of the condenser fans are running.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 287
PARTICULAR SPECIFICATIONS (CONTD...)

(b) The water chilling machine shall be complete with microprocessor based control system which
shall have the following features:-

(i) Electronic/Float type expansion valve for economic operation of the system

(ii) Self diagnostic capability to locate faults and give early warning

(iii) Leaving chilled water temperature control and reset capability with provision to accept
override command from BMS

(iv) Automatic sequencing of various functions of starting, running and stopping of the various
components of the unit based on the demand

(v) A programmable microprocessor with key pad and LED display window to perform the
above functions

(vi) The control package shall also consist of but not limited to the following components.

(vii) Low control voltage to unit.

(viii) Field power and control; circuit terminal blocks.

(ix) On/Off switch

(x) Replaceable relay board

(xi) Leaving chilled water set point board

(xii) Diagnostic digital display module

(xiii) Microprocessor board

(xiv) Temperature reset board

40.6 REFRIGERANT CIRCUIT:


The refrigerant piping between the compressor, chiller and condenser shall be of heavy gauge
copper with brazed joints. The circuit shall include site glass, moisture indicator, solenoid valve,
electronic/float type expansion valve, filter drier and necessary shutoff valves with charging
connections.

40.7 LIMITATIONS:
The water velocity in the cooler shall not exceed 10 FPS(3m/s).The fouling factor for cooler shall
be 0.0005 FPS units and for condenser, it shall be 0.001 FPS units.

40.8 TEST AT FACTORY:


At least one chiller will be tested on ARI certified test bed at 100% load. The representative of
Accepting Officer along with representative of contractor shall witness the test at the factory. The
cost for the same including airfare, boarding, lodging etc. should be included in the chiller quoted
rate by the contractor.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 288
PARTICULAR SPECIFICATIONS (CONTD...)

41. AIR HANDLING UNITS


41.1 SCOPE
The scope of this section comprises the supply, erection, testing and commissioning of double
skin air handling units conforming to these specification and in accordance with requirements of
drawings and schedule of quantities.

41.2 TYPE
The Air Handling Units shall be of floor mounted draw through type having sections such as filter
section with pre-filters, cooling coil section with suitable chilled water cooling coil, fan section
with DIDW fan, mixing section, spray section with centrifugal fan as per schedule of works.

41.3 CASING
(a) The housing/ casing of the air handling unit shall be of double skin construction. The
housing shall be so made that it can be delivered at site in total/ semi knock down conditions
depending upon the conditions. The frame work shall be of extruded aluminium hollow sections
fitted with pre-formed insulated sections. All the members shall be assembled thru mechanical
joints to make a sturdy and strong frame work for various sections.

(b) Double skin panels (each not exceeding 750mm wide) shall be made of 22G pre-coated
Galvanised sheet steel and 22G galvanised sheet inside with pressure injected PU foam
insulation of 25mm thick X 38 Kg/Cum in between. The panels shall be bolted from inside on to
the frame work with soft rubber gasket in between to make the joints air tight.

(c) Frame work for each section shall be bolted together with soft rubber gasket in between to
make the joints air tight. Suitable doors with powder coated hinges and latches shall be
provided for access to various panels for maintenance.

(d) The fan and the motor arrangement shall be mounted on to the extruded aluminium frame
work. The entire housing i.e. The Air Handling Unit shall be mounted on extruded aluminium
base channel framework.

(e) Drain pan shall be constructed of 16SS sheet having 12 mm thick 32 Kq/cubic metre. XPE
insulation. The pan shall have necessary slope to facilitate for fast removal of condensate.

41.4 MOTOR AND DRIVE


Fan motors shall be 230 ± 10% volts, 50 cycles, 3 phase totally enclosed fan cooled with IP-55
rotation. Motor shall be especially designed for quite operation and motor speed shall not exceed
1440 RPM. Drive to fan shall be provided through belt drive arrangement. Belts shall be of
oil-resistant type. Adjustable sheaves shall be provided.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 289
PARTICULAR SPECIFICATIONS (CONTD...)

41.5 FAN
Fan motors shall be forward curved (only for OTs AHUs the fan shall be backward curved type)
double inlet double width type complete with motor and drive package. The wheel and housing
shall be fabricated from heavy gauge galvanized steel. The fan impeller shall be mounted on a
solid soft supported to housing with angle iron frame and pillow block heavy duty ball bearings.
The fan shall be selected for a speed not exceeding 1000 RPM. The fan outlet velocity shall not
be more than 1800 RPM. Fan housing with motor shall be mounted on a common steel base
mounted inside the AHU on anti vibration springs or cushy foot mounted. The fan shall be
directed driven type. Another fire retardant canvass connection shall be provide at unit outlet to
connect the ducts

41.6 COOLING COILS :


(a) The cooling coil shall be seamless copper tubes not less than 0.437 mm wall thick and
12.5 mm O.D. The coil shall have continuous aluminium fins. The tube shall be staggered in the
direction of air flow. The fins shall be uniformly bonded to the tubes by mechanical expansion of
the tube. The coil shall be tested against leaks.

(b) At a hydraulic pressure of 21kg/m3 for a period of two hours. The water headers shall be
of copper pipes to connect all the tubes. The header shall be complete with water In/Out
connections, vent plug and drain at the bottom and designed to provide a water velocity
between 0.6 to 1.8 metre per second (2 to 6 FPS).

41.7 FILTERS :
Metallic type filter made out of aluminium wire mesh or of dry cleanable synthetic type minimum
50mm thick, shall be provided on the suction side of AHU as standard equipment with the unit.
These filters shall have the efficiency of 90% down to 10 micron particle size. When these filters
become loaded or full of dirt, it is removed from service and replaced by another filter. The dirt
filter can then be washed in a cleaning solution in a tank, dried and then given a bath of viscous
oil. Face velocity across these filters shall not exceed 155 MPM.

41.8 ELECTRICAL PANEL :


Each unit shall have its own electric panel consisting of MCCB / fuse switch unit, starter,
indicating lamps ,incoming/outgoing internal and external wiring and earthing as per respective
item of schedule of works (BOQ).

41.9 FRESH AIR CONTROL :


An adjustable damper of GI sheet along with bird screen ,air inlet louvers and air filters shall be
provided for fresh air entry. The damper shall be sized for 50% of designed air quantity.

41.10 LIMITATIONS :
(a) The air velocity across the cooling coils shall not exceed 500 fpm.
(b) The fan outlet velocity shall not exceed 1800 fps (9m/s) in any case.
(c) The velocity across the filters shall not exceed 500 fpm in any case.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 290
PARTICULAR SPECIFICATIONS (CONTD...)
42. COOLING TOWERS
42.1 Cooling towers shall be as specified in respective items of schedule of works (BOQ) and various
items of cooling tower shall be complete in all respect and comply with the specification given
here-in-after:

42.2. COOLING TOWER (FRP CONSTRUCTION)


The cooling towers shall be of FRP, vertical induced draft type complete with FRP body, fan,
motor and starter assembly, fill media, distribution pipes, concrete - steel foundations, etc.

42.2.1 GENERAL CONSTRUCTION


(a) The body shall be made of FRP (fibre glass reinforced plastic) sections of equal segments, all
bolted together. The surface on both inside and outside shall be smooth, for minimum air
resistance. The fan deck shall form an integral part of the body. The structural strength of the
body shall be sufficient to withstand wind velocities upto 160 KM/HR., vibration and earthquakes.

(b) The water basin, shall also be of FRP having an auxiliary suction tank, at the bottom. The
basin shall be complete with connections for drain, overflow, make up water, quick fill and float
valve plus hot dipped galvanised suction strainer.

(c) The support structures for the tower shall be of mild steel duly hot dipped galvanised.

42.2.2 WATER DISTRIBUTION SYSTEM


The hot water shall be distributed through a gravity system having a uniform slash through
removable nozzles placed at the floor of basin. It should provide full coverage of fill hot water
basin suitably covered with GRP sheet to eliminate algae formation.

42.2.3 FAN ASSEMBLY


(a) The fan shall be of axial flow type with cast aluminium multiple blades of aerofoil design and
adjustable pitch. The fan assembly shall be statically and dynamically balanced. The fan outlet
velocity shall not be more than 10 M/S and the tip speed shall be below 4500 m/min.
(b) The fan motor shall be totally enclosed fan cooled squirrel cage type conforming to I.P.55 for
outdoor operation. The fan guard shall be hot dipped galvanised.
(c) The total sound intensity with all fans in operation shall not exceed 75 db at a distance of 15
meters from the nearest face of tower.

42.2.4 LADDER
All towers, whose height exceeds 2.5m shall be provided with a ladder, made out of hot dipped
galvanised M.S. tubes and with a safety cage and hand railing.

42.2.5 In quoted rate for each cooling tower to include the following accessories:-
i) Valve at makeup, quick fill, make up float valve and drain valve.
ii) A hot water bleed connection to the drain line through a stop valve.

42.2.6 TESTING
Tower performance curves shall be furnished. Acceptance test to demonstrate the performance of
the installed cooling tower shall be conducted in accordance with the current ASME power test
code for the atmospheric water cooling equipment and test result shall show tower capacity
(computed from the performance curves) within +5% of the specified capacity at the designed
W.B.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 291
PARTICULAR SPECIFICATIONS (CONTD...)

43. CHILLED WATER, CONDENSER WATER PUMPS:-


43.1 SCOPE:
The scope covers the design, supply, testing and commissioning of the vertical In-line
long/short coupled type pumps. Pump shall be suitable for the purpose of handling chilled,
condenser and hot water as intended for HVAC system.

43.2 CODES AND STANDARDS:


The design, material, construction, manufacture, inspection, testing and performance of vertical
In-line pumps shall comply with all currently applicable statutes, regulations and safety codes in
the locality where the Equipment will be Installed. The Equipment supplied complies within the
latest applicable Indian, American or equivalent Standards.

43.3 GENERAL:
The pumps shall be single-stage, close-coupled, In-line suction and discharge ports of Identical
diameter with top-pull-out design. Hence, the rotating unit can be removed and serviced without
disconnecting the suction and discharge piping. The pump and motor shall be factory
assembled at the pump manufacture’s facility. Installation instruction shall be included with
pump at time of shipment. The pump manufacture shall have complete unit responsibility.

43.4 FEATURE OF CONSTRUCTION:


43.4.1 PUMP CASTING:
(a) Pump spiral volute casing shall be of in-line design robust construction with integrally-
cast base at bottom in order to transmit pipe load to the base and foundation (small
pumps can be without base).Liquid passages in the casing shall be smooth finish to
ensure high Efficiency.

(b) Pump casing shall capable of withstanding 1.5 times the design pressure.

(c) Pump casing shall be EN-GJL-250 Grey Cast Iron and capable of withstanding to the
maximum pressure developed by the pump.

(d) Flange dimensions are in accordance with EN 1092-2 or ISO 7005-2.

(e) Pump casing shall be fitted with bronze wear ring.

43.4.2 IMPELLER:
(a) The impeller shall be cast bronze enclosed type with smooth surface finish for minimum
frictional loss. This ensures high Efficiency. Impeller shall be keyed to the shaft and
secured by impeller lock nut.

(b) All impeller are dynamically balanced to ISO-1940-1: Grade G6.3. The thrust balancing
can be of balancing holes or black vanes.

(c) The direction of rotation of the impeller is clockwise when viewed from the drive end.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 292
PARTICULAR SPECIFICATIONS (CONTD...)

43.4.3 SHAFT:

(a) Pumps shaft shall be Austenitic stainless steels according to EN 1.4301 / AISI 304 stub
shaft and the same shall be, ground and polished to final dimensions and be adequately
sized to win stand all stresses, hydraulic loads, vibrations and torques coming in during
operation.

(b) Shaft run-out shall be limited at the seal face and at the impeller to 0.05 mm.

(c) Shaft shall be provided with Mechanical seal as default fitment to provide leak free
operation.

43.4.4 WEAR RINGS:


A renewable type bronze wearing ring shall be provided in the pump casing to maintain close
running clearance and to minimize leakage and recirculation losses and to ensure high pumps
efficiency.

43.4.5 MECHANICAL SEALS:


The stuffing box cavity shall be seal\led off at the pump shaft by an internally or externally-
flushed mechanical seal with Carbon/Silicon carbide face material, suitable for continuous
operation up to 140 Deg C.

43.4.6 BEARING:
(a) As radial and axial forces are absorbed by the fixed bearing in the motor drive-end, the
pump requires no bearing.

(b) Bearing shall be effectively sealed to prevent loss of lubricant or entry of dust or water.

43.4.7 COUPLING:
The pump coupling should be of close-coupled type with stub shaft.

43.4.8 MOTORS:
(a) Motor shall be a flange mounted, totally enclosed fan-cooled motors with main
dimensions according to IEC standards. Electrical tolerances are to IEC 60034. Motor
shall be high-efficient type.

(b) Motor shall be to with IP 55 enclosure. The class of insulation shall be F with
temperature rise limited to class ‘B’.

(c) Motor shall be suitable for operation on a 415V (+10%varition), 50Hz+5%, 3 Phase, or
240V-1 Phase AC supply, Motor shall be suitable for both DOL and / or STAR/DELTA
starting.

(d) Pump and motor shall be factory aligned, and shall be realigned by the contractor as per
factory recommendations after installation.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 293
PARTICULAR SPECIFICATIONS (CONTD...)

43.4.9 NAME PLATES:


Each pump shall be provided with a name plate indicating the following details:

1. Pump type designation


2. Pump Model
3. Rated flow
4. Rated head
5. Pressure rating/max temperature
6. Rated speed

43.4.10 WORKING PRESSURE:


(a) Maximum allowable working pressure (MAWP0 for all the pressure containing parts shall
in no case be less than the maximum discharge pressure produced by the pump at shut
off (including tolerances), at the max suction pressure, for the maximum impeller
diameter and the maximum continuous speed.

(b) Pump shall be rated for minimum of 10 bar working pressure.

43.4.11 VIBRATION:
The pump(s) vibration limits shall conform to Hydraulic Institute ANSI/HI 1.1-1.5-1994; section
1.4.6.1.1 or ISO 10816 for recommend acceptable unfiltered field vibration limits (as measured
per HI 1.4.6.5.2) for pumps with rolling contact bearings.

43.4.12 SOUND LEVEL:


Sound pressure level of the pumps driver shall be max 78 dbA* measured at 1.8m distance
from pump for the duly points.
(* Note: Based on the motor KW and speed according to ISO 3743)

43.4.13 PAINTING:
(a) The equipment shall be thoroughly cleaned and greased. All rust sharp edge and scales
shall be removed. All external and exposed cast iron parts of pumps have an epoxy-
based coating made in a cathode electro-deposition (CED) process which is high-quality
dip-quality dip-painting process and which would prevent rusting and corrosion. The
colour code for the finished product is NCS 9000/RAL 9005.

(b) The pump shaft shall not be painted.

43.5 PUMP & MOTOR SELECTION:


(a) The pump(s) selected shall for Preferred Operating Region (POR) unless otherwise
approved by the engineer.

(b) The pumps shall be factory manufactured, assembled and hydrostatically tested as per
Hydraulic Institute standards in an ISO 9001 approved facility.

(c) Motor should be variable frequency drive compatible.

(d) Motor should be selected as non-over-loading type.

Note: The motor nameplate rating for pumps under parallel operation shall not be less than the
max BKW indicated on the pump data sheet (the power at the END of the curve for the
rated impeller) or shall have the specified margin as per this clause whichever is greater.
The pump motors shall also be suitable for Start-up under open discharge value
condition.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 294
PARTICULAR SPECIFICATIONS (CONTD...)

43.6 INSPECTION & TESTING OF VARIOUS ITEMS:


Before effecting delivery of the equipment, following inspections and tests as per relevant
ISO/IS/HI standards shall be carried out.
For Pumps:
1. Hydrostatic Testing
2. Performance Test (Single point/duly point or 5 point/ 7 point)
3. Dynamic balancing for pump impeller.

43.7 TENDER DRAWINGS:


The following drawings shall be submitted by the Contractor/Vender along with their Bids.

1. Preliminary outline dimensional drawing of pump and motor (Suction and discharge
connections and foundation details shall also be indicated).
2. Performance curves (capacity Vs total head, efficiency, NPSH and KW requirement)
ranging from zero to maximum capacity.
3. Technical Data sheet for pumps.

44. PIPES & VALVES :


44.1 PIPES:- All piping work shall conform to quality standards and shall be carried out as specified in
respective item of schedule of works (BOQ) and as per specifications and details given
hereunder:-

(a) All pipes shall be of schedule 40 thick as per ANSI-B-36.1.

(b) All pipes in sizes upto 150mm dia shall be M.S. ERW pipe heavy class as per IS:1239-Part-I
(as per latest amendment).

(c) All pipes in sizes 200mm and above shall be M.S. ERW pipe as per IS:3589 (as per latest
amendment) wall thickness of pipe shall be as specified in respective item of schedule of works
(BOQ).
44.2 PREINSULATED UNDERGROUND MS CHILLED WATER PIPES:

(a) All underground chilled water lines shall be insulated with SEVEN STAR preinsulated PUF
as manufactured by Seven Star Aircon Ancillaries Pvt ltd.

(b) The services pipe insulation shall be polyurethane foam with 36 kg/cum minimum density,
90% minimum closed cell content, minimum compressive strength of 40 psi and thermal
conductivity of 0.14 Btu-in/hr/ft2/OF. The insulation shall completely fill the annular space
between the service pipe and jacket and shall be bonded to both, the service pipe & jacket.

(c) The insulation shall be provided to the minimum thickness specified below :

Chilled water Minimum Insulation Thickness


Pipe Size (mm) (mm)
< 150 30
150 to 600 50
> 600 75

However the exact thickness could vary marginally for underground piping based on the exact
size of HDPE pipes available.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 295
PARTICULAR SPECIFICATIONS (CONTD...)

(d) The outer protective insulation jacket shall be seamless, extruded black, UV resistant, high-
density polyethylene (HDPE). The minimum thickness of the HDPE jacket shall be as
follows :

Jacket OD Minimum Jacket Thickness


(mm) (mm)
OD < 300 3.5
300 to 600 5
> 600 7

44.3 INSULATION PROGRESS:


(a) Lock seam spiral Jackets for metallic jackets must be made on a spiral duct forming
machine. The lock seam jackets should have zero leakage at the seams. For HDPE
jackets use HDPE pipes available in the market.

(b) The preinsulated pipes must be manufactured using High pressure PUF injection
machines. The outer jacket & the carrier pipe must be held concentric using special
chucks. Vent holes must be mixed at high speed & injected into the void. The quantity of
PUF injected for each pipe must be kept as a verifiable required Density & thickness of
insulation is maintained. The chemicals used must be from Dow Chemicals.

(c) The manufacture of preinsulated pipes must produce a Class 0 certification from a
reputed test lab for metallic jackets.

44.4. BURIED PIPE INSULATION FITTINGS:


Take off fittings wherever underground should be Seven Star factory insulated pipe with mitered
HDPE outer covering to suit Carrier pipe fitting.

44.5 FIELD JOINTS INSULATION:


Field joints insulation shall consist of PUF poured manually in a prefabricated GI sheet metal
mould fixed around the joint. Than a neat shrinkable sleeve with a closure patch is applied &
heat shrunk over the insulation to finish the joint.

44.6 UNDER GROUND PIPING & INSULATION EXECUTION:


Underground systems shall be buried in a trench of not less than 600 mm deeper than the top of
the pipe & not less than 450 mm wider than the combined OD of all piping systems. A minimum
thickness of 600 mm of compacted backfill over the top of the pipe is desirable.
Trench bottom shall have a minimum of 150 mm of sand, pea gravel or specified backfill
material, consolidated to suit operating weight & to act as a cushion for the piping.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 296
PARTICULAR SPECIFICATIONS (CONTD...)

44.7 FITTINGS
(a) The dimensions of the fittings shall conform to I.S. 1239-Part-II (as per latest amendment)
unless otherwise indicated in the specifications.

(b) All bends in sizes upto and including 150mm dia. shall be ready made of heavy duty, wrought
steel of appropriate class.

(c) All bends in sizes 200mm and larger dia. shall be fabricated from pipes of the same dia. and
thickness with a minimum of 4 sections, and having a minimum centre line radius of 1.5
diameter of pipes.

(d) All fittings such as branches, reducers, etc. in all sizes shall be fabricated from pipes of the
same dia. and thickness and its length should be at least twice the dia. of the pipe. The
branches may be welded straight to the main line, without making a separate fitting, where
specified on drawings or required by Engineer-in-Charge.

(e) Blank ends are to be formed with flanged joints and 6mm thick blank between flange pair for
150mm and over in case where, a future extension is to be made, otherwise blank end discs
of 6mm thickness are to be welded on, with additional cross stiffeners from 50mm x 50mm x
5mm heavy angles.

44.8 FLANGES

(a) All flanges shall be of mild steel as per IS:6392/71 and shall be steel slip-on-type, welded to
the pipes flanges thickness shall be to suit class-II pressures. Flanges may be tack welded
into position, but all final welding shall be done with joints dismounted. 3mm thick gaskets
shall be used with all flanged joints. The gaskets shall be fibre reinforced rubber as approved
by the Engineer-in-Charge. Special adhesive compound shall be used between flanges of
steam, air and gas lines.

(b) Flanges shall be used as used as follows:

(j) Counter flanges for equipment having flanged connections.

(ii) Flanged pairs shall be used on all such equipment, which is required to be isolated or
removed for service e.g. pumps, refrigeration machines, air handling units, etc.

(iii) All threaded valves shall be provided with nipples and flanged pairs on both sides to
permit flange connection, for removal of valves from main lines for repair/replacement.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 297
PARTICULAR SPECIFICATIONS (CONTD...)

44.9. VALVES
44.9.1 BUTTERFLY VALVES, GATE VALVES, GLOBE VALVES AND CHECK VALVES :
(a ) All gate valves, globe and check valves upto and including 40mm dia shall be of gun
metal screwed type, conforming to class 1 of IS:778.

(b) All butterfly valves of 50mm dia. and above shall be flanged type, have cast iron body with
black nitrile rubber seat and conforming to class PN-10 of IS:780 (for sizes upto 300mm)
and of IS:2906 (for sizes 350mm and above).

(c) All globe and check valve of 50mm dia. and above shall be flanged type in cast iron
construction and conforming to class PN-10.

(d) Air valves shall be provided at all higher points in the piping system for venting as per the
sizes shown in the BOQ.

(e) All air needle valves shall be of gun metal and tested upto a pressure of class 1 pressure
rating. All globe valves of size 50mm and above shall be of rising spindle type.

44.9.2 BALANCING VALVES


(a) All balancing valves of upto and including 50 mm dia. shall be in gun metal screwed type
construction. The valves of 65 mm dia. and above shall be in cast iron flanged end
construction.

(b) The valve shall have PTFE/SS disc with special erosion/ corrosion proof sealing.

(c) The valves shall be capable of delivering metered quantity of water and subsequently
should function as isolating valve. All the valves shall have built in pressure drop
measuring facility to ascertain water flow rate. The valves shall have temper proof
adjustable and lockable arrangement for required water quantity after commissioning. The
valve shall be to the minimum requirement of IS:778 Class-1.

(d) The valves shall be complete with drain cock, pressure test cocks, etc.

44.9.3 MISCELLANEOUS VALVES


(a) All gauge cocks shall be of gunmetal plug type, complete with siphon (brass chrome
plated).

(b) All drain valves shall be of gunmetal with a hose union connection on one end or extended
upto the drain pit as the case may be.

(c) All valves on the supply line of fan coil units shall be of gunmetal ball type with integral
water strainers, having (BSP) FPT inlet and flare type MPT outlet connection.

(d) All valves on the return line of fan coil units shall be as above but without integral water
strainer.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 298
PARTICULAR SPECIFICATIONS (CONTD...)

44.9.4 STRAINERS
(a) The strainers shall either be 'pot' type or 'Y' type with cast iron or fabricated steel body,
tested to a pressure of 10 kg/sq.cm. applicable for the butterfly valves as shown on the
drawings.

(b) The strainers shall have a perforated bronze sheet screen with 3mm perforation, 0.63mm
thick.

(c) Pot strainers and Y strainers shall be provided with flanged connections.

(d) The strainers shall be designed to facilitate in easy removal of filter screen for cleaning,
without disconnection of pipe line

(e) Pot strainer shall be fabricated out of M.S. sheet and the sizes shall be as under:
=================================================================
Pipe size Pot Dia Pot HT Basket dia Basket HT
(mm) (mm) (mm) (mm) (mm)
=================================================================
50 300 400 200 240
80 350 450 250 250
100 450 500 300 280
125 500 600 330 340
150 540 700 360 390
200 610 815 400 470
250 800 955 550 510
300 1000 1105 750 580
350 1190 1300 895 678
400 1350 1500 1020 785
450 1518 1700 1060 890
500 1690 1800 1100 900
==============================================================
44.9.5 JOINTING
(a) All pipelines shall be welded type except G.I. piping which shall have screwed
connections.

(b) Square cut plain ends will be welded to pipe upto and including 100mm dia.

(c) All pipes 125mm dia. or larger will be bevelled by 35o for welding.

44.9.6 MISCELLANEOUS
(a) Provide all piping, required to make the apparatus connected, complete and ready for
regular and safe operation. Unless otherwise noted, connect all apparatus and equipment
in accordance with manufacturer's standard details, as approved by Engineer-in-Charge.

(b) Consult drawings and specifications to determine number and requirements of all items of
equipment requiring piping, such as bend, drain, relief, etc. wherever equipment is
provided with connections for such piping.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 299
PARTICULAR SPECIFICATIONS (CONTD...)

(c) Unless otherwise specified, pitch the lines of piping as follows:

(i) All condensation drainage, including air handling unit and fan coil unit shall be pitched in
the direction of flow to ensure adequate drainage, with an adequate trap seal to prevent
leakage of air due to static pressure developed by air conditioning units. Pitch, 20mm per
metre wherever possible, but not less than 10mm. Drains from other equipment shall be
pitched similarly without trap seal.

(d) Provide valves and capped connections for all low points in piping system, necessary or
required for draining systems. Provide for all risers isolating valves and drain valves to
permit repairs without interfering with the rest of the system

(e) During construction, temporarily close, open ends of pipes with sheet metal caps, where
necessary, or required to prevent debris from entering piping system.

(f) Support piping independently of all equipment so that the equipment is not stressed by the
piping weight or expansion.

(g) Provide suitable platforms, etc. to facilitate the maintenance-repair and replacement of
valves and fittings.

(h) Unions, if used, shall be flanged, as required, wherever indicated and in connections to all
equipment, apparatus, and specialities requiring disconnection for repairs or replacement.
Locate unions between shut-off valves and equipment, as directed by Engineer-in-Charge.

(j) Provide shut-off valves where indicated and for individual equipment, units at inlet and
outlet, to permit unit removal for repairs, without interfering with remaining of the system.
Additional shut-off valves shall be provided as required to enable all systems to be fully
sectionalised. By-pass and stop valves shall be provided for all automatic control valves as
specified

(k) Arrange piping for maximum accessibility for maintenance and repair; locate valves for
easy access and operation. No valves shall be installed with handles pointing down,
unless unavoidable.

(l) Cut the pipes accurately according to measurements, established at building and work into
place without springing or forcing.

(m) Pipe supports shall be adjustable for height and prime coated with rust preventive paint
and finish coated with grey paint, both as approved by Engineer-in-Charge. Spacing of
pipe supports shall not be more than that as specified below :
==============================================================
Spacing Nominal pipe size
(Metres) (MM)
==============================================================
1.25 15
1.25 20 & 25
2.00 32, 40, 50 & 65
2.50 80, 100 & 125
2.50 150 & above
=============================================================

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 300
PARTICULAR SPECIFICATIONS (CONTD...)

(n) Extra supports shall be provided at the bends, and at heavy fittings like valves to avoid
undue stresses on the pipes. Pipe hangers shall be fixed on walls and ceilings by means
of `Hilti' metallic dash fasteners.

(o) Insulated piping shall be supported in such a manner so as not to put undue pressure on
the insulation.

(p) Hangers and supports shall be provided and installed for all piping and tubing wherever
indicated, required or otherwise specified. Wherever necessary, additional hangers and
supports shall be provided to prevent vibration or excessive deflection of piping and
tubing.

(q) All hangers and supports shall be made of steel or other durable and non-combustible
materials, galvanised or plated. Wood, wire or perforated strap iron shall not be used as
permanent hangers or supports.

(r) Hangers shall be supported from structural steel, concrete inserts and pipe racks,
specifically approved.

(s) No hanger/equipment shall be suspended midway, between steel joists and panel points.

(t) Drilling or punching of holes in steel joist members will not be permitted.

(u) All pipes in AC plant room shall be supported from pipes and channels from floor.

44.9.7 SLEEVES
(a) Where pipes pass through walls, provide galvanised steel pipe sleeves 50mm larger than
outside diameter of pipe without any extra cost. Where pipes are insulated, sleeves shall
be large enough to have ample clearance for insulation.

(b) Where pipes pass through outside walls or floor slab the space between pipe and sleeve
shall be packed with lead wool and oakum.

(c) The centre of pipes shall be in the centre of sleeves and sleeves shall be flush with the
finished surface. Floor sleeves shall project 50mm above finished floor level.

44.9.8 EXPANSION OR CONTRACTION


The Contractor shall provide for expansion and contraction of all piping installed by the use of
swing connections and expansion loops.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 301
PARTICULAR SPECIFICATIONS (CONTD...)

44.9.9 ARRANGEMENT AND ALIGNMENT OF PIPING


(a) All piping shall be arranged and aligned in accordance with the drawings as specified.
Where special conditions are encountered in the field, the arrangement and alignment of
piping shall be as directed by the Engineer-in-charge.

(b) Unless otherwise specified, the piping shall be installed in a uniform manner, parallel to or
perpendicular to walls or ceilings, and all changes in directions shall be made with fittings.
The horizontal piping shall be run at right angles and shall not run diagonally across rooms
or other piping. Wherever possible all piping shall be arranged to provide a maximum head
room.

(c) All piping shall be installed as directly as possible between connecting points in so far as
the work of other trades permits. Where interference occurs with another trade whose
work is more difficult to route, this contractor shall reroute his pipes as required to avoid
interference at the discretion of the Engineer-in-Charge.

(d) All piping shall be carefully installed to provide for proper alignment, slope and expansion.

(e) The stresses in pipelines shall be guided and pipes shall be supported in such a manner
that pipe lines shall not creep, sag or buckle.

(f) Anchors and supports shall be provided wherever necessary to prevent any misalignment
of piping.

(g) Small tubing, gauges, controls or other equipment installed on any apparatus, shall not be
coiled or excessive in length, but shall be installed neatly, carefully bent at all changes in
direction, secured in place and properly fastened to equipment at intervals to prevent
sagging. The piping shall be grouped wherever practical and shall be installed uniformly in
straight parallel lines in either vertical or horizontal positions. All tubing/capillaries shall be
provided with PVC sleeves to save it against frictional cuts or damage due to vibration.

44.9.10 TESTING
(a) In general, tests shall be applied to piping before connection of equipment and
appliances. In no case shall piping equipment or appliances be subjected to
pressures exceeding their test rating.

(b) The tests shall be completed and approved before any insulation is applied.
Testing of segments of pipe work will be permitted, provided all open ends are first
closed, by blank-offs or flanges.

(c) After tests have been completed, the system shall be drained and flushed 3 to 4
times and cleaned of all dust and foreign matter. All strainers, valves and fittings
shall be cleaned of all dirt, fillings and debris.

(d) All piping shall be tested to hydraulic test pressure of at least two times the
maximum operating pressure but less than 10 kg/sq. cm. for a period of not less
than 24 hours. All leaks and defects in the joints revealed during the testing shall
be rectified to the satisfaction of the Engineer-in-Charge, without any extra cost.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 302
PARTICULAR SPECIFICATIONS (CONTD...)

(e) All the piping systems shall be tested in the presence of the Engineer-in-Charge or
their authorised representative. Advance notice of test dates shall be given and all
equipments, labour, material required for inspection, and repairs during the test
shall be provided by the contractor. A test shall be repeated till the entire system is
found satisfactory to the above authority. The tests shall be carried out for a part of
work if required by the Engineer-in-Charge in order to avoid hindrance in the work
of the insulation contractor.

(f) All water and condensate pipes shall be tested and proven tight under hydrostatic
pressure of 10 kg/sq.cm., unless otherwise stated, for a minimum period of 24
hours without drop in pressure.

(g) The Contractor shall make sure that proper noiseless circulation is achieved
through all piping systems. If due to poor air bond, proper circulation is not
achieved, the contractor shall bear all expenses for carrying out the rectification
work including finishing of floors, walls and ceiling damaged in the process of
rectification.

(h) The Contractor shall provide all labours and materials to make provision for
removing water and throwing it at the proper place during the testing or/and after
the testing to avoid damages to employer or other contractors properties. Any
damage caused by the contractor to the employer or other contractors properties,
shall be borne by the Contractor.

44.9.11 COPPER PIPING


(a) Heavy gauge soft copper tubing, type M, shall be used to make connections to
equipment, wherever required or specified by Engineer-in-Charge.

(b) Flare fittings e.g. flare nuts, tees, elbows, reducers, etc. shall all be of brass.

44.9.12. REFRIGERANT PIPING


(a) The refrigerant circuit piping shall be of carbon steel seamless, as per
ASTMA-106, grade B or BS-3602 grade 23 and dimensioned as per ANSI B-36.1,
schedule 40. The fittings shall be heavy class. The pipes and fittings shall be
connected by means of welded joints. The connections to gauges, controls, etc.
shall be with flare fittings. The refrigerant valves, required in the circuit shall be as
follows:

Valve Size Valve Material Type of Connections


fittings
=========================================================
Upto 12mm Brass packless type Flare
16mm and above Brass/Steel packed Brazed/Welded type

Note :- All valves shall be tested against leaks upto 28 kg/sq.cm.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 303
PARTICULAR SPECIFICATIONS (CONTD...)

(b) The strainers for the refrigerant liquid line shall be 'Y' type with gun metal body and
bronze filter screen of fine mesh. The filter screen shall be easily removable type
without dismantling the strainer from the circuit. The moisture indication sight glass
in the liquid line shall have leak proof glass on opposite sides to permit easy
inspection of the liquid refrigerant. Silencers and moisture drier etc. shall be
provided as part of the refrigerant piping.

(c) Bolts wherever used shall be electro-galvanised steel. Brazed joints, in the
refrigerant piping, which has leak, shall be opened and re-done. These shall in, no
case be repaired by addition of brazing alloy to the joint.

44.9.13 DRAIN PIPING


(a) The drain piping shall be medium class galvanized steel as per IS:1239 (as per
latest amendment).

(b) The fittings shall be of as per IS:1239 Part-II with screwed connections.

(c) The gate valves shall be of gun metal as described earlier.

(d) Pipe crosses shall be provided at bends, to permit easy cleaning of drain line. The
drain line shall be provided upto the nearest drain trap and pitched towards the
trap.

(e) Drain lines shall be provided at all the lowest points in the system, as well as at
equipments where leakage of water is likely to occur, or to remove condensate and
water from pump glands. The drain pipe work shall be carried out with threaded
joints only. No welded joint shall be permissible.

44.9.14 PAINTING
(a) All pipes supports, hangers, etc., shall be given two coats of red oxide primer.

(b) All pipes (insulated and non insulated) shall then be given two coats finish paint, of
a type and colour as approved by the Engineer-in-Charge.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 304
PARTICULAR SPECIFICATIONS (CONTD...)

45. SHEET METAL WORK & AIR DISTRIBUTION


45.1 MATERIALS
(a) Ducts shall be made of either galvanized steel sheets or aluminium sheets as specified in
respective item of BOQ. The galvanized steel sheet shall confirm to IS: 277-1977.
Aluminium shall be of grade SIC of B-3 as specified in IS: 177-1974.
(b) Thickness of sheet shall be as per the table given below:

Maximum Side (mm) Thickness (mm)


Galvanized Steel Sheet Aluminium Sheet

Up to 750 mm 0.63 0.80


751-1500 0.80 1.00
1501-2250 1.00 1.50
2250-2500 1.20
Plenums and Ducts above 2500 1.60

(c) The bracing shall be as per ISS 655-1964. Supports for ducts at 2.4m distance apart up to
2250/1.2m distance apart for larger ducts.

(d) Ducts shall be rectangular in cross section and fabricated in accordance with the following
table :

Maximum Minimum Transverse Joints Reinforcement Hanger


Side of Duct Thickness of Rod
(mm) Sheet Dia
(mm/SWG) (mm)
Up to 400 0.63 (24 SWG) 25mm pocket/s slip Cross Break 8

401 to 750 0.63 (24 SWG) 25mm pocket/s slip 25 X 25 X 4.2 Girth angle 8
@ 1000 mm c/c
751 to 900 0.80(22SWG) 38x38x4.2 25 X 25 X 4.2 Girth angle 8
Companion Flanges @ 1000 mm c/c
901 to 1500 0.80(22SWG) 38x38x4.2 38x38x4.2 10
Companion Flanges Girth angle @ 760 mm c/c
1501 to 2250 1.00(20SWG) 38x38x4.2 38x38x4.2 10
Companion Flanges Girth angle @ 760 mm c/c
2250 and 1.25(18 SWG) 50x50x4.2 50x50x4.2 12
above Companion Flanges Girth angle @ 610 mm c/c
Plenums 1.25(18 SWG) 50x50x6.4 50x50x6.4 12
Companion Flanges Girth angle @ 610 mm c/c

Rounds Ducts : GSS Aluminium


Round Ducts 150 mm dia to 500 mm dia. 24 Gauge 22 Gauge
Round Ducts 501mm dia to 750 mm dia 22 Gauge 22 Gauge
Round Ducts 751 mm dia to1000 mm dia. 22 Gauge 20 Gauge

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 305
PARTICULAR SPECIFICATIONS (CONTD...)

(e) Girth angles and companion flanges shall be mitered and welded at corners and riveted
to duct sheets at 75mm centres. Flanged joints shall be made with 9.5-mm GI bolts
spaced at 1.5cm centres and provided with 4.2mm rubber or 6.0mm. All joints and
seams shall be rendered airtight. All duct seams and joints to be sealed with silicon
sealant to stop supply air leakage. Duct panels are not to be cross-broken if insulated.
Longitudinal seams shall be inside groove of Pittsburgh type. All ducting supports,
bracing and framework shall be painted with 2 coats of epoxy primer and 2 coats of
epoxy paint min. (50 microns).

45.2 ACCESSORIES:
(a) All dampers, except where shown, shall be louver dampers having multiple opposed
blades type or with parallel blades of airfoil construction. The construction of the
dampers shall be robust and tight fitting. They should be made from 18 gauge
galvanized sheets. The depth should be minimum of 150mm and flanges of 40mm.
Blades shall be connected with a suitable linkage for operation by an extending by an
extending lever, which shall have a locking quadrant with positions of the damper
indicated on it. Dampers and their operating device shall be made robust, easily
operable and accessible through suitable access doors in the ducts.

(b) Dampers shall be provided in ducts at every branch supply or return air duct connections
whether or not indicated on the drawings for the proper volume control and balancing the
system.

(c) Where shown, splitter dampers shall be installed. This damper consists of double
thickness airfoil blade hinged on the downstream edge. The operating lever shall extend
outside the duct and insulation with an airtight hub and locking arrangements. The
thickness of the damper blades shall be the same as the duct in which they are installed
but not less than 1.5mm thickness.

(d) Fire dampers shall be motorized / solenoid type wherever specified shall be provide in
the ducts to minimize spreading of fire through ducts, i.e. points where duct passes fire
(rated 1 ½ hrs. or more) wall or slab. Fire dampers shall be 230mm – deep and face
area as required. The outlet casing of the damper shall be fabricated out of 12 gauges
M.S. sheet duly epoxy painted with two coats. The louvers shall be provided with smooth
pivoted linkage, tripping mechanism of steel bar with heavy-duty spring assembly and
provision of motor. The louvers to be arranged to pivot and hold in an open position and
can be closed by an electrically operated motor. The damper is used in conjunction with
a smoke alarm system. The entire assembly shall be duly epoxy primer of 2 coats
(epoxy paint) or aluminium spray painted. The dampers shall be designed for automatic
as well as manual tripping.

(e) Motors shall be rated for fire damper (spring to close power to open) operation and shall
be suitable for outdoor installation (IP55). Fire dampers are closed on a signal from the
fire control module. Module supply and wiring by fire control contractor.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 306
PARTICULAR SPECIFICATIONS (CONTD...)

(f) Motorised dampers should be single flap dampers with 18 gauge construction with
Belimo or Equivalent make spring return type. Opening time should be more than
75secs. And closing time should be 30secs. The power shall be given from the electrical
panel and will be routed through the unit.

(g) 300mm X 300mm access panels with gasket neoprene and stud bolt type shall be
provided near lower dampers/ splitters dampers and fire damper. All main ducting work
shall be accessible throughout using tight fitted hinged access doors. Doors shall be
cemented sponge rubber gaskets of 6mm thickness. Felt is not acceptable. In the case
of insulated ducts with access doors, the same shall be properly insulated, such that it
can be operated without damaging the duct insulation and there should be no
condensation either on the access doors or on the ducts when he plant is running.

45.3 INSTALLATION GUIDELINES


(a) The duct fabrication and installation shall generally confirm to IS 655-1963.

(b) All ducts shall be supported from the concrete slab or beams. Duct supports shall be fixed
through the use of two anchor fasteners for each leg. The anchor fasteners shall be of
approved make. If ducting is supported from steel structure, Beam Clamps shall be
provided. In no case shall the duct be supported from the false ceiling hangers or be
permitted to rest on a hung ceiling.

(c) Transverse joints shall be provided with rubber gaskets (6mm thick) of nonflammable type.
Use of felt shall not be permitted.

(d) Wherever the ducts are acoustically lined, the duct size shall be increased by the thickness
of the duct lining.

(e) The contractor shall provide and neatly erect all sheet metal work as per the specifications
and drawings. This work ,in all its parts and details, shall meet with the approval of the
Engineer

(f) The contractor shall make all necessary allowances and provisions for beams, pipes or
other obstructions in the ducting, whether or not the same has been shown in the drawings.
Wherever necessary to avoid beams or other structural works, plumbing or other pipes /
conduits, the ducts shall be transformed, divided or curved to one side as approved or
directed by the Engineer. However the required cross-sectional area shall be maintained.

(g) All metal work shall be done in dead or furred down spaces so as not to cause any delay to
other contractors on the building.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 307
PARTICULAR SPECIFICATIONS (CONTD...)

(h) If a duct cannot be installed as shown in the drawings, the contractor shall install the duct
between the required points by any path available subject to the approval of the Engineer
and Architect.

(i) All ducts shall be rigid and shall be adequately supported with standing seams, tees or
angles of ample size wherever required to keep the ducts true to shape, prevent buckling,
vibration and breathing.

(j) All duct joints shall be tightly fitted using rubber gasket of nonflammable type and all interior
surfaces shall be smooth. Bends shall be made with radius not less than one-half of the
width of the duct or with properly designed interior curved vanes. Two vanes shall be
spaced such that the aspect ratio of each of the individual elbows formed by the vane will be
about five to one.

(k) All sheet metal connections, partitions and plenums required to confine the flow of air to and
through the filters and fans, shall be constructed from 16G galvanised iron thoroughly
stiffened with 25mm X 25mm angle iron braces and fitted with all necessary doors as
required to give access to all parts of the apparatus. Doors shall not be less than 46 cm X
71cm. Sheet Metal connections to indoor units shall be flexible, double thickness fibreglass
cloth or equivalent nonflammable material of 100mm long.

(l) Where metal ducts or sleeves terminate in woodwork, brick or masonry openings tight joints
shall be made by the means of closely fittings heavy flanged collars.

(m) Resistoflex or similar vibration isolation material of 6mm thickness shall be provided
between ducts and duct support.

(n) Where ductwork is connected to rotating equipment duct such as fans, air handling units
(indoor unit of split/package system), the connections shall be made with double thickness
non-flammable flexible material, 100mm long.

45.4 GRILLES AND DIFFUSERS:


45.4.1 Supply Air Side Wall Outlets.

45.4.2 Wherever specified in the schedule of works (B.O.Q.) shall be in Aluminium construction.

45.4.3 DOUBLE DEFLECTION GRILLES:


Wherever specified in the schedule of works (B.O.Q.) shall be in Aluminium construction.
Aluminium double deflection grills for supply air shall be provided with vertical and horizontal
adjustable bars and an approved blade damper adjustable from the front face of the grille. The
grilles will be powder -coated in a shade as given in the schedule of finishes of this handbook.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 308
PARTICULAR SPECIFICATIONS (CONTD...)

45.4.4 FIXED BAR LINEAR GRILLES


(a) Fixed bar grilles will be in extruded aluminium construction. Bars shall be fixed in
position using vertical tie bars. Bar spacing shall not exceed 12mm and the grilles shall
have 60% free area. Deflection angle of the bars shall be 0. The grilles will be powder
coated in a shade as per the owner/architect. Irrespective of grille finish, vertical tie bars
shall be powder coated in Matt black. Supply air outlets shall be provided with volume
control dampers to be installed in the duct collar. Dampers shall be in black Matt powder
coated finish. Where required by the Architects/Consultants, the grilles shall be provided
with a margin on all sides. Supply air outlets shall be provided with end closure pieces
for the supply portion of the grille. The end closure pieces shall not come to the grille
face.

(b) Continuous grilles shall butt with hairline joints and be provided with interlocking splines.

(c) All return air grilles shall be similar and equal to the above as determined by consultants.

(d) All exhaust air grilles shall be similar and equal to the supply air grilles specified above.

45.5 CEILING OUTLETS:


45.5.1 SQUARE / RECTANGULAR DIFFUSERS:
Shall be of aluminium construction wherever specified in the schedule of works (BOQ). Corners
of inner and outer cores shall be assembled to provide precise mitered corners. Supply air
diffusers shall be provided with multi blade butterfly dampers. Damper flaps shall be provided
with a nylon worm gear assembly for ease of operation. Diffusers will be powder -coated in a
shade as approved by client/Architect. Diffuser shall be half step down type.

45.5.2 GUIDELINES FOR INSTALLATION OF GRILLES/DIFFUSERS


(a) Installation of the grilles/diffusers shall be done by the air conditioning contractor irrespective
of the type/model of false ceiling systems .The diffusers will have to be individually
suspended from the duct and aligned to match the ceiling line level. In case gypsum or any
other false ceiling system, all wooden frames, rectangular or circular for
supply/return/exhaust air diffusers will be provided by the Air conditioning contractor.

(b) All air outlets/return air inlets in the same room shall be of the same size unless otherwise
specified.

(c) Grilles and diffuser samples must be submitted to the consultants for prior approval before
procurement and installation.

46. DUCT AND PIPE INSULATION


Ductwork shall be insulated as per the below specified guidelines.

46.1 PAINTING
Angle iron Flanges, Stiffeners, hangers and supports shall be painted with 2 coats of anti-rust
primer and remaining uncovered duct shall be further painted with 2 coats of synthetic enamel
paints of black colour.

46.2 TESTING AND BALANCING


After completion of ducting work, system shall be tested for air leakage. Leakage if any shall be
plugged and all the adjustments and balancing are completed. The air quantity readings shall be
recorded. All dampers shall be set and locked in position after the final adjustments. All readings
made shall be submitted to the consultants for approval.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 309
PARTICULAR SPECIFICATIONS (CONTD...)

46.3 INSULATION
All tests like pressure testing should be completed and recorded. All systems shall be approved
by the GE before insulation is applied to the equipment, duct and piping. Insulation material
shall be supplied by approved manufacturers and shall be of the type specifically intended for
the services required.

46.4 DUCTWORK & PIPING INSULATION APPLICATION GUIDELINES :


(a) Piping and accessory insulation application shall be as follows:

(i) Pipes shall be thoroughly cleaned with wire brush and rendered free from all rust and
grease.

(ii) For insulation of straight pipe slip on method shall be used. For elbows and bends snap
off method will be used.

(iii) First 2 coats of specified Insulation adhesive shall be applied then the Insulation shall be
fixed tightly on the surface taking care to seal all joints .

(iv) Adequately sized PVC self-adhesive tape shall be provided to seal all joints.

(b) The insulation of chilled water pipes, ductwork and chilling Machines etc. shall be done as per
specifications given below :

(c) The thermal insulation on AC ducts shall be carried out by resin bonded fiberglass insulation
of thermal conductivity 0.23 BTU/(hr.sqft-DegF) at 32 Deg C mean temperature and
thickness shall be 25mm and density shall be minimum 32kg/m3.

(d) The thermal insulation on chilled water pipes PUF insulation having minimum density of 36
kg/m3 (minimum) and a thickness of 36mm at least as per the drawings, BOQ and
specifications.

46.5 ACOUSTIC INSULATION


(a) Interior of duct shall be coated with primer. 25mm thick resin bonded fiberglass Twiga
having a density of 32 kg/m3 finished with RP tissue shall be fixed to duct using spot hot
bitumen. All joints shall be sealed with bitumen. The acoustic lining to be covered with
RP tissue and perforated aluminium sheets of 26G thickness. The lining of aluminium
sheet facing to be mechanically fastened to the duct with GI bolts/nuts and washers
Contractor to ensure a smooth internal finish.

(b) All plenums, connecting pieces connected to air handling units and return air pieces
shall also be acoustically insulated.

(c) There shall be minimum of 75mm overlap between the acoustical and thermal insulation
on ducts.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 310
PARTICULAR SPECIFICATIONS (CONTD...)

47. CONTROLS
47.1 GENERAL :

47.1.1 The various controls listed below shall be electrically operated and generally comply with the
specifications listed below:

47.1.2 In case of low voltage controls necessary step down transformers shall be provided with each
control as required.

47.1.3 CHILLING UNIT CONTROL:


The Chilling machines controls shall be generally standard as per the selected manufacturer
standards.

47.1.4 Air Handling Unit and Fan Coil Unit controls:


AHUs thermostats shall be cooling/heating suitable for mounting in the room or the return path
as required. The thermostat shall be modulating potentiometer type with an adjustable throttling
range and required accuracy.

47.1.5 TWO / THREE - WAY MOTORISED VALVE FOR AHUS :


The motorised water valve shall be globe type and consist of CI/gunmetal valve body with SS
trim and equal percentage of flow characteristics, modulating motor and linkage. The valve shall
be of 3 way mixing type.

47.1.6 The thermostat for Fan coil unit shall be space type for cooling. It shall be snap acting type , line
voltage, mercury bulb type with differential of 1.1 C. It shall have minimum three speed control
complete with wiring etc.

47.1.7 The water pressure gauges shall be of robust construction 150 mm dial of suitable range and
occupancy range.

47.1.8 The thermometers shall be mercury filled industrial stem type with metal casing and threaded
fixing arrangement.

48. CONTROL PANEL, MOTORS AND SWITCHGEARS


48.1 GENERAL

(a) This specification covers the designs, material, construction features, manufacture, inspection
and testing at the VENDOR'S/his sub-contractors work, delivery and performance testing of
metal enclosed Medium Voltage Switchgear of voltage not exceeding 1000 V AC.

(b) The switchgears would comprise of Motor Control Centres (MCCs) required for the supply of
power to the motors of the plant for medium voltage equipment.

48.2 CODES & STANDARDS


(a) The design, construction, manufacture and performance of equipment shall conform to latest
applicable standards and comply with all currently applicable statutes, regulations and safety
codes in the locality where the equipment will be installed. Nothing in this specification shall
be construed to relieve the VENDOR of this responsibility.

(b) Equipment shall conform to the latest applicable standards as mentioned. In case of conflict
between the standards and this specification, this specification shall govern.

(c) All components shall be of reputed make and subject to Purchaser's approval and as per
recommended manufacture.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 311
PARTICULAR SPECIFICATIONS (CONTD...)

48.3 POWER SUPPLY SYSTEM


(a) The incomer power supply shall be 415V, 3 phase, 3 wire, 50 Hz, non-effectively earthed AC
system. The fault level for the switchgear shall be 40 KA for 1 sec.

(b) Dynamic - 84 Ka (Peak) - Short time

(c) Variation of voltage and frequency from their rated values are as below :
Variation of voltage + 10%
Variation of frequency + 5%
Combined voltage and frequency variation + 10%

48.4 SHEET METAL WORK


(a) The switchgear frame shall be fabricated using suitable mild steel structural sections or
pressed and shaped cold rolled sheet steel of thickness not less than 2 mm.

(b) Frames shall be enclosed by sheet metal of thickness not less than 2 mm cold rolled or
2.5mm hot rolled, smoothly finished, levelled and free from flaws. Doors and covers shall be
made of sheet steel of thickness not less than 1.6mm. Cold rolled or 2mm hot rolled.
Stiffeners shall be provided wherever necessary.

(c) All panel edges and door edges shall be reinforced against distortion by rolling, bending or by
the addition of welded reinforcement members.

(d) Cut-outs shall be true in shape and devoid of sharp edges.

(e) The complete structure shall be rigid, self-supporting, free from vibration, twists and bends.

48.5 PAINTING
(a) All sheet steel work shall be phosphated in accordance with the following procedure and in
accordance with applicable standards:-

(i) Oil, grease, dirt and swarf shall be thoroughly removed by emulsion cleaning.

(ii) Rust and scale shall be removed by pickling with dilute acid followed by washing with
running water, rinsing with slightly alkaline hot water and drying.

(iii) After phosphating, thorough rinsing shall be carried out with clean water, followed by
final rinsing with dilute dichromate solution and oven drying.

(iv) Panels shall be dry electrostatic painted (powder coated).

(v) Finished painted appearance of equipment shall present an aesthetically pleasing


appearance, free from dents and uneven surfaces.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 312
PARTICULAR SPECIFICATIONS (CONTD...)

48.6 CONSTRUCTIONAL FEATURES


(a) Switchgear panel shall be :
i) of the metal enclosed, indoor, floor mounted modular type
ii) made up of the requisite vertical sections
iii) of dust and vermin proof construction
iv) Provided with a degree of protection of IP-54
v) easily extendable on both sides by the addition of vertical sections after removing
the ends covers
vi) provided with a metal frame made of structural steel channel section properly
drilled for mounting the Switchgear along with necessary mounting hardware.
Hardware shall be zinc plated and passivated.
vii) provided with labels on the front indicating the switchgear designation
viii) provided with cable entry facilities at top or bottom with 3mm thick removable and
plates and necessary cable glands. For 1 core cables these plates shall be
non-magnetic.
xi) of uniform height of not more than 2450 mm
x) of double front execution
xi) provided with gaskets all round the perimeter of adjacent panels, panel and base
frame, removable covers and doors
xii) provided with copper bus bars running at the top or bottom, as required, all along
the length of the switchgear in a separate sheet steel enclosure.

(b) Operating devices shall be incorporated only in the front of the Switchgear.

(c) The Switchgear shall be provided into distinct vertical sections each comprising:

(d) A completely metal enclosed bus bar compartment running horizontally.

(e) Individual feeder modules arranged in multi-tier formation. It is essential that the modules are
integral multiples of the basic unit size to provide for flexibility in changes, if any, at site.

(f) Enclosed vertical bus bars serving all modules in the vertical sections. For safety isolation of
the vertical bus bars, insulating barrier with cut-outs shall be provided to allow the power stab
contacts to engage with vertical bus bars.

(f) A vertical cable alley covering the entire height. The cable alley shall be minimum
200mm wide for motor control modules and 500mm wide for circuit breaker controlled
modules.

(g) A horizontal separate enclosure for all auxiliary power and control buses, as required, shall be
located so as to enable easy identification, maintenance and segrgation from the main power
buses. Tap-off connections from these buses shall be arranged separately for each vertical
section.

(h) Each vertical section shall be equipped with space heaters which may be located in the
cable alley as specified in schedule of quantities.

(j) One metal sheet to be provided between two adjacent vertical sections running to the full
height of the switchgear except for the horizontal bus bar compartment. However, each
shipping section shall have metal sheets at both ends.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 313
PARTICULAR SPECIFICATIONS (CONTD...)

(k) All equipment associated with a single circuit shall be housed in a separate module
compartment of the vertical section. The compartment shall be sheet steel enclosed on all
sides and the rear, with the withdrawable units in position or removed, except on the cable
alley side. A plate cover with a slot to permit wiring connections shall be provided on the side
corresponding to the cable alley. The front of the compartment shall be provided with a
hinged door.

(l) For dial out type, modules, only the handles of control and selector switches, push buttons,
knobs and cut-outs for lamps and meters shall be arranged on the front doors of the
respective compartments to permit operation without opening the door. On circuit breaker
controlled circuits, protective relays shall be mounted on the front door of the compartment.
All other equipment pertaining to a circuit shall be mounted on the withdrawable chassis. All
cut-outs shall be provided with gaskets for the purpose of dust-proofing.

(m) Current transformers shall not be directly mounted on the buses. Current transformers on
circuit breaker controlled circuits shall be mounted on the fixed portion of the compartment.

(n) In breaker compartments, suitable barriers shall be placed between circuit breakers and all
control, protective and indication circuit equipment including instrument transformers. External
cable connections shall be carried out in separate cable compartments for power and control
cables.

(o) After isolation of power and control connections of a circuit, it shall be possible to safely carry
out maintenance in a compartment with the bus bars and adjacent circuits live.

(p) The withdrawl chassis shall move on suitable guides and on suitably plated steel or stainless
steel rollers or balls to facilitate easy withdrawal.

(q) Cable alleys shall be provided with suitable hinged doors. It shall be possible to safely carry
out maintenance of cable connections to any one circuit with the bus bars and adjacent live
circuits. Adequate number of slotted cable support arms shall be provided for dressing the
cables.

(r) All doors shall be provided with concealed type hinges and captive screws.

(s) The withdrawable chassis housing circuit breakers shall be of the fully drawout type.

(t) The chassis/base plate housing feeder control and motor control equipment not incorporating
circuit breakers shall be of the fully-drawout, or fixed type.

48.7 FULLY DRAWOUT TYPE


In this type of construction it shall be possible to drawout the withdrawable chassis without having
to unscrew or unbolt any connections to the equipment mounted on the withdrawable chassis.
The power and control drawout type connections shall be of the stab-in or sliding type. All draw
out contracts, including the auxiliary and control wiring shall be of self-aligning type.

48.8 FIXED TYPE


In this type of construction all power connections to the equipment mounted on the base plate
shall be of the bolted type. All control circuit connections to equipment mounted on the base plate
shall be carried out through conventional terminal blocks mounted in the respective base plate. It
shall be possible to remove the base plate after unbolting/unscrewing all the power and control
circuit connections to the equipment mounted on the base plate.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 314
PARTICULAR SPECIFICATIONS (CONTD...)

48.9 INTERCHANGEABILITY
(a) All identical equipment and corresponding parts including chassis of drawout modules of the
same size shall be fully interchangeable, without having to carry out modifications. For trouble
free interchange ability, the drawout arrangements shall be designed such that normal
dimensional variations are taken care of by self-aligning feature of the modules. Components
and equipment that are not fully interchangeable will be rejected. VENDOR shall replace all
such equipment by fully interchangeable equipment at his cost.

(b) Switchgear shall be designed in such a way that all component equipment and bus bars
operate satisfactorily without exceeding their respective maximum permissible rise in
temperature under ambient temperature conditions prevailing with the switchgear cubicle, with
reference ambient temperature outside the switchgear cubicles.

(c) All dummy cubicles necessary to meet the requirements of this specification shall be included
in the VENDOR's scope.

(d) No equipment/devices associated with a particular circuit shall be mounted in any other circuit
module.

48.10 MAIN BUSES & TAPE


(a) Switchgear shall be provided with three phase bus bars and neutral.

(b) Bus bars shall be of uniform cross section throughout the length of the switchgear.

(c) The bus bars shall be made of high conductivity copper alloy of E9IE grade.

(d) Bus bars shall be provided with at least the minimum clearances in air as per applicable
standards for a 500V, 3 phase system.

(e) All bus - bars, bus-taps shall be insulated with close fitting sleeve of hard, smooth, dust and
dirt free plastic insulation of high dielectric strength (450 V/mil) to provide a permanent high
dielectric non-ageing and non-tracking protection; impervious to water, tropical conditions and
fungi. The insulation shall be non-inflammable and self-extinguishing and in fast colours to
indicate phase. The joints shall be insulated in such a way as to provide for accessibility of
contact bolts for maintenance. The dielectric strength and properties shall hold good for the
temperature range of 0 deg.C to 90 deg.C.

(f) Bus bars shall be adequately supported and braced to withstand the stresses due to the
specified short circuit currents for the associated switchgear. Bus bars supports shall be
made of Hylam sheets, glass reinforced moulded plastic material, permali wood or cast resin.

(g) Separate supports shall be provided for each phase of the bus bars. If a common support is
provided for all three phases, anti tracking barriers shall be incorporated.

(h) Bus bar joints shall be complete with high tensile steel bolts and lock washers and nuts. Bus
bars shall be thoroughly cleaned at the joint locations and a suitable contact grease shall be
applied just before making a joint.

48.11 AUXILIARY BUSES


Auxiliary buses for control power supply, space heater power supply or any other specified service
shall be provided. These buses shall be insulated, adequately supported and sized to suit specific
requirements. The material of control power supply buses shall be electrolytic copper. The
material for space heater power supply buses shall be same as that for the main power buses.
Supply transformer(s), auxiliary busbars and necessary connections to the supply transformers
and associated circuits shall be in the VENDOR's scope.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 315
PARTICULAR SPECIFICATIONS (CONTD...)

48.12 CIRCUIT BREAKERS


a) Circuit breakers shall be of the air break drawout type, mounted along with its operating
mechanism on a wheeled carriage moving on guides, designed to align correctly and allow
easy movements.

i) of the shunt trip type.

ii) provided with an operating mechanism of the type specified.

iii) provided with mechanically operated targets to show 'Open', 'Closed', 'Service' and
'Test' positions of the circuit breaker.

iv) provided with mechanical operated, red 'trip' push button, shrouded to prevent
accidental operation.

v) provided with locking facilities in the 'Service', 'Test' and 'Isolated', positions. In test
position the breaker will be tested without energising the power circuits. The
breaker shall remain fully housed inside the compartment in the test position.

vi) provided with 6 No. and 6NC potential free auxiliary contacts, rated 10A at 240V
A.C. and 1A (inductive breaking) at 220 V D.C.

vii) provided with 'red', 'green' and 'amber' indicating lamps to show 'closed', 'open'
and 'auto-trip' conditions of the circuit breaker when breaker operation is controlled
by a control switch.

b) Circuit breakers shall be provided with the following interlocks.

i) It shall not be possible to plug-in a closed circuit breaker, or to drawout a circuit


breaker in the closed position.

ii) It shall not be possible to operate a circuit breaker unless it is in the fully
plugged-in, test, or fully isolated position.

(c) Circuit breaker closing and trip coils shall be rated for satisfactory operation on a control
supply system indicated in Data Sheet-A.

(d) Closing and trip coil shall operate satisfactorily under the following conditions of supply
voltage variation :

(e) Closing coils-85% to 110% of rated voltage.

(f) Trip coils-50% to 110% of rated voltage.

(g) The breakers controlling motors shall operate satisfactory under following conditions:-

i) Direct - online starting of the specified motor.

ii) Breaking no load current of the specified motor.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 316
PARTICULAR SPECIFICATIONS (CONTD...)

48.13 OPERATING MECHANISM


(a) Circuit breaker shall be provided with operating mechanism as specified.

(b) Power operated mechanism shall be of the motor wound spring charging stored energy type.

(c) The closing action of the circuit breaker shall charge the tripping spring ready for tripping.

(d) Speed of closing of contacts shall be independent of the speed with which the handle is
operated.

(e) All stored energy mechanisms shall be provided with mechanical Indicators to show the
`charged' and `discharged' conditions of the spring.

(f) Circuit breakers provided with stored energy operating mechanisms shall be provided with the
following interlocks.

(g) The circuit breaker shall not close unless the spring is fully charged.

(h) Shocks, vibrations, or failure of springs shall not operate the breaker or prevent intended
tripping. Power operated mechanism shall be Provided with a universal motor suitable for
operation on A.C. and D.C. control supplies specified in Annexure-A with voltage variation
from 85% to 110% rated voltage.

(i) Designed to enable a continuous sequence of closing and opening operation as long
power is available and at least one opening operation on power supply failure.

(j) Provided with emergency manual charging facilities.

48.14 MOULDED CASE CIRCUIT BREAKER :


(a) Moulded case circuit breakers shall be made of insulating case and cover made of high
strength, heat resistant and frame-retardant thermosetting insulating material.

(b) The switching mechanism shall be made/quick-break type utilizing a trip free toggle
mechanism. The handle position shall give positive indication of weather the breaker is
ON(top), OFF(down) or tripped (midway). For overload protection, three bimetal magneto-
thermal release and electromagnets releases for short circuit protection to be provided. The
magneto-thermal release shall be variation and direct acting. All releases shall operate on a
common trip bar so that all phases are disconnected in the event when fault occurs even on
only one of them.

(c) The contacts shall be made of silver allow and arc chutes shall be made of de-lon plates.
These plates shall be housed in a vulcanised fibre casing. The arc chutes shall be capable of
quenching the arc rapidly and drawing away the arc from contact tips.

(d) The terminates shall have sufficiently large dimensions to accept links or cable lugs of suitable
sizes.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 317
PARTICULAR SPECIFICATIONS (CONTD...)
48.15 MINIATURE CIRCUIT BREAKERS (MCB)
a) MCBs shall be hand operated, air break, quick make, quick break type conforming to
applicable standards.

b) MCB shall be provided with overload/short-circuit protective device for protection under
overload and short-circuit conditions. The minimum breaking capacity of MCBs shall be 3
KA r.m.s. at 415V/220V D.C.

c) MCBs shall be provided with locking facility.

48.16 AIR BREAK SWITCHES


a) Air break switches shall be of heavy duty, group operated load break, fault make type,
complying with the requirements of applicable standards.

b) The switches shall be capable of withstanding the thermal stresses caused by overloads,
locked rotor and short circuit currents of values associated with protective relay settings
and the let through current of the associated fuse.

c) The switches shall be capable of withstanding the mechanical stress caused by the peak
short circuit current of value equal of the cut-off current of the associated fuse.

d) Whenever solid links are used for the connections between switches and fuses, such
links shall be fitted with insulated sleeves.

e) All live parts of the switch shall be shrouded.

f) Switch operating handles shall be suitable for padlocking in 'OFF' position.

g) Each switch shall be interlocked with the associated compartment door to achieve the
following interlocks:-

(h) It shall be possible to open the door only when the switch is in the 'OFF' position.

(j) It shall not be possible to close the switch with the door open.

(k) Suitable means however shall be provided to intentionally release the interlocks specified
above for making trip setting adjustments and operation tests.

48.17 FUSES
(a) Fuses generally shall be of the HRC cartridge fuse-link type having a certified rupturing
capacity of not less than 80 kv at 440 V. Fuses upto 63A for distribution systems of medium
short circuit levels may be of HRC cartridge screw-cap type, having a certified rupturing
capacity of not less than 46 KA at 440 V and 16 KA at 250V DC.

(b) Fuses shall be provided with visible indication to show that they have operated.

(c) Fuses shall preferably be mounted on moulded plastic carriers and shall be complete with
fuse bases.

(d) Wherever it is not possible to mount fuses on carriers, fuses shall be directly mounted on plug
in type of bases. In such cases an insulated fuse pulling handle shall be provided for each
size of fuse for each switch board.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 318
PARTICULAR SPECIFICATIONS (CONTD...)

48.18 MOTOR STARTERS


48.18.1 CONTACTOR
(a) Motor starter contactors shall be of the electromagnetic type rated for uninterrupted duty as
defined in applicable standards.

(b) Main contacts of motor starter contactors shall be of silver plated copper.

(c) Each motor-starter contactor shall be provided with two NO and two NC auxiliary contacts.

(d) Insulation class of operating coils shall be class B or better.

(e) Operating coils of contactors shall be suitable for operation from the specified control supply
system.

(f) Contactors shall be of the double break, non-gravity type.

(g) One number spare auxiliary contactor with 4 No./4NC contact along with its coil completely
wired up to the terminal should be provided.

48.18.2 DIRECT-ONLINE STARTERS


Direct-online starters shall be suitable for Class AC 3 utilisation category.

48.18.3 REVERSING STARTERS


(a) Reversing starters shall comprise forward and reverse contactors, electrically interlocked
with each other.

(b) Reversing starters shall be suitable for Class AC 4 duty.

48.18.4 THERMAL OVERLOAD RELAYS


(a) Starters shall be complete with a three elements, positive acting, ambient temperature
compensated, time lagged thermal overload relay with adjustable settings. The settings
range shall be properly selected in accordance with the rating of the motor.

(b) Thermal overload relays shall be hand reset type.

(c) `Stop' push button of the starter and hand reset device shall be separate from each other.

(d) Overload relay hand reset push button shall be brought out on the front of the
compartment door.

(e) Overload relay shall be provided with at least one 'NO' and one 'NC' or one change-over
contact.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 319
PARTICULAR SPECIFICATIONS (CONTD...)

48.19 CURRENT TRANSFORMERS


(a) Current transformers shall be of the dry type.

(b) Current transformer shall have a short time withstand rating equal to the short time withstand
rating of the associated switchgear for one second.

(c) Unless otherwise specified, the minimum performance requirement of current transformers
are as follows :-

(i) Measuring CTs-7.5VA, accuracy class 1.0 and an instrument safety factor of 5.

(ii) Protective CTs - 7.5 VA, accuracy class 5P and an accuracy limit factor of 10.

(d) Notwithstanding the above it shall be the VENDOR'S responsibility to coordinate the current
transformer burden with the requirements of relays, instruments and leads associated with
that particular current transformer.

(e) Test links shall be provided in both secondary leads of the CTs to easily carry out current and
phase angle measurement tests.

(f) All current transformers shall be earthed through a separate earth link on the terminal block to
permit easy measurement of the current transformer insulation resistance. (CTs built-in with
the thermal relays of the contactors are excluded).

48.20 VOLTAGE TRANSFORMER


(a) Voltage transformers shall be of dry type.

(b) Unless otherwise specified, the minimum performance requirements of voltage transformers
are as follows :

(i) Measuring VTs - 15 VA per phase and accuracy class 1.0.

(ii) Protective VTs - 15 VA per phase and accuracy class 1.0.

(iii) Dual purpose VTs - 100 VA and dual accuracy class 1.0/3.0 for meterin and
protection respectively. VA is per phase.

(c) All secondary windings of voltage transformers including open delta windings shall be rated for
110/ 3 V per phase.

(d) Voltage transformers shall have a continuous overvoltage factor of 1.2 and short time
overvoltage factor as follows :

(e) 1.5 for 30 seconds in case of effectively earthed. 1.9 for 8 hours in case of non-effectively
earthed system.

(f) Voltage transformers shall be complete with suitable rated primary, secondary and tertiary
fuses. Primary fuses shall have a rupturing capacity equal to the rupturing capacity rating of
the associated switchgear. Fuses shall be provided on each sub circuit.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 320
PARTICULAR SPECIFICATIONS (CONTD...)

(g) It shall be possible to replace voltage transformers without having to de-energise the main bus
bars.

(h) The terminals of V.T. secondary and tertiary windings which are required to be connected to
earth shall be earthed by an isolating link without a fuse.

i) Single phasing preventers relay shall be provided when required to protect motor against
single phasing. The relay shall not operate for supply voltage unbalance of + 5% but shall
positively operate for supply voltage unbalance of more than + 5%. The relay shall operate in
the event of a single phase fuse blowing even though the motor c.m.f. in the concerned phase
is of the order of 85%.

j) After sensing single phasing the relay shall operate with a time delay of 2 to 3 sec. The relay
shall not operate for a 3 phase power supply failure. The relay shall be of the hand reset type
with a hand reset push button. Resetting shall be instantaneous and independent of the
adjusted time delay in the tripping of the unit. Visual indication for the operation of the relay
shall be provided.

k) The relay shall be suitable for application to protect reversible and non-reversible motors.
The relay operation shall be independent of the motor KW rating, the loading conditions prior
to the occurrence of the single phasing and rpm of the motor. The relay shall be of the fail
safe type and shall operate to trip the motor when the relay internal wiring is accidentally open
circuited.

48.21 RELAYS
(a) The following clauses shall apply to the protective relays.

(b) Relay shall be -

i) Enclosed in dust proof flush mounting drawout type cases.

ii) Accessible for setting and resetting from the front.

iii) Provided with positive acting hand-reset flag indicators visible from the front.

(c) Access to setting devices shall be possible only after the front covers are removed. Access to
resetting devices shall be external to the case.

(d) Auxiliary relays shall be rated to operate satisfactorily between 70% and 110% rated voltage.

(e) Each relay shall be provided with at least two separate voltage from contacts.

(f) Make and type of relays shall be subject to the EIC approval.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 321
PARTICULAR SPECIFICATIONS (CONTD....)

48.22 INDICATING INSTRUMENTS AND METERS


(a) Electrical indicating instruments shall be of minimum 96mm x96mm square size, suitable for
flush mounting.

(b) Indicating instruments shall have provision for zero adjustment outside the cover.

(c) Instrument dials shall be parallax free with black numerals on a white dial.

(d) Ammeters provided on motor circuits shall be provided with a suppressed extended scale to
indicate motor starting current.

(e) Watt hour meters shall be of the direct reading electro-dynamometer type complete with
cyclometer type dials and reverse running stops.

48.23 INDICATING LAMPS


(a) Indicating lamps shall be :

i) of the filament type and of low watt consumption

ii) provided with services resistors

iii) provided with translucent lamp covers of colours 'Red', 'Green' and 'Amber'
as required in the control wiring diagrams.

(b) Bulbs and lenses shall be easily replaceable from the front.

48.24 CONTROL AND SELECTOR SWITCHES


(a) Control and selector switches shall be :

i) of the rotary type

ii) adequately rated for the purpose intended (Minimum acceptable rating is
10A continuous at 240V AC and 1A inductive break) 220V DC.

iii) provided with escutcheon plates clearly marked to show the positions.

(b) Control switches for circuit breakers shall be provided with pistol grip type handles.

(c) Control switches for circuit breaker control shall be provided with

(d) contact development and sequencing device.

(e) Selector switches shall be :

i) of the maintained contact stay put type. Switches in ammeter circuits shall
have make-before-break type contact.
ii) provided with oval handles.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 322
PARTICULAR SPECIFICATIONS (CONTD....)

48.25 PUSH BUTTONS


(a) Push button shall be :

i) of the momentary contact, push to actuate type rated to carry 10A at 240V AC and
1A (inductive breaking) at 220V DC.

ii) fitted with self reset, 2 NO and 2 NC contacts.

iii) provided with integral escutcheon plates marked with its function.

(b) `Start', `Open', 'Close' push buttons shall be green in colour.

(c) `Stop' push buttons shall be red in colour.

(d) All other push buttons shall be black in colour.

(e) `Emergency Stop' push buttons shall be of the lockable in the pushed position type and shall
be shrouded to prevent accidental operation. Key shall not be required for the operation of the
push button.

48.26 SPACE HEATERS ( As applicable)


(a) Space heaters for switchgear panels shall be :

i) suitable for operation on a supply system as specified

ii) provided with single pole MCD with overload and short circuit release

iii) provided with thermostats to cut off the heaters at 45 deg.C.

(b) For details for spacing between terminals; clearance between gland plate and first row
terminals; and size of gland plate refer Annexure - B, Table-I, II & III.

48.27 CABLE TERMINATIONS


(a) Suitable compression type heavy duty brass cable glands with nuts, rubber sealing ring and
brass washers mounted on a removable and control cables entering the switchgear shall
incorporate built in facilities for earthing the wire armour of cables. Cable glands shall be
plated to avoid corrosion.

(b) Power cable glands and crimping type lugs shall be supplied to suit the cable sizes given in
clause 3. If during course of detailed engineering of the switchgear it is found necessary to
provide more glands or glands of higher size than those envisaged the vendor shall provide
and accommodate the same.

(c) Wire Sizes :

(d) The vendor shall select the power cable glands and lugs based on the following cable sizes.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 323
PARTICULAR SPECIFICATIONS (CONTD...)

(e) Type of cable : 1100 V grade stranded aluminium conductor PVC insulated PVC sheathed
armoured and outer sheathed FRSL ceated cable conforming to IS:1554 Part-I.

--------------------------------------------------------------------------------------------------------------
KW Rating No. of cores x Approximate overall
Service conductor size(mm2) diameter/mm
--------------------------------------------------------------------------------------------------------------
Upto 3 3x4 18
3.1 - 7.5 3x6 19.5
7.6 - 1.5 3 x 16 24
16 - 25 3 x 35 30
26 - 40 3 x 70 34
41 - 55 3 x 120 40
56 - 70 3 x 185 49
71 - 85 3 x 240 55.5
86 - 110 3 x 400 60
111- 175 3 x 1C x 500 -
Space Heating 2x6 19

(f) For supporting & clamping cable cores at regular intervals inside the cable alleys, suitable
shutted angles, upto the respective terminal blocks shall be provided.

(g) Necessary crimping type of tinned copper cable lugs for connecting the individual cores to the
respective terminals, shall be provided.

48.28 INTERNAL WIRING


(a) Control wiring shall be of the rating of 650V and power wiring shall be of the rating of 1100V.

(b) Wiring inside the switchgear shall be carried out with 1100/650 V grade, PVC insulated,
stranded conductor wires. Minimum size of conductor for power circuits is 4 sq.mm copper or
equivalent size aluminium conductor. Control circuits shall be wired with copper conductor of
at least 2.5 sq.mm for CT circuits and 1.5 sq.mm for other circuits, the number and size of
strands shall be 7 of 0.67 mm and 0.5mm diameter respectively.

(c) Engraved identification ferrules, marked to correspond with the wiring diagrams shall be fitted
to each wire. Ferrules shall be of yellow colour with black lettering.

(d) Wires forming part of a tripping circuit of circuit breaker shall be provided with an additional red
ferrule marked 'T'.

(e) Spare auxiliary contacts of all equipment forming part of the switchgear shall be wired up to
the terminal blocks.

(f) Spare and unassigned modules shall be complete with internal wiring.

(g) Wiring shall be terminated on preferably stud type terminal blocks such that the wires are
connected by cable lugs with nuts and washers/lock-nuts.

(h) Not more than two connections shall be made on any one terminal.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 324
PARTICULAR SPECIFICATIONS (CONTD...)

48.29 TERMINAL BLOCKS


(a) Terminal blocks (both for power and control circuit) shall be of reputed make specially for CT
and VT circuit. It shall comprise of finely threaded pairs of brass studs of at least 6mm
diameter, links between each pair of studs, washers, nuts and locknuts. The studs, shall be
securely locked within the mounting base to prevent their turning. Insulated barriers shall be
provided between adjacent terminals.

(b) Terminals for circuits with voltage exceeding 125 V shall be shrouded. Terminal blocks shall
be grouped depending on circuit voltage. Different voltage groups of terminal blocks shall be
segregated.

(c) Terminal blocks shall be adequately rated to carry the current of the associated circuit.
Minimum rating of the terminal block is 10A.

(d) Terminals shall be numbered for identification. Engraved white-on-black labels shall be
provided on the terminal blocks, describing the function of the circuit. Where duplication of a
terminal block is necessary it shall be achieved by solid bonding links.

(e) Terminal blocks for CT secondary lead wires shall be provided with shorting and
disconnecting/earthening facilities.

(f) Terminal blocks shall be arranged with at least 100mm clearance between two sets of terminal
blocks.

(g) Control terminals for external connections shall be suitable for terminating at least two
conductors each of 2.5 sq.mm size.

48.30 LABELS
(a) All labels shall comprise white letters one a black background.

(b) Labels shall be made of non-rusting metal or 3-ply lamicoid, or engraved PVC.

(c) Labels shall be properly fixed, with provision to prevent distortion due to expansion.

(d) Size of lettering shall be 6mm.

48.31 EARTHING
(a) Each MCC and LCC shall be provided with an earth busbar running along the entire length of
the board. Material and size of the earth busbar shall be as specified in data sheets. At either
end of the earth bus, one (1) clamp type terminal with nuts, bolts and washers shall be
provided for bolting the main earthing conductor of size and material indicated in data sheets.
In case the earth bus is provided near top of the switchgear, one down comer at either end
shall be provided for connection to the main earthing conductor.

(b) Earth bus bars shall be supported at suitable intervals.

(c) Positive connection between all the frames of equipment mounted in the switchboard and
earth bus bar shall be provided by using insulated copper wires/bare bus bars of cross section
equal to that of the bus bar, or equal to half the size of circuit load current carrying conductor,
whichever is smaller.

(d) All instrument and relay cases shall be connected to the earth busbar using 1100/650 V
grade, 2.5 sq.mm stranded, copper, earthing conductor.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 325
PARTICULAR SPECIFICATIONS (CONTD...)

48.32 LOCAL PUSH BUTTON STATIONS


CONSTRUCTION FEATURES
The constructional feature of the local push button stations shall be as follows :

a) Metal enclosed, weather-proof suitable for mounting on wall or steel structures. The
enclosure shall be dia cast aluminium or sheet metal of 2mm thickness.

b) Dust and vermin proof.

c) Provide a degree of protection of not less than IP:54.

d) Metal parts shall be given tropical sing treatment as per standards with one coat of epoxy
primer and two coats of light grey epoxy paint.

e) Provided with inscription plates of rear engraved Perspex with white letters on black
background. The letter size shall be 6mm.

f) Provided with two earthing terminals suitable for 8 SWG G.I. wire.

g) Provided with removable undrilled gland plate and adequate members of cable glands for
PVC insulated, armoured cable. The cable entry shall be from the bottom.

h) All local push button stations shall have locking facility. The lock switch shall have two
positions “locked and unlocked” and “unlocked”. When in unlocked position the switch shall
allow individual starting of the equipment. Start/stop push buttons provided for local
operation of the equipment shall be provided on the same enclosure and also stop rush
buttons shall be lockable in stop position. The lock switch shall be key operated.

48.33 PUSH BOTTON


a) The Open/Close/Start push buttons shall be of the momentary contact push to actuate
type.

b) The stop push buttons shall be stay put type with mushroom knob.

c) All push buttons shall be :


i) Fitted with two (2) normally open and two (2) normally closed contacts rated to carry
and break 6 Amps at 415 Volts. (10A at 240 AC).

ii) Provided with integral escutcheon plates marked with its function.

d) ‘Open/Close/Start’ push buttons shall be green colour.

e) ‘Stop’ push button shall be red in colour.

48.34 WIRING
(a) The push button station shall be as follows : Push button station Type-A – Each P.B.,
station shall comprise three push buttons viz. ‘OPEN’ ‘CLOSE’ and ‘STOP’ for control of
reversible motors.

(b) Push button station type B-Each P.B. station shall comprise two push push buttons viz.
‘START’ and ‘STOP’ for control of non-reversible motors.

(c) Push button station type-C-Each P.B. station shall comprise only one push button i.e.
‘STOP’ for emergency stop function.

(d) Power - Electricity at specified voltage (415/220V).


Signature of Contractor for Accepting officer
CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 326
PARTICULAR SPECIFICATIONS (CONTD...)

48.34.1 The controls shall be complete with actuators, probes, relays, transforms, wiring, etc.

48.34.2 Safety controls of chilled water unit shall be as under :

a) Compressor - High/Low pressure stat/manual reset type


high bearing temperature safely.
b) Chiller thermostat - Manual reset type antifreeze.
c) Oil pressure - Different safely switch with manual reset
button, it should have a time delay relay for
start up of the compressor.
d) Main motor - Thermal relay to overloading of motor &
overheating of winding.
48.34.3 Interlocks for refrigeration unit shall be :
a) Flow switches in condenser and chiller lines to prevent compressor starting
without water flow.

b) Oil temperature to be maintained at set point.

c) Condenser and chilled water pumps and cooling tower fans shall be interlocked
with chilling units to prevent operation without pump and cooling tower fan running.

48.35 TESTS
(a) Switchgear shall be subjected to following tests :

i) Temperature rise test on power circuits.

ii) Short time current tests on power circuits.

iii) Mechanical operation test.

iv) High voltage test.

v) Electrical control interlock and sequential operation tests.

vi) Verification of wiring as per approved schematic.

(b) Type tests and routine tests shall be carried out on all associated equipment as per relevant
standards.

(c) Certified copies of all type and routine test certificates shall be submitted for the Engineers
approval before despatch of the switchgear.
48.36 DRAWINGS AND DATA
As part of proposal BIDDER shall furnish the following drawings and data :

a) For each switchgear, overall dimension drawing showing front view, plan, elevation
and cross-section. All drawings and data sheets shall be annotated in English.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 327
PARTICULAR SPECIFICATIONS (CONTD...)

49 ELECTRICAL CABLING WORKS


49.1 WIRING OF EQUIPMENT
49.1.1 CABLES:

(a) PVC insulated aluminium conductor Armoured cables shall be used for connecting motors.

49.2 CABLE GLANDS:


(a) Heavy duty compression type cable gland alongwith the cable lugs shall be used for
termination of cables. The cable glands shall be of cadmium plates brass. For all power
cables, crimped type copper cable lugs shall be provided.

(b) The cable trays shall be channel type made out of M.S. sheets (slotted) having a minimum
thickness of 2mm duly painted. (Cable trays exposed to atmosphere shall be hot dip
galvanised). The Clamps used shall be Aluminium with G.I/Cadmium plated nut-bolts. The
size of these trays shall be selected considering the number of cables and leaving minimum
20% spare area. The arrangement of cables in these trays shall be in Single Tier Formation.

(c) Sharp bending of the cables shall be avoided. The radius for bending PVC insulated cable
and sheath armoured cable shall not be less than 10D where "D" overall diameter of the
cable. Wherever cable rises from concrete trenches, these shall be taken in G.I. pipes of
suitable size. The Contractor shall make sure that the 40% area of pipe shall be free after the
cable is laid.

49.3 WIRE SIZES


Final connection to the equipment shall be through flexible wiring enclosed in galvanised flexible
conduit rigidly clamped at both ends. An isolator shall be provided near each motor/equipment
wherever the motor/equipment is separated from the supply panel through a partition barrier or
through ceiling construction. P.V.C. insulated single strand hard drawn copper conductor wires
shall be used inside the control panel for connecting different components and all the wires
inside the control panel shall be neatly dressed and plastic beads shall be provided at both the
ends for easy identification. All the wires shall be suitably sized for motor duty.

49.4 EARTHING
Main power upto the Electrical panels in Plant rooms along with earthing shall be provided by
other agency. Each panel shall be earthed to building main earthing. All the motor etc. shall be
double earthed to the panel. All three phase motors/equipment shall be earthed with two
independent earth conductors as per the requirement of Indian Electricity Rules and Regulation
- 1956.

49.5 DRAWINGS
Shop drawing for control panel and wiring of equipment showing the route of conduit/cables
shall be got approved by the Consultant/Architect before starting the fabrication of panel and
starting the work.On completion four sets of completion/"As installed" drawings incorporating all
details like conduit routes, number of wires in conduit, location of panels, switches, junction/pull
boxes and cable route etc. shall be furnished by the Contractor.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 328
PARTICULAR SPECIFICATIONS (CONTD...)

49.6 TESTING
Before commissioning of the equipment the entire Electrical Installation shall be tested in
accordance with code of Practice IS:732-1963 (Revised) and test report furnished by a qualified
and authorised person. The entire electrical installation shall be got approved by Electrical
Inspector and certificate from Electrical Inspector shall be submitted. All tests shall be carried
out in presence of Consultant/Architect.

49.7 PAINTING
All sheet steelwork shall undergo a process of degreasing, pickling in acid, cold rinsing,
phosphatising passivating and then sprayed with a high corrosion resistant primer. It shall then
be baked in an oven. The finishing treatment shall be by application of synthetic enamel paint of
approved shade.

50 MODE OF MEASUREMENT
50.1 GENERAL
This specification covers measurement of various items/materials at site.

50.2 UNIT PRICES IN THE SCHEDULE OF QUANTITIES


(a) The item description in the Schedule of Quantities is in the form of a condensed resume. The
unit price shall be held to include every thing necessary to complete the work covered by this
item in accordance with the specifications and drawings. The sum of all the individual item
prices shall represent the total price of the installation ready to be handed over.

(b) The unit price of the various items shall include the

(c) All equipment, machinery, apparatus and materials required as well as the cost of any tests
which the consultant may request in addition to the tests generally required to prove quality
and performance of equipment.

(d) All the labour required to supply and install the complete installation in accordance with the
specifications.

(e) Use of any tools, equipment, machinery, lifting tackle, scaffolding ladders etc. required by the
contractor to carry out his work.

(f) All the necessary measures to prevent the transmission of vibration.

(g) The necessary material to isolate equipment foundations, from the building structure,
wherever necessary and suggested by the Engineer.

(h) Storage and insurance of all equipment apparatus and materials.

(i) The Contractor's unit price shall include all equipment, apparatus material and labour
indicated in the drawings and/or specifications in conjunction with the item in question, as well
as all additional equipment, apparatus, material and labour usual and necessary to complete
the system even though not specifically shown, described or otherwise referred to.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 329
PARTICULAR SPECIFICATIONS (CONTD...)

50.3 MEASUREMENTS OF SHEET METAL DUCTS, GRILLES/DIFFUSERS, ETC.

a) Sheet Metal Ducts

(i) All duct measurements shall be taken as per actual outer duct surface area including
bends, tees, reducers, collars and other fittings. Gaskets, nuts, bolts vibration isolation
pads, vanes are included in the basic duct items of the B.O.Q.

(ii) The unit of measurements shall be the finished sheet metal surface area in metre
squares. No extra shall be allowed for overlaps.

(iii) All the guide vanes, deflectors access panels, splitter dampers within the duct work
shall be (iv) considered as part of the duct and nothing will be paid extra on this account.

(iv)The unit duct price shall include all the duct hangers, supports and `Hilti' metallic
fasteners as well as any materials and labour required to complete the duct frame.

b) BOX DAMPERS
Box dampers wherever shown or required in ducts shall be measured as per finished
inside cross-sections and paid as per the calculated are in sq.m.

c) GRILLES/DIFFUSERS
(i) All measurements of grilles/diffusers shall be the nominal outlet size excluding the outer
flanges.

(ii) The square or rectangular grilles/diffusers shall be measured in plain sq.m.

(iii) All round diffusers shall be measured by their diameters in centimetre.

(iv) All linear diffusers shall be measured as per actual length in meters.

50.4 MEASUREMENTS OF PIPING, FITTINGS, VALVES, FABRICATED ITEMS


a) Pipe (Including Water Piping, Oil Piping, L.P. Gas Piping, Air Piping, Vacuum Piping, etc.)

(i)All pipes shall be measured in linear meter (to the nearest Cm.) along the axis of the
pipes and rates shall be inclusive of all fittings e.g. tees, bends, reducer, elbows, hanger
support bracket, etc. Deduction shall be made for valves in the line.

(ii) The rate quoted shall be inclusive of cutting holes, `Hilti' metallic fasteners and inclusive
of all items as specified in specifications and Schedule of Quantities.

(iii) Rates quoted shall be inclusive of providing and fixing vibration pads and wooden
pieces, wherever specified or required by the Engineer-in-Charge.

(iv) Flexible connections, wherever required or specified shall be measured as part of


straight length of same diameter, with no additional allowances being made for providing
the same.

(v) The length of the pipe for the purpose of payment will be taken through the centre line
of the pipe and all fittings (e.g. tees, bends, reducers, elbows, etc.) as through the fittings
are also presumed to be pipe lengths. Nothing extra whatsoever will be paid for over and
above the fittings. For valves and flanges, section 1.16.3.2 below applies:

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 330
PARTICULAR SPECIFICATIONS (CONTD...)

b) VALVES AND FLANGES


(i) All the C.I. and G.M. valves shall be measured according to the nominal size in mm and
shall be measured by number. Such valves shall not be counted as part of pipe length
hence deduction in pipe length, will be made wherever valves occur.

(ii) All gate and globe valves shall include two nos. of flanges and two numbers 150 mm
long M.S. nipples, with one side threaded matching one of the valves, and other welded to
the M.S. slip-on- flanges.

(iii) Rate for all valves shall also include the necessary number of bolts, nuts and washers,
3mm thick insertion gasket of required temperature grade companion flanges and all items
specified in the specification.

(iv) The rates quoted shall be inclusive of making connections to the equipment, tanks,
pumps, etc. and the connection made with an installed pipe line shall be included in the
rates as per the B.O.Q.

c) STRUCTURAL SUPPORTS
Structural supports including supports fabricated from pipe lengths for pipes shall be
measured as part of pipe line and hence no separate payment will be made. Rates shall
be inclusive of hoisting, cutting, jointing, welding, cutting of holes and chases in walls,
slabs or floors, painting supports and other items as described in specifications, drawings
and schedule of quantities or as required at site by Engineer-in-Charge.

d) COPPER CONNECTIONS FOR FAN COIL UNITS


Copper connection assembly for making connections to the fan coil units shall be
measured, as part of the fan coil unit price and shall include brass flare nuts, brass tees,
brass reducers, fittings, fixing of automatic 3 way valve, making connections and leak
testing, complete assembly as per specifications and drawings. Nothing extra shall be
payable on account of any variation in the length of copper pipe.

50.5 PAINTING
(i) Painting of all pipes, supports, valves and fittings shall be included with the cost of these
items. Nothing extra shall be paid for this work.

(ii) Painting of grilles/diffusers, tanks and equipment wherever required shall be in the cost of
these items.

50.6 INSULATION
Measurement of insulation for vessels, piping, equipment and ducts shall be made over the bare
uninsulated surface area of the metal.

a) PIPES
The measurements for insulation of piping shall be made in linear meters through all
valves, flanges, and fittings. Pipes/bends shall be measured along the centre line radius
between tangent points. If the outer radius is R1 and the inner radius is R2, the centre line
radius shall be measured as (R1+R2)/2. Measurement of all valves, flanges and fittings
shall be taken in running metre of pipe line as if they are also pipe lengths. Nothing extra
over the above shall be payable for insulation over valves, flanges and fittings in pipe
line/routings. Fittings that connect two or more different sizes of pipe shall be measured as
part of the larger size.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 331
PARTICULAR SPECIFICATIONS (CONTD...)

b) DUCTS
(i) The measurements for insulation of ducts shall be made in actual square meters of bare
uninsulated duct surface.

(ii) In case of bends the area shall be worked out by taking an average of inner and outer
lengths of the bends. Measure-ments for damper, flanges, fittings shall be for the surface
dimension for the connecting duct. Nothing extra over the above shall be payable for
insulation over dampers, flanges and fittings in duct routing.

c) VESSELS
The area of standard dished and flat ends of vessels shall be measured as the uninsulated
body of the shell. Areas for other shapes shall be the actual calculated area. There shall
be no deduction or additions for nozzles, handle ribs, dampers, expansion joints etc. all
projections on vessels or tanks shall be measured separately as pipe/duct.

d) ACCESSORIES INSULATION
The unit of measurement for accessories such as expansion tank, pumps, chiller heads
etc. shall be of uninsulated area in square meters. In case of curved or irregular surfaces,
measurements shall be taken along the curves. The unit insulation price shall include all
necessary adhesives, vapour proofing and finishing materials as well as additional labour
and material required for fixing the insulation.

e) ACOUSTIC DUCT LINING


(i) In case of acoustic lining of air ducts, measurements of the bare inside duct surface in
square metre, shall be final for billing purpose.

(i) The insulation/acoustic treatment shall include cost of battens/sections, supports,


adhesives, vapour proofing, finished tiles/boards/sheets as well as additional labour and
materials required for completing the work.

f) ROOF AND WALL INSULATION AND ACOUSTIC TREATMENT


(i) The unit of measurement for all under deck roof insulation wall insulation, wall/roof
acoustic panel shall be the acoustic uninsulated area of walls, roofs, to be treated, in
square metres.

(ii) The insulation/acoustic treatment shall include cost of battens supports, adhesives,
vapour proofing, finished boards/sheets as well as additional labour and materials required
for completing the work.

g) ACOUSTIC BAFFLE BOXES (WHEREVER REQUIRED)


The unit of measurement shall be the exposed inside face of the acoustic baffle boxes in
square meters. The unit price shall include all hold fasts, nuts, bolts connecting the size of
wall opening and making it good as well. Any additional materials and labour to fabricate
and fix the boxes.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 332
PARTICULAR SPECIFICATIONS (CONTD...)

51. PROJECT EXECUTION AND MANAGEMENT :


(a)The contractor shall ensure that senior planning and execution personnel from his
organization are assigned exclusively for this project. They shall have minimum 10 years
experience in this type of installations.

(b)For quality control & monitoring of workmanship, contractor shall assign at least one full time
engineer who would be exclusively responsible for ensuring strict quality control adherence to
the specifications and ensuring top class workmanship for the air-conditioning installation.

(c)The contractor shall arrange to have mechanized and modern facilities for transportation of
materials to the place of installation for speedy execution of work.

52. PERFORMANCE GUARANTEE :


The Contractor shall carry out the works in accordance with the drawings, specifications,
schedule of the quantities and other documents forming part of the contract. The contractor
shall be fully responsible for the performance of selected equipment (installed by him) at the
specified parameters and for the efficiency of the installations to deliver the required end results.
The contractor shall guarantee that the HVAC system as installed shall maintain the inside
conditions in the air-conditioning spaces as described under the Basis of Design in the
specifications. The guarantee shall be submitted in the performa sheet. Complete set of
architectural drawings are available in the architect/Consultants office and reference may be
made to same for any detail or information. The contractor shall also guarantee that the
performance of various equipment individually, shall not be less than the quoted capacity actual
power consumption shall not exceed the quoted rating, during testing and commissioning
handing over and guarantee period.

53. BYE-LAWS AND REGULATIONS :


The installations shall be inconformity with the by-laws and regulations and standards of the
local authorities concerned, in so far as these become applicable to the installations But if these
specifications and drawings call for a higher standard of material and / or workmanship that
those required by any of the above regulations and standards then these drawings and
specifications shall take precedence over the said regulations and standards. However if the
drawings and specifications require something which violates the bye-laws and regulations, then
the bye-laws and regulations shall govern the requirement of the installations.

54. TECHNICAL DATAS :


Each tenderer shall submit along with his tender, the technical data for all items listed in the
indicated format. Failure to submit complete data with the tenders may result in summary
rejection of the tender.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 333
PARTICULAR SPECIFICATIONS (CONTD...)

55. SHOP DRAWINGS :


55.1 (a) All the shop drawings shall be prepared on computer through latest Auto cad system
based on the architectural drawings, site measurements and interior designers drawings. All
heat load calculation shall be done within four weeks of the award of the contract, contractor
shall furnish for the approval of the architect / consultant two set of detailed shop drawings of all
equipment and material including the layouts of the plant rooms, AHU rooms, Fan rooms,
Cooling Towers, ventilation fans. Detailed ducting drawings showing exact location of supports,
flanges, bends, tee connections, reducers, guide vanes, silencers, distribution grids, Volume
control dampers, collars, grilles, diffusers, detailed piping drawings showing exact location and
type of support, valves, fittings etc. Acoustic lining and external insulation details for ducts, pipe
insulation etc. Electrical panels inside/outside views, power and control wiring schematics, cable
trays, supports and terminations. These shop drawings shall contain all information required to
complete terminations. These shop drawings shall contain all the information required to
complete the project as per specifications and as required by the Architect/Consultant/Owners
site representative. These drawings shall contain details of constructions, size arrangement,
operating clearances, performance characteristics and capacity of all items of equipment, also
the details of all related items of work by other contractors. Each shop drawings shall contain
tabulation of all measurable items of equipment/material / works and progressive cumulative
totals from other related drawings to arrive at a variation in quantity statement at the completion
of all shop drawings. Minimum 7 sets of drawings shall be submitted after final approval along
with their floppies.

(b) Each item of equipment/material proposed shall be a standard catalogue project of an


established manufactures strictly from the manufactures listed in tender and quoted by tenderer
in technical data part of tender.

(c) When the Architect/Consultant makes any amendment in the above drawings, the
contractor shall supply two fresh sets of drawings with the amendments duly incorporated along
with check prints for approval. The contractor shall submit further 7 sets of the shop drawings.

(d) When the Architect/Consultant makes any amendments in the above drawings, the
contractor shall supply two fresh sets of drawings with amendments duly incorporated along
with check prints for approval. The contractor shall submit further seven copies of shop
drawings to the owners site representative and all other agencies. No material or equipment
may be delivered or installed at the job site until the contractor has in his possession the
approved shop drawings for the particular material/equipment/installations.

55.2 Shop drawings shall be submitted for approval four weeks in advance of planned delivery and
installation of nay martial to allow Architect/Consultant ample time for dcrutiny7. No claims for
extension of time shall be entertained because of any delay in works due to his failure to
produce shop drawings at the right time in accordance with the approved programme.

55.3 Manufactures drawings, cataloguers, pamphlets and other documents submitted for approval
shall be in four sets. Each item in each set shall be properly labelled, indication the specific
services for which the4 material/ equipment is to be used, giving reference to the governing
section and clause number and clearly identifying in ink the items ands the operating
characteristics. Data for general nature shall not be accepted.

55.4 Samples of all materials like grilles, diffusers, controls, insulation, pre-molded pipe section,
control wires etc. Shall be submitted to the owners site representative prior to procurement.
These will be submitted in 2 sets of approval and retention by owners site representative and
shall be kept in their site office for reference and verification till the completion of the project.
Wherever directed a mock up or sample installation shall be carried out for approval before
proceeding for further installations.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 334
PARTICULAR SPECIFICATIONS (CONTD...)

55.5 Approval of shop drawings shall not be considered as a guarantee of measurement or that of a
building dimension. Where drawings are approved said approval doesn’t mean that the
drawings supersede the contract requirements, nor does it in any way relieve the contractor of
the responsibility or requirements to furnish material and perform as required by the contract.

55.6 Where contractor propose to use an item or equipment other than that specified or detailed on
the drawing which requires any redesign of the structure, partitions, foundations, piping wiring or
any other apart of the mechanical, electrical and architectural layouts, all such redesign and all
new drawings ands detailing required therefore shall be prepared by the contractor at his own
expenses and gotten approved by the architect/consultant/owners site representative. Any delay
on such account shall be at the cost and consequences to the contractor.

55.7 HVAC contractor shall prepare coordinated service shop drawings based on the drawings
prepared by electrical, plumbing & low voltage contractors to ensure adequate clearances are
available for installation of service for each trade. Where the work of the contractor has to be
installed in close proximity to or will interfere with the contractor has to be installed in close
proximity to or will interfere with the work of other trade he shall assist in working out space
conditions to make a satisfactory adjustment. If so directed by the owner’s site representative,
the contractor shall prepare composite working drawings and sections at a suitable scale, not
less than 1.50, clearly showing how his work is to be installed in relation to work of the other
trades. If the contractor installs his works before coordinating with other trades or so to cause
any interference with work of other trades he shall make all necessary changes without extra
cost to the owner.

55.8 Within four weeks of the approval of the relevant shop drawings the contractor shall submit four
copies of a comprehensive variation in quantity statement and itemized price list of
recommended (by manufacturer) imported and local spare parts and tools covering all the
materials/equipment in the contract. The project manger shall make recommendation to owner
to initiate action for procurement of spare parts and tools at the completion of project.

56. QUITE OPERATION AND VIBRATION ISOLATION :


All equipment shall operate under all conditions of load without any sound and vibration which is
objectionable in the opinion of the owner’s site representative. In case of rotating machinery
should or vibration noticeable outside the room in which it is installed or annoyingly noticeable
inside its own room shall be considered objectionable. Such condition shall be corrected by the
contractor at his own expenses. The contractor shall guarantee that the equipment installed
shall maintain the specified NC levels.

57. ACCESSIBILITY :
The contractor shall verify the sufficiency of the size of the shaft openings, clearances in cavity
walls and suspended ceiling for proper installation of his ducting and piping. His failure to
communicate insufficiency of the same. The contractor shall locate all equipment which must be
serviced operated or maintained in fully accessible positions. The exact location and size of all
access panels required for each concealed damper, valves or other devices requiring
attendance shall be finalized and communicated in sufficient time to be provided in the normal
course of work. Failing this the contractor shall make all necessary changes and repairs at his
own expenses. Access panel shall be standardized for each piece of
equipment/device/accessory and shall be clearly nomenclature / marked.

58. MATERIALS AND EQUIPMENT :


All materials and equipment shall conform to the relevant Indian standards and shall be of the
approved make and design. Makes shall be strictly in conformity with the list of approved
manufactures as per Appendix III.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 335
PARTICULAR SPECIFICATIONS (CONTD...)

59. MANUFACTURES INSTRUCTION :


Where manufacturer has furnished specific instructions relating to the material/equipment used
in this project, covering points specially not mentioned in these documents, such instructions
shall be followed in all cases.

60. BALANCING, TESTING AND COMMISSIONING :


Balancing of all air and water systems and all tests as called for the specifications shall be
carried out by the contractor through a specialist group, in accordance with the specifications
and ASHRAE guidelines and standards. Per romance test shall consist of three days of 10 hrs
each operation of each operation of each season. Witness testing of major equipment at factory
with two personnel from ownes/consultant shall be included.
The results for summer, monsoon and winter air conditioning in quadruplicate shall be submitted
for scrutiny, Four copies of the certified manufacturers parameters for the project, shall be
submitted along with the test certificates. Contractors shall also provide four copies of record of
all safety and automatic control settings for entire installation.
The installation shall be tested again after removal of defects and shall be commissioned only
after approval by the owners site representative. All tests shall be carried out in presence of the
representatives of the architect/consultant and owner’s site representative.

61. COMPLETION DRAWINGS


Contractor shall periodically submit completion drawings as and when work in all respects is
completed in a particular area. These drawings shall be submitted in the form of two sets of
floppies / CD’s and four portfolios (300 X 450mm) each containing complete set of drawings on
approved scale indicate complete plant room layouts, location of wiring and sequencing of
automatic controls locations of all concealed piping, valves, controls, dampers, wiring and other
services. Each portfolio shall also contain consolidated control diagrams and technical literature
on all controls. The contractor shall frame under glass, in the air-conditioning plant room, one
set of these consolidated control.

62. OPERATING INSTRUCTIONS & MAINTENANCE MANUAL :

Upon completion and commissioning of part HVAC system the contractor shall submit a draft
copy of operating instructions, maintenance schedules and log sheets for all system and
equipment included in this contract. This shall be supplementary to manufacturers operating
and maintenance schedules and log sheets for all system and equipment included in this
contract. Upon approval of the draft the contractor shall submit four complete bound set of
typewritten operating instructions and maintenance manuals. One each for retention by
consultant and the clients representative and two for owners operating personnel. These
manuals shall also include basis of design detailed technical data for each piece of equipment
as installed, spare parts manual and recommended spares for 3 years period of maintenance of
each equipment.

63. ON SITE TRAINING :

Upon completion of all works and all tests, the contractor shall furnish necessary operator’s
labour and helpers for operating the entire installation for a period not less than two weeks of
ten hours each to enable the owners staff get aquatinted with the operation of the system.
During this period the contractor shall train the owners personnel in the operation, adjustment
and maintenance of all equipment installed.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 336
PARTICULAR SPECIFICATIONS (CONTD...)

64. MAINTENANCE DURING DEFECTS LIABILITY PERIOD :

64.1 COMPLAINTS :

The contractor shall receive calls for any or all problems experienced in the operation of the
system under this contract, attend to these witting four hours of receiving the complaints and
shall take steps to immediately correct any deficiencies that may exist.

64.2 REPAIRS :

All equipment that require repairing shall be immediately serviced and repaired. Since the
period of mechanical maintenance runs for two years concurrently with the defects liability
period all replacement parts and labour shall be supplied promptly free of charge to the owner.

65. UPTIME GUARANTEE :

(a) The contractor shall guarantee for the installed system and uptime of 98%. In case of
shortfall in any month during the defects liability period, the defects liability period gets extended
by a month for every month having shortfall. In case of shortfall beyond the defects liability
period the contract shall get extended by a month for every month having the shortfall and no
reimbursement shall be done for the extended period.

(b) The contractor shall provide log tint he form of diskettes and bound printed
comprehensive log book containing tables for daily record of all temperature, pressure,
humidity, power consumption starting and stopping time for various equipment, daily service
rendered for the system alarms, maintenance records of unusual observations etc.

(c) Each tenderer shall submit along with the tender, a detailed operation assistance
proposal for the owners site representative / consultant’s review. This should include the type of
service planned to be offered during the defects liability period and beyond. The operation
assistance proposal shall give the details of the proposed monthly reports to the management.

(d) The tenderer shall include a list of such project where such an operation assistance has
been provided.

66. OPERATION AND MAINTENANCE (OPTIONAL) :

Contractor may be required to carry out the HVAC installation for a period of two years from the
date of commissioning and handing over of the entire system, i.e. during the defects liability
period. Further he may also be required to carry out operation and all inclusive maintenance of
the entire system for a period of three years beyond the defects liability period. Cost of such
proposal shall be quoted separately as per the BOQ.

67. OPERATION CONTRACT :

(i) 24 hours a day, year round


(ii) All standby equipment to be operated as per mutually agreed program.
(iii) Proper entry and upkeep of relevant log books.
(iv) Maintain complaint register. Submit weekly reports.
(v) Proper housekeeping of all areas under the contract.
(vi) Prepare daily consumption report and summary of operation.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 337
PARTICULAR SPECIFICATIONS (CONTD...)

68. ALL INCLUSIVE MAINTENANCE CONTRACT :


(a) ROUTINE PREVENTIVE MAINTENANCE SCHEDULE TO BE SUBMITTED.

(i) Schedule to cover manufacturers recommendations and / or common


engineering. Practice (for all plant and machinery under the contract)

(ii) Plant and history card giving full details of equipment and frequency of check and
overhaul.

(iii) Monthly status report.

(iv) Entire HVAC installation to be painted in fourth year (from commissioning) before
the expiry of operation and maintenance contract.

(b) UPTIME DURING MAINTENANCE CONTRACT :


(i) 98% uptime of all system under contract.

(ii) Uptime shall be assessed every month and in case of shortfall during any month
the contract shall be extended by a month.

(iii) There shall be no reimbursement for the extended period.

(iv) Breakdown shall be attended within ten hours of reporting.

(v) Spare compressor/motor assemble shall be made available within seven


calendar days in case of total breakdown/burnout.

(c) MANPOWER :
(i) Adequate umber of persons to the satisfaction of the owner’s site representative
shall be provided including relievers.

(ii) Statuary requirements of EPF, ESIC and other applicable labor legislations to be
complied with and monthly certificate to that effect be submitted.

(iii) Duty allocation and roaster control shall be contractors responsibility.

(iv) No overtime shall be paid by the owner for reasons whatsoever.

(d) SHUTDOWNS :
(i) Routine shutdowns shall be permitted only during winter season.

(ii) Contractors shall be at liberty to carry out routine maintenance as and when
required but with due permission of the owner’s representative.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 338
PARTICULAR SPECIFICATIONS (CONTD...)

Technical data
69. Contractor shall submit catalogues of the equipment offered by him :

Sr No Equipment description Unit Condition of Service

1. Chilling Machines
a. Capacity at design (TR)
b. Chilled water flow Ipm/Usgpm
c. Chilled water In Temp (F)
d. Chilled water out Temp (F)
e. Condenser water flow Ipm/Usgpm
f. Condenser water In Temp (F)
g. Condenser water out Temp (F)

Condenser:
a. Manufacture’s Name
b. Dia. Of Condenser Shell (mm)
c. Length Of Condenser tubes (m)
d. No. of Tubes (Nos.)
e. Material of Tube
f. Dia. Of tube (mm)
g. No. of integral (fins/cm)
h. No. of passes (Nos.)
i. Water velocity (m/s)
j. Pressure drop (m)
k. Quantity (Nos.)
l. Fouling Factor (FPS)

Cooler :
a. Manufacture’s Name
b. Dia. Of Shell (mm)
c. Length Of tubes (m)
d. No. of Tubes (Nos.)
e. Material of Tube
f. Dia. Of tube (mm)
g. No. of integral (fins/cm)
h. No. of passes (Nos.)
i. Water velocity (m/s)
j. Pressure drop (m)
k. Quantity (Nos.)
l. Fouling Factor (FPS Unit)

2. Fual :
a. Type
b. Consumption (Iph)

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 339
PARTICULAR SPECIFICATIONS (CONTD...)

Technical data(CONTD...)

3. Pumps Chilled Condenser


water water
a. Manufacture
b. Model No.
c. Capacity USGPM
d. Head Meter
e. Speed RPM
f. Motor Rating KW
g. Type of motor

4. Cooling Towers :
a. Manufacture
b. Type
c. Model No. -----
d. Overall Dimension mm
e. Fan dia/motor rating mm/HP
f. Type of motor -----
g. Speed of motor RPM
h. Type of drive ------
i. Capacity Kcal/Hr (TR)
j. Wet Bulb (design) F

5. Air Handing Units :


a. Manufacture -
b. Casing -
c. Coil -
d. Blower -
e. Type -
f. Overall Dimension -
g. Unit Weight -
h. Air Quantity -
i. Fan outlet velocity -
j. Design static pressure -
k. Fan balancing static/and or Dynamic -
l. Fan motor output -
m. Motor location i.e. inside or outside -
the fan section
n. Type of casing finish -
o. Type of drive/vibration Isolators -

AHU Coil Data :


a. Cooling Coil Area -
b. No. of Rows -
c. No. of Fins/cm -
d. Tube Material -
e. Tube date -
f. Coil Header material -
g. Unit Weight -

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 340
PARTICULAR SPECIFICATIONS (CONTD...)

Technical data(CONTD...)

6. Exhaust Fan/Fan section :


a. Make -
b. Air Quantity at Operational -
speed
c. Static Pressure -
d. Diameter/size -
e. Type -
f. Current characteristics -
g. Motor Rating -
h. Type of Motor -
i. Fan outlet Speed -
j. Fan Speed -
k. motor speed at the duty -
conditions
l. Operating Weight -
m. Type of vibration isolators -
n. Type of bearings -
o. Performance curves -
p. Motor Efficiency -
q. Class of Insulation -

7. Controls
Make and Model of the following :
a. Flow Switch -
b. 2/3- way Valves -
c. Operating Voltage -
d. Air Stat -
e. Pressure Gauge -
f. Thermometer -
g. AHU Thermostat -
h. FCUs Thermostat -

8. Electrical Accessories :
Make of the following
a. Motor Control Centre (MCC) -
b. Air Circuit Breaker -
c. MCCB -
d. MCB -
e. Rotary Switch -
f. Soft Starter -
g. Auto-transformer starter -
h. Direct on line starter -
i. Contractor -
j. Current Transformer -
k. Single phase preventer -
l. Push bottom/changeover switch -
m. Ammeter/Voltmeter -
n. Relays -
o. Indicating Lamps -
p. Cables/wires -

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 341
PARTICULAR SPECIFICATIONS (CONTD...)

Technical data(CONTD...)

9. Water Piping :
a. Make of pipes/class of pipes -
b. Pipe wall thickness -
c. Valves & Strainers Make Material
i) Butterfly Valve
ii) Balancing Valve
iii) Ball Valve
iv) Ball valve with strainer
v) Pot Strainer
vi) Flexible connections
vii) Check Valves
viii) Gate Valves
ix) Globe Valves
x) Y- Strainers

d. pressure Gauge
i) Make
ii) Model
iii) Dial
e. Thermometer - Make/Type & Range

10. Galvanised Steel Sheets :


a. Make
b. Gauge/Thickness
c. Class of galvanizing

11. Grilles/Diffusers & Dampers/Louvers - Make/Material/Guage

12. Insulation
a. Manufacture -
b. Duct Insulation Material/Density -
c. Duct Acc. Lining Material/Density -
d. Pipe Insulation Material/Density -

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 342
PARTICULAR SPECIFICATIONS (CONTD...)

70. Air-conditioning Panel:


Supply, installation, testing & commissioning of power coated cubicle type totally
enclosed free standing type dust & vermin proof panel (as given in BOQ item no 17.149)

Incoming:

500 Amp, FP, 50 KA, MCCB, having Thermal Megnatic Release with adjustable overload , &
short circuit protection - 1 no

Metering:

DIGITAL Energy meter of rating with 3nos 500/5A class 1 CTs as per SLD, The Digital meter
shall measure V /I /F /PF /KW / KVA /KVAR / KWH / KVAH / KVARH / MD / THD parameters.

The energy meter should have communication port & required hardware & software for
communication, duly protected by 2A MCB - 1 nos

LED type RYB indication lamp duly protected by 2A MCB– 6 Nos.

Bus Bar:

750 Amp, FP, PVC sleeved Electrolytic grade Al bus bar for main MCCB incoming, outing &
The Bus Bar section should be covered with withdrawable Acrylic sheet for protection.

Outgoing:

300 Amp, TP, 35 KA, MCCB with neutral link, having Thermal Megnatic Release with adjustable
overload , & short circuit protection - 2 no. Compartment shall contain CT operated ammeter of
0-300 Amps range with selector switch and indicating lamps with fuse and toggle switch for ON
and Trip status of motor.(one spare)

Auto Star Delta starter of 3.5 HP with 10 Amp MCB 10 KA, single phasing prevention
arrangement, O/L relays, ammeters with CTs, ON/OFF/trip indication lamps and push buttons,
as required.- 3 nos. Compartment shall contain CT operated ammeter of 0-100 Amps range with
selector switch and indicating lamps with fuse and toggle switch for ON and Trip status of
motor.(one spare)

Auto Star Delta starter of 12.5 HP with 25 Amp MCB 10 KA, single phasing prevention
arrangement, O/L relays, ammeters with CTs, ON/OFF/trip indication lamps and push buttons,
as required.- 3 nos. Compartment shall contain CT operated ammeter of 0-150 Amps range with
selector switch and indicating lamps with fuse and toggle switch for ON and Trip status of
motor.(one spare)

Auto Star Delta starter of 10.0 HP with 20 Amp four pole MCB 10 KA, single phasing prevention
arrangement, O/L relays, ammeters with CTs, ON/OFF/trip indication lamps and push buttons,
potential free contacts for remote operation in each feeder as required - 2 nos. Compartment
shall contain CT operated ammeter of 0-150 Amps range with selector switch and indicating
lamps with fuse and toggle switch for ON and Trip status of motor.(one spare)
All the equipment starters are interlinked as per OEM guideline for smooth running of AC plant.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 343
LIST OF DRAWINGS

Sl Description Drg No. Sheet Date of Late date


No No Drg of
revision
1 2 3 4 5 6
1 SITE PLAN OF EXTERNAL B/R SERVICES LP/ALW/17 1/2 15-06-2017
2 SITE PLAN OF EXTERNAL WATER SUPPLY LP/ALW/17 2/2 15-06-2017
AND ELECTRIC SUPPLY SERVICES
3 LIST OF DRAWING WD/ALW/A-1056 1/32 15-06-2017
4 LOWER GROUND FLOOR PLAN WD/ALW/A-1056 2/32 15-06-2017
5 GROUND FLOOR PLAN WD/ALW/A-1056 3/32 15-06-2017
6 FIRST FLOOR PLAN WD/ALW/A-1056 4/32 15-06-2017
7 ROOF PLAN WD/ALW/A-1056 5/32 15-06-2017
8 FRONT ELEVATION AND SECTION Y-1 WD/ALW/A-1056 6/32 15-06-2017
9 RIGHT SIDE ELEVATION AND SECTION X-1 WD/ALW/A-1056 7/32 15-06-2017
10 LEFT SIDE ELEVATION AND SECTION Y-2 WD/ALW/A-1056 8/32 15-06-2017
11 REAR SIDE ELEVATION STAIRS STAIR CASE WD/ALW/A-1056 9/32 15-06-2017
SECTION AND DETAILS
12 SEATING LAYOUT PLAN CHAIR DETAILS WD/ALW/A-1056 10/32 15-06-2017
13 REFLECTED CEILING PLAN WD/ALW/A-1056 11/32 15-06-2017
14 CATWALK ROUTE AND DETAILS WD/ALW/A-1056 12/32 15-06-2017
15 AUDITORIUM WALL PANELLING WD/ALW/A-1056 13/32 15-06-2017
16 TOILET DETAIL GROUND FLOOR WD/ALW/A-1056 14/32 15-06-2017
17 DOOR/WINDOW WD/ALW/A-1056 15/32 15-06-2017
18 DOOR/WINDOW DETAILS ROLLING SHUTTER WD/ALW/A-1056 16/32 15-06-2017
DETAILS
19 STRUCTURAL GLAZING DETAILS WD/ALW/A-1056 17/32 15-06-2017

20 SIGNAGES WD/ALW/A-1056 18/32 15-06-2017

21 SNACK COUNTER DETAILS MAIN LOBBY WD/ALW/A-1056 19/32 15-06-2017

22 SNACK COUNTER DETAILS JCO LOBBY WD/ALW/A-1056 20/32 15-06-2017

23 RECEPTION COUNTER DETAILS WD/ALW/A-1056 21/32 15-06-2017

24 TICKET COUNTER PARAPET KHURA WD/ALW/A-1056 22/32 15-06-2017


DETAILS
25 STAGE SECTION WOODEN FLOORING WD/ALW/A-1056 23/32 15-06-2017
DETAILS
26 SECTINAL DETAILS WD/ALW/A-1056 24/32 15-06-2017

27 AC PLANT ROOM DETAILS PLAN, SECTION WD/ALW/A-1056 25/32 15-06-2017


AND ELEVATION
28 PUMP ROOM DETAILS PLAN SECTION AND WD/ALW/A-1056 26/32 15-06-2017
ELEVATION
29 LOBBY FALSE CELLING WD/ALW/A-1056 27/32 15-06-2017

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 344
LIST OF DRAWINGS

1 2 3 4 5 6
INTERNAL WATER SUPPLY & SEWAGE
SYSTEM
30 GROUND FLOOR PLUMBING LAYOUT PLAN WD/ALW/A-1056 28/32 15-06-2017
31 FIRST FLOOR PLUMBING LAYOUT PLAN WD/ALW/A-1056 29/32 15-06-2017
32 TERRACE FLOOR PLUMBING LAYOUT PLAN WD/ALW/A-1056 30/32 15-06-2017
33 GROUND FLOOR PLAN PUMP ROOM- WD/ALW/A-1056 31/32 15-06-2017
MACHINE LAYOUT
SCHEDULE OF FINISHES
34 SCHEDULE OF FINISHES WD/ALW/SF-1056 32/32 15-06-2017
AC DRAWING AND FIRE FIGHTING
35 GROUND FLOOR PLAN A.C. DUCTING AND WD/ALW/AC-1056 01/10 15-06-2017
PIPING LAYOUT
36 FIRST FLOOR PLAN A.C. DUCTING AND WD/ALW/AC-1056 02/10 15-06-2017
PIPING LAYOUT
37 ROOF PLAN A.C. DUCTING AND PIPING WD/ALW/AC-1056 03/10 15-06-2017
LAYOUT
38 ROOF PLAN A.C. DUCTING & PIPING LAYOUT WD/ALW/AC-1056 04/10 15-06-2017
39 GROUND FLOOR FIRE ALARM / SMOKE WD/ALW/AC-1056 05/10 15-06-2017
DETECTOR
40 FIRST FLOOR FIRE ALARM / SMOKE WD/ALW/AC-1056 06/10 15-06-2017
DETECTOR
41 ROOF PLAN FIRE ALARM / SMOKE WD/ALW/AC-1056 07/10 15-06-2017
DETECTOR
42 GROUND FLOOR PLAN A.C. PLANT ROOM WD/ALW/AC-1056 08/10 15-06-2017
MACHINE LAYOUT / SMOKE DETECTOR
E/M DRAWINGS
43 GROUND FLOOR PLAN ELECTRICAL LAYOUT WD/ALW/AC-1056 09/10
44 FIRST FLOOR PLAN ELECTRICAL LAYOUT WD/ALW/AC-1056 10/10
STRUCTURAL DRAWINGS
45 COLUMN FOUNDATION PLAN, SCHEDULE OF WD/ALW/S-1056 01/07 15-06-2017
RCC COLUMN FOOTING AND RCC COLUMN
DETAILS
46 PLINTH BEAM PLAN, FLOOR BEAM/SLAB WD/ALW/S-1056 02/07 15-06-2017
PLAN AND SCHEDULE OF RCC SLABS
47 BEAM PLAN 2.4 MTR LEVEL AND 3.0 MTR WD/ALW/S-1056 03/07 15-06-2017
LEVEL
48 ROOF PLAN, ROOF OF PROJECTOR ROOM WD/ALW/S-1056 04/07 15-06-2017
AND BEAM DETAILS AND SCHEDULE OF RCC
SLAB
49 TIE BEAM AT 7.55 MTR LEVEL, TIE BEAM OF WD/ALW/S-1056 05/07 15-06-2017
TRUSS BOTTOM LEVEL AND ROOF PLAN
AND SECTIONS OF GABLE END BEAM
50 SCHEDULE OF RCC BEAM AND WD/ALW/S-1056 06/07 15-06-2017
REFERENCES TO DRAWING DETAILS AND
DETAILS OF RCC COLOUMN
51 DETAILS OF STEEL ROOF TRUSS (18-20M WD/ALW/S-1056 07/07 15-06-2017
SPAN)

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 345
LIST OF DRAWINGS
1 2 3 4 5 6
TD DRAWINGS
52 DETAILS OF NOTICE BOARD TD/2004/16 1/3 08-04-2004
53 DETAILS OF FULL SIZE MIRROR TD/2004/16 1-3/3 08-04-2004
54 DETAILS OF CUPBOARD TD/2004/33 1-2/2 08-04-2004
55 DETAILS OF CHATTRI TD/2004/30 1-2/2 08-04-2004
56 DETAILS OF ALUMINIUM WINDOWS TD/2012/17 1/1 30-10-2012
57 ARCHITECTURAL NORMS AND GENERAL TD/2004/36 1-2/2 08-04-2004
NOTES
58 DETAILS OF TOUGHENED GLASS DOORS TD/2012/19A 1/1 30-10-2012
AND FIXED GLAZING
59 DETAIL OF GLAZED SHOWCASE TD/2004/48 1/1 08-04-2004
60 DETAILS OF SENTRY POST TD/2004/96 1-2/2 08-04-2004
61 MISC. TYPICAL DETAILS-1 TD/2004/35 1-4/4 08-04-2004
62 MISC. DETAILS TD/2012/10 1/1 04-07-2012
63 PCC PLATFORM FOR DG SET TD/2010/109 1/1 13-07-2010
64 TYPICAL FIXING DETAIL SNAP GRID OF TD/2004/97 3/3 20-09-2007
FALSE CEILING
65 MISC. TYPICAL DETAILS-2 TD/2004/47 3/5 08-04-2004
4/5
66 RCC JALI (TYPE-D) CEDZ/TD/184 1/2 08-03-2008
67 TYPICAL DETAIL OF VALVE PIT TD/2004/26 1/3
TO
3/3
68 HT POLE STRUCTURE AND STAY ASSEMBLY TD/2004/01 1/4
DETAILS TO
4/4
69 DETAILS FOR DISPOSAL OF SEPTIC TANK TDS-57 1/4
EFFLUENT THROUGH TOILETS BED TO
DISPERSION TRENCHES SEEPAGES PIT 4/4
70 RWH PIT TD/2004/80A 1/1 12-05-2005 18-07-
TD/2003/98 1/1 16-06-2008 2005

NOTE :- TD drawings listed above and specified in tender documents are not uploaded. These
drawings are available on www.mes.gov.in link – GENERAL INFO – TECHNICAL
DRAWINGS – CE JAIPUR ZONE

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 346
APPENDIX ‘A TO PARTICULAR SPECIFICATIONS
SOURCES OF LOCAL MATERIALS

Ser Name of materials Name of sources


No
1 2 3

1 Coarse crushed stone aggregate for cement Lal Khan/Golata/Narayanpur


Concrete

2 Coarse stone aggregate for premix carpet, Lal Khan/Golata/Narayanpur


soiling W.B.M & hard core

3 Bricks sub class ‘B’ (old size ) Best quality locally available.

4 Coarse aggregate (Coarse sand) for cement Banas


Concrete
5 Fine sand for all other works Banas

6. Moorum Lal Khan/Golata/Narayanpur

NOTES
(a) Sources of materials shall be as given in Srl No 1 to 6 above or in the vicinity thereof. The
tenderer shall ascertain the actual position/exact location of source before submitting his tender and no
additional payment shall be made on account of misunderstanding or its distance from site of works.
(b) The tenderer shall amongst other things also ascertain all information such as royalties, taxes,
duties and other charges etc, on the materials and no additional payment shall be made on account of
the foregoing.

(c ) However, if due to any ban imposed by the state Govt authority on obtaining the
materials from the sources specified above and/or specified materials is not available at the sources
mentioned above, these materials conforming to specifications as given in particular specifications will
be procured from any other place/source after getting the same approved from GE in writing and
without any extra cost to Govt.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 347
APPENDIX ‘B’ TO PARTICULAR SPECIFICATIONS
ITEM PREFERRABLY BEARING BIS CERTIFICATION MARK AND
TO BE PROCURED FROM ONE OF THE LISTED MANUFACTURER /
PRODUCERS AS PER CHOICE OF CONTRACTOR

Ser Material Name of manufacturers/ Brand name


No
1 2 3
1 CEMENT OPC AND PPC 1 THE ASSOCIATED CEMENT COMPAINIES LTD
2 ULTRA TECH CEMENT CRASIM INDUSTRIES LTD
3 THE INDIA CEMENT
4 DALMIA CEMENT (BHARAT) LTD
5 ANDHRA CEMENT LTD
6 CENTURY CEMENTS
7 BINANI CEMENT LTD
8 MANGALAM CEMENT LTD
9 BIRLA CORPN LTD
10 LAFARGE CEMENT (LAFARGE INDIA PVT. LTD)
11 PRISM CEMENT LTD
12 J K CEMENT
13 AMBUJA CEMENT LTD
14 JK LAKSHMI CEMENT LTD.
15 SHREE CEMENT
16 ZUARI CEMENT LTD
17 CEMENT MANUFACTURING COMAPNY LTD
18 OCL INDIA LTD
19 CHETTINAD CEMENT CORPORATION LTD
20 MY HOME INDUSTRIES LTD
21 PARASAKTI CEMENTS LTD
22 TOSHALI CEMENTS PVT. LTD
23 SHREE GURU KRIPA CEMENT (PVT) LTD
24 MADRAS CEMENT
25 SAURASHTRA CEMNT
26 GRASIM INDUSTRIES LTD
27 ORIENT CEMENT
28 JAYPEE REWA CEMENT
2 WATER PROOFING 1 M/S SIKA INDIA PRIVATE LTD COMMERCIAL
COMPOUND COMPLEX II,620, DIAMOND HARBOUR ROAD,
KOLKATA-700034
2 M/S PIDILITE INDUSTRIES LTD. CONSTRUCTION
CHEMICALS
DIVISION RAMKRISHANA MANDIR ROAD, POST
BOX NO-17411 ANDHERI (E), MUMBAI 400059
3 SHALIMAR TAR PRODUCTS
4 THE STRUCTURAL WATER PROOFING CO PVT LTD
3 FACTROY MADE 1 M/S A1 TEAK PRODUCTS, INDORE
LED/GLAZED/GAUGED 2 M/S MP WOOD PRODUCTS , INDORE
WOODEN SHUTTER/FLUSH 3 M/S SURBHI METAL (INDIA) PVT LTD ,C-173
DOORS MANDORE INDUSTRIAL AREA , JODHPUR
4 M/S PIONEER TIMBER PRODUCT , 22, MADHYA
MARG,SECTOR-70, CHANDIGARH
5 M/S SARAB ENTERPRISES CAMPBELL ROAD
PATHANKOT

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 348
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
3 6 M/S RAJENDERA INDUSTRIES, B-38 INDUSTRIAL
con AREA PHASE-III,SAS NAGAR MOHALI DISTT
td ROPAR
7 M/S GOYAL INDUSTRIES, 162 INDUSTRIAL AREA
CHANDIGARH
8 M/S CHANDIGARH TIMBER PRODUCTS, 29/30
SECTOR 22C CHANDIGARH
9 M/S SHAKTI ENTERPRISES DHANULA
10 M/S GOYALA INDUSTRIES, FARIDABAD
11 M/S SOHAL INDUSTRIES CHANDIGARH
12 M/S DOORKING KOLKATA
13 M/S SK FABRICATION (INDIA)
14 JAIN WOOD INDUSTRIES
15 PRINCE TIMBERS (PRINCE) (CE (AF) GZ)
16 M/S JAIN DOORS PVT LTD
4 FACTORY MADE PVC DOOR, 1 M/S RAJSHRI PLASTIC WOOD LTD, 10/1, SOUTH
FRP SHUTTERS AND TUKOGANJ, KANCHAN BAGH ,INDORE
FRAMES 2 M/S SINTEX INDUSTRIES LTD
3 M/S ACCUCELL
4 M/S DURA PLAST EXTRUSION
5 DURIAN DOORS
6 EPP COMPOSITE PVT LIMITED
7 KUMAR ARCH TECH PVT LTD
8 M/S ENGCO INDUSTRIES, JODHPUR
9 SELECTED PRODUCTS CO
5 WOODEN FLUSH DOOR 1 DOORKING KOLKATA
2 M/S KIT PLY INDUSTIRES LTD (KITPLY)
3 M/S CENTURY PLY WOOD LTD (CENTURY)
4 MP WOODS, INDORE
5 A-1 TEAK PRODUCT PVT LTD , INDORE
6 JAIN WOOD INDUSTRIES
7 ASHISH ENTERPRISE (ASHISH)
6 HYDRAULIC DOOR CLOSER 1 HARDWYN
2 RANJAN
3 KELIN
4 UNIVERSAL
5 PRABHAT DOOR KING
6 PERFECT HYDRAULIC
7 EVEREST
8 GODREJ
7 ALUMINIUM MONGERY (IS 1 CROWN
MARKED) 2 ALUMINIUM UDYOG UNDER BRAND NAME
“GLOBAL”
3 ALUMINIUM UDYOG
4 JINDAL
5 ALUTRAC
6 DORMA INDIA PVT LTD
8 LOCKS 1 GODREJ
2 HARRISON
3 LINK
4 JHONSON

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 349
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)
1 2 3
9 PVC HAND RAIL 1 FIXOPEN
2 CALIPLAST
10 HYDRAULIC DOOR 1 EVEREST
CLOSER/FLOOR SPRING 2 UNIVERSAL
3 GODREJ
11 IRON MONGERY (IS 1 OXFORD
MARKED) 2 CROWN
3 HETTICH
4 PRAJAPAT
5 KERELA TILE WKS, TRISUR
12 MAIN PRODUCERS FOR TMT 1 RASHTRIYA ISPAT NIGAM LIMITED (RINL), BRAND
STEEL FOR : RINL
REINFORCEMENT 2 TATA IRON & STEEL COMPANY (TISCO), BRAND:
TATA
3 M/S JAI BALAJI INDUSTRIES LTD, BRAND: JAI
BALAJI
4 M/S SHYAM STEEL INDUSTRIES
LTD,BRAND:SHYAM TMT
5 M/S SPS STEEL ROLLING MILLS LTD, BRAND:
ELEGANT TMT
6 M/S STEEL EXCHANGE INDIA LTD
BRAND:SIMHADRI TMT
7 M/S JINDAL STEELS AND POWER LTD, BRAND:
JINDAL
8 M/S SRMB SRIJAN PVT LTD, BRAND: SRMB
9 M/S CONCAST STEEL & POWER LTD, BRAND:
CONCAST MAXX
10 M/S ADHUNIK METALIKS LTD, BRAND: ADHUNIK
MET+
11 M/S SHRI BAJRANG
POWER&ISPATLTD,BRAND:GOEL TMT
12 M/S JSW STEEL LTD, BRAND: JSW TMT PLUS
13 M/S ELECTROSTEEL STEELS LTD, BRAND:
ELECTROSTEEL
14 M/S SHYAM METALICS & ENERGY LTD, BRAND:
SEL
15 M/S KAMACHI SPONGE & POWER CORPORATION
LTD, BRAND: KAMACHI
16 STEEL AUTHORITY OF INDIA LIMITED,BRAND:SAIL
17 M/S BDG METAL & POWER Ltd, Brand: BDG 6
13 SECONDARY PRODUCERS 1 M/S K L STEEL PVT LTD, GHAZIABAD (UP)
OF STEEL (OTHER THAN 2 M/S KAMDHENU ISPAT LTD BHIWAADI DIST
TMT STEEL FOR ALWAR (RAJ)
REINFORCEMENT) 3 M/S BARNALA STEEL INDUSTRIAL LTD MUZAFAR
NAGAR (UP)
4 M/S AMBA SHAKTI ISPAT LTD KALA AMB, DISTT
SIRMOR (HP)
5 M/S TATA STEEL LTD, TUBE DIVISION, 5, SANSAD
MARG, NEW DELHI
6 M/S MADHAV UDYOG PVT LTD MANDI
GOBINDGARH, PUBJAB
7 M/S KARAM STEEL CORPORATION, MANDI
GOBINDGARH

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 350
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
13 8 M/S RATHI SUPER STEEL LTD 11 TOLSTOY MARG,
con NEW DELHI
td 9 M/S KASHI VISWANATH STEEL LTD
10 M/S KASHIPUR DISTT UDHAM SINGH NAGAR
(UTTARANCHAL)
14 STRUCTURAL STEEL 1 SAIL
2 TISCO
3 RINL
15 STEEL 1 M/S AGEW STEEL MFG PVT LTD, AHMEDABAD
WINDOWS,VENITILATORS, 2 M/S SEN-HARVIC, MUMBAI
DOOR FRAMES, SHUTTERS 3 M/S GODREJ & BOYCE STEEL MFG, MUMBAI
FOR 4 M/S RAYMUS STRUCTURALS AND ENGINEERING,
CUPBOARDS/WARDROBES NEW DELHI.
AND STEEL LOCKERS 5 M/S BIHAR BOBBIN & ENGG WORK, KATIHAR
6 M/S SHIV MULAR. 309, GIDC, B-ROAD, PHASE-I
NARODA, AHMEDABAD
7 M/S JANGID ENGINEERING WORKS
8 SK FABRICATION (INDIA) MANSAR ROAD, BATINDA
9 M/S PD INDUSTRIES
10 M/S SKS STEEL INDUSTRIES
11 M/S SHRI GANAPATI DOORS
12 M/S FRIENDS MANUFACTURING CO OF KOTKPURA
13 M/S CHANDANI INDUSTRIES PVT LTD
14 ANOOP INDUSTRIES
15 M/S ASHWINI & SONS GHAZIABAD
16 M/S STEELMANS INDUSTRIES, OLA ADDA
KAPURTHALA, JALANDAR
17 M/S MOHATA ENGG AND CONSTN CO L-8
BICHWALA INDUSTRIAL AREA BIKANER 334 001
18 MADHU INDUSTRIES, BANGALORE
19 ANOOP INDUSTRIES, MEERUT
16 BOX TYPE MILD STEEL, 1 M/S SHREE KRISHNA ASSOCIATED 304
WINDOW (OTHER THAN ‘Z’ INDUSTRIES AREA PHASE-II PANCHKULA -134109
SEC) (MANUFACTURERS) 2 M/S STEEL MANS INDUSTRIES, OLD ADDA
SHOULD HAVE EFFECTIVE KAPURTHALA, JALANDHAR
BIS LICENCE ONLY IS 3 M/S FRIENDS MANUFACTURING CO OF
MARKED SECTIONS TO BE KOTKAPURA
USED FOR STEEL 4 M/S SK FABRICATION (INDIA) ST NO 2, JOGA
WINDOWS) NAGAR, MANSA ROAD BATHINDA PHONE-
9888498000
5 AMBIKA STEEL INDIUSTRIES, AHMEDABAD
6 CHANDAN METAL PRODUCTS (P) LTD, VADODARA
7 M/S EVERSHINE MACHANICAK WORKS, B 18
INDUSTRIES AREA NEAR ITI CHOWK BATHINDA
(PB)
8 CHANDNI INDUSTRIES GHAZIABAD
9 ASHWANI & SONS GHAZIABAD
10 JANGID ENGG WORKS, JAIPUR
11 ANOOP INDUSTRIES MEERUT

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 351
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
17 ALUMINIUM SECTION OF 1 HINDALCO
SHUTTERS/FRAMES FOR 2 INDAL (INDIA AL COY)
DOOR/WINDOW/VENTIALAT 3 JINDAL
OR 4 ASSOCIATED PROFILE & ALUMINIUM LTD
5 AJIT INDIA
7 NALCO
8 STERLITE
18 STEEL ROLLING 1 M/S AGEW STEEL MFG PVT LTD, AHMEDABAD
SHUTTERS/GRILLS & 2 M/S SEN-HARVIC, MUMBAI
COLLAPSIBLE GATES 3 M/S GODREJ & BOYCE STEEL MFG, MUMBAI
4 M/S RAYMUS STRUCTURALS AND ENGINEERING,
NEW
5 M/S BIHAR BOBBIN & ENGG WORK, KATIHAR
6 M/S SHIV MULAR, 309, GIDC,B-ROAD PHASE-
I,NARODA
7 M/S MOHATA ENGG AND CONSTN CO, L-8
BICHWALA
19 CGI SHEETS : 1 TATA
2 RASTRIYA ISPAT
3 SAIL
4 JINDAL
5 INDIAN STEEL CORPORATION (ULTRA TUFF)
6 NIPPON DENRO
21 ZINCALUME/COLOR BOND 1 TATA BLUSCOPE STEEL LTD
(HIGH TENSILE PROFILE 2 TATA BLUESCOPE STEEL
SHEETS FOR ROOF AND
WALL
21 COLOUR COATED ROOF 1 PRESTAR INFRASTRUCTURE PROJECTS LTD
SHEETS 2 INDIAN STEEL CORPORATION (ULTRASHINE)
22 PERFORATED PARTICLE 1 ANCHOR CEILING TILES
BOARD/TILES FOR 2 ARM STRONG
INSULATION AND 3 GYPBOARD
ACCOUSTIC 4 BISON PANEL
5 LAGYP
6 M/S STP
7 ETERNITE
8 AEROLITE
23 PLYWOOD/ BLOCK BOARD 1 KITPLY
2 CENTURY PLYWOOD
3 MYSORE CHIP BOARD, MYSORE
4 SHARADA PLY WOOD
5 NATIONAL PLY WOOD MUMBAI
6 BHUTAN BD
7 SWASTIK
8 ANCHOR
24 FALSE CEILING MINRAL 1 DEXUNE
FIBRE BOARD 2 ARMSTRONG
3 GYPSONITE
4 GYPROC SAINT GOBAIN (CELEOTEX)
5 AEROCON

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 352
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
25 RESIN BONDED GLASS 1 BGP
WOOL 2 GLASS INSULATORY
26 CEILING TILES 1 ASIAN GRAMITO
2 AEROLITE
27 PARTICLE BOARD GYPSUM 1 MANGALAM TIMBER PRODUCT
2 GYPSUM BOARD
3 JOLLY BD, MUMBAI
4 INDIAN GYPSUM PRODUCT
5 ARMSTRONG WORLD INDUSTRIES
6 AEROLITE CEILING SYSTEM
7 BORAL GYPSUM INDIA
28 CALCIUM SILICATE 1 RAMCO INDUSTRIES LTD
BOARDS/CALSIDICOR TILES 2 BHARAT STEEL ROLLS (CALSI CEILINGS)
IN FALSE CEILING/WALL 3 GYPROC SAINT GOBAIN (CELEOTEX)
LINING APPLICATION 4 AEROCON
5 ARMSTRONG
29 LAMINATED SHEETS 1 FORMICA
2 SUB GLOSS
3 SUNMICA
4 BACKLYTE HYLUM
5 ECO BOARD
6 CENTURY
7 DURA
8 MERINO
9 GREEN LAM
10 ASSOCIATE DÉCOR LTD
30 PRE LAMINATED PARTICLE 1 NOVAPAN
BOARD/MDF/HDF BOARD 2 ECO BOARD INDUSTIRES, PUNE
3 KITPLY
4 ANCHORLAM
5 M/S BHUTAN BD
6 CENTURY PLYWOOD
31 VENEERED PARTICLE 1 NOVAPAN
BOARD 2 ECO BOARD INDUSTRIES
3 KITPLY
4 ANCHORLAM
5 M/S BHUTAN BD
6 CENTURY PLYWOOD
7 GREEN PLY
32 PLAIN BOARD 1 NOVAPAN
2 ECO BOARD INDUSTRIES
3 KITPLY
4 ANCHORLAM
5 M/S BHUTAN BD
6 CENTURY PLYWOOD
7 ASSOCIATE DÉCOR LTD

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 353
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
33 GLAZED CERAMIC WALL / 1 JOHNSON
FLOORING TILES 2 SOMANY
3 NITCO
4 ORIENT BELL LIMITED
5 KAJARIA CERAMICS LTD, MATHURA ROAD, NEW
DELHI
6 ASAIN GRANITO INDIA LTD (AGL TILES)
7 SWASTIK CERACON LTD (SWASTIK/GABON)
8 M/S CRYSTAL CERAMICS INDUSTRIES PVT LTD
9 VARMORA GRANITO PVT LTD
34 NON- SKID CERAMIC TILES 1 JOHNSON TILES
2 KAJARIA
3 SOMANY
4 NITCO
5 ORIENT BELL LIMITED
6 SPARTEK
7 REGENCY
8 ASIAN GRANITO INDIA LTD
9 M/S CRYSTAL CERAMIC INDUSTRIES PVT LTD
10 SWASTIK CERACON LTD (SWASTIK/GABON)
11 SUNSHINE TILES CO PVT LTD
12 VARMORA GRANITO PVT LTD (VARMORA)
35 VITRIFIED TILES 1 MURUDESHWAR CERAMICS
2 ASIAN GRANITO
3 BELL GRANITO
4 ORIENT BELL LIMITED
5 EURO TILES
6 M/S CRYSTAL CERAMIC INDUSTRIES PVT LTD
7 M/S SWASTIK CERACON LTD, AHMEDABAD
8 ASIAN GRANITO INDIA LTD
9 SUNSHINE TILES CO PVT LTD
10 VARMORA GRANITO PVT LTD (VARMORA)
36 TILE ADHESIVE 1 PIDILITE INDUSTRIED LTD
2 SOMANY CERAMICS LIMITED (SOMANY)
3 M/S STP LIMITED,NEW DELHI(SHALI TILE
GLUE,SHALI GROUT)
37 METTALIC FLOOR HARDNER 1 IRONITE
2 HARDONITE
38 MOSAIC/CEMENT FLOORING 1 M/S NITCO, MUMBAI
TILES 2 M/S MEHATAB TILES, INDORE
3 NATIONAL TILES
4 BHARAT TILES AND ENGG COY, BANGALORE
5 MODERN TILES AND MARBLES BANGALORE
6 MAYUR, BIHLWARA
7 DURACRETE
39 HEAVY DUTY PARKING 1 ASIAN GRANITO INDIA LTD (AGL TILES)
2 SWASTIK CERACON LTD (SWASTIK/GABON)

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 354
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
40 ACID RESISTANT TILES 1 M/S JOHNSON, MUMBAI
2 SOMANY
3 KAJARIA
4 M/S BURN STANDARD CO. JABALPUR
5 M/S PURSHURAM POTTERY WKS, MARVI
6 M/S ISHWAR INDUSTRIES, DELHI
7 M/S REGENCY CERAMICS
8 DURACRETE
41 CEMENT CONCRETE 1 MEHTAB TILES, INDORE
INTERLOCKING PAVER 2 M/S ULTRA TILES
BLOCKES/TILES, PRE 3 NITCO
GLAZED TILES 4 TOPAZ TILES
5 NAVYA TILES, JODHPUR
6 CHOPDAR S-BESS TOJ CEMENT PRODUCT
7 SWASTHIK
8 SAP PAVERS, JODHPUR
9 SAGAR TILES, SAHARANPUR
10 PREMIER BARS PVT LTD, UNIT-II, 402, NIDHIKAMAL
TOWER JAIPUR
11 SUKHI ENTERPRISE (SUKHI)
12 SUPREME TILES (SUPREME) CE (AF) GZ
13 SWARN INDIA TILES COMPANY (SITCO) (CE BZ)
42 PVC SHEET AND TILES 1 KRISHNA VINYL TILES
FLOORING 2 ARMSTRONG
3 M/S MARBLEX TILES
4 POLYFIN TILES
5 SQUARE FOOT
6 PREMIER VINYL, RIKVIN FLOOR LTD, NEW DELHI-
49
7 FIXOPEN MACHINERIES PVT LTD, NEW DELHI
8 TESA
9 ASIAN GRAMITO
10 NEELKAMAL
43 DISTEMPER OIL-EMULSION 1 NEROLAC
(OBD) 2 SHALIMAR PAINTS
3 JENSON & NICHOLSON
4 ASIAN PAINTS
5 BERGER PAINTS
6 ICI INDIA
7 GARWARE
8 JOTUN INDIA PVT LTD
9 GODAVRI PAINTS PVT LTD
44 DISTEMPERS, ACRYLIC 1 NEROLAC
WASHABLE DISTEMPER 2 SHALIMAR PAINTS
(LIGHT SHADE) 3 JENSON & NICHOLSON
4 ASIAN PAINTS
5 BERGER PAINTS
6 ICI INDIA
7 GARWARE
8 JOTUN INDIA PVT LTD
9 GODAVRI PAINTS PVT LTD

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 355
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
45 PLASTIC EMULSION PAINT 1 NEROLAC
2 SHALIMAR PAINTS
3 JENSON & NICHOLSON
4 ASIAN PAINTS
5 BERGER PAINTS
6 ICI INDIA
7 GARWARE
8 JOTUN INDIA PVT LTD
9 GODAVRI PAINTS PVT LTD
46 CEMENT PAINT 1 NEROLAC
2 SHALIMAR PAINTS
3 JENSON & NICHOLSON
4 ASIAN PAINTS
5 BERGER PAINTS
6 ICI INDIA
7 GARWARE
8 JOTUN INDIA PVT LTD
9 GODAVRI PAINTS PVT LTD
47 CEMENT PUTTY 1 NEROLAC
2 SHALIMAR PAINTS
3 JENSON & NICHOLSON
4 ASIAN PAINTS
5 BERGER PAINTS
6 ICI INDIA
7 GARWARE
8 JOTUN INDIA PVT LTD
9 GODAVRI PAINTS PVT LTD
48 SHEET GLASS PLAIN 1 HINDUSTAN PILKINGTON GLASS WORKS
2 SAINT GOBIN
3 MODI FLOAT
4 MODIGUARD
5 ATUL GLASS INDUSTRIES
6 GOLD FISH
7 ASAHI
8 TRUPTI
49 SHEET GLASS FROSTED 1 HINDUSTAN PILKINGTON GLASS WORKS
2 SAINT GOBIN
3 MODI FLOAT
4 MODIGUARD
5 ATUL GLASS INDUSTRIES
6 GOLD FISH
7 ASAHI
8 TRUPTI
50 HEAT ABSORBING GLASS & 1 HINDUSTAN PILKINGTON GLASS WORKS
REFLECTIVE SOLAR 2 SAINT GOBIN
CONTROL FILM 3 MODI FLOAT
4 MODIGUARD
5 ATUL GLASS INDUSTRIES
6 GOLD FISH
7 ASAHI
8 TRUPTI

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 356
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
51 TOUGHENED GLASS 1 HINDUSTAN PILKINGTON GLASS WORKS
2 SAINT GOBIN
3 MODI FLOAT
4 MODIGUARD
5 ATUL GLASS INDUSTRIES
6 GOLD FISH
7 ASAHI
8 TRUPTI
52 ROUGH CAST WIRED GLASS 1 HINDUSTAN PILKINGTON GLASS WORKS
2 SAINT GOBIN
3 MODI FLOAT
4 MODIGUARD
5 ATUL GLASS INDUSTRIES
6 GOLD FISH
7 ASAHI
8 TRUPTI
53 OIL PUTTY 1 GOLD MOHAR
2 SHALIMAR HARDWARE
3 M/S ATUL DYES AND CHEMICALS
4 UK PAINT INDUSTRIES, GURGAON
5 BERGER
6 JENSON & NICHOLSON
7 M/S ANGLO DUTCH COLOUR&VARNISH WKS,
NAJAFGARH RD
8 M/S BHAGSSON PAINT INDUSTRIES, NAJAFGARH
RD
54 MIRRORS/MIRROR CABINET 1 MODI
2 ATUL
3 KOHINOOR
4 SWASTIK
5 SAINT GOBAIN
6 GOLD FISH
7 HINDUSTAN GLASS KOLKATA
8 ASAHI
9 MAYUR
10 SOMANY CERAMICS LIMITED (SOMANY)
11 RS INDUSTRIES (POLYTUF)
55 SYSTHETIC ENAMEL PAINT 1 ASIAN PAINTS
2 NEROLAC PAINTS
3 BERGER PAINTS
4 SHALIMAR PAINTS
5 JENSON & NICHOLSON
6 ICI PAINT
7 JOTUN
8 DULUX
9 GODAVRI PAINTS PVT LTD
56 WALL CARE PUTTY 1 BIRLA WALL CARE PUTTY
2 BERGER
3 SHALIMAR
4 ACRO WALL GUARD

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 357
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
57 PREMOULDED JOINT FILLER 1 TIKTAR INDUSTRIES LTD
2 STP LTD
3 CAPITAL STEEL & CHEMICAL
4 M/S GARLICK & CO PVT LTD
58 CI PIPE AND FITTINGS 1 ELECTRO-STEEL
(external water supply pressure 2 KEJRIWAL
pipe) 3 NECO
4 SKF
5 KESORAM
6 KAPILANSH
7 KALINGA
8 ZOLOTO
9 BIC
59 GI PIPES & FITTINGS 1 TATA
2 JINDAL
3 ZENITH
4 SWASTIK
5 PRAKASH SURYA
6 INDIAN TUBE COY
7 RAWALWASIA STEEL PLANT PVT LTD HISAR (BST)
60 GALVANISED IRON STEEL 1 TATA
TUBING 2 JINDAL
3 ZENITH
4 SWASTIK
5 SURYA PRAKASH
6 INDIAN TUBE COY
7 RAWALWASIA STEEL PLANT PVT LTD HISAR (BST)
61 DI PIPES & FITTINGS 1 JINDAL LTD , GUJRAT
2 ELECTRO STEEL CASTINGS LTD W.B
3 TATA METALINKS, KOLKATA
4 LANCO, ANDRA PRADESH
5 ELECTROTHERM (INDIA) LTD
6 SAW PIPES
7 KUBOTA PIPES LTD
8 RASHMI METALIKS LTD
62 MS/ERW PIPES & FITTINGS 1 TATA
2 JINDAL
3 ZENITH
4 RAWALWASIA STEEL PLANT PVT LTD, HISAR (BST)
63 5 SURYA PRAKASH
6 SWASTIK
64 HDPE PIPES & FITTINGS 1 FINOLEX
2 PRINCE
3 KISAN
4 SUPREME
5 SFMC
6 SINTEX
7 JAIN IRRIGATION SYS
8 RELIANCE INDUSTRIES
9 TIRUPATI

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 358
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
65 CPVC PIPES AND FITTINGS 1 AJAY FLOWGUARD , DELHI
(CHLORINATED POLYVINYL 2 DUTRON
CHLORIDE) 3 DUPLON (RELIANCE)
4 FINOLEX
5 ASHIRVAD
66 CENTRIFUGALLY CAST CI 1 NECO, NAGPUR
PIPES (IS-3989) FOR SOIL 2 KESORAM
WASTE PIPES & FITTING 3 KAPILANSH, NAGPUR
(SPUN PIPE) 4 ELECTRO STEEL
5 ANAND FOUNDER & ENGINEERS
6 SKF (SINGHAL IRON FOUNDRY, MATHURA
7 DHATU UDYOG
8 M/S KALINGA
9 BIC
10 BABULAL BAJAJ IRON FOUNDRY (HIF)
67 RCC PIPES , DRAIN PIPES 1 DHERE CONCRETE PRODUCT, PUNE
2 EVEREST
3 HIMALAYA
4 INDIAN HUME PIPES
5 VARDHAMAN CONCRETE PRODUCT , PUNE
6 ASWATHY SPUN PIPES
68 SALT GLAZED SWEAGE 1 PERFECT JABALPUR
WASTE PIPE 2 DEVRAJ IND GAZIABAD
3 BURAN
4 RK
5 GUPTA REFRACTARY GWALIOR
6 RAJASTHAN PIPE INDUSTRIES, BIKANER
7 BASANT INDUSTRIES BIKANER
8 PAL INDUSTRIES, RANI BAZAR BIKANER
69 PVC RAIN WATER 1 FINOLEX
PIPE/SEWAGE PIPES 2 PRINCE
3 KISAN
4 SUPREME
5 SFMC
6 SINTEX
7 JAIN IRRIGATION SYS
8 RELIANCE INDUSTRIES
9 TIRUPATI
10 ASHIRVAD
70 AIR RELEASE VALVES 1 AUDCO
2 JINDAL
3 UPADHYA
4 LEADER
5 BIR
6 KIRLOSKAR

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 359
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
71 FOOT VALVES 1 AUDCO
2 JINDAL
3 UPADHYA
4 LEADER
5 BIR
6 KIRLOSKAR
7 BOMBAY METAL
72 FLOAT VALVE 1 BOMBAY SUPER FLOW
2 DHAWAN SANITARY UDYOG (PRIMA)
3 PERY WARE
4 COMMANDER
73 BUTTERFLY VALVES/DISC 1 LEADER
VALVES 2 KIRLOSKAR
3 UPADHYA
4 L&T
5 VENUS
6 ZOLOTO
74 GATE VALVES 1 LEADER
2 KIRLOSKAR
3 UPADHYA
4 L&T
5 VENUS
6 ZOLOTO
75 WATER METER 1 CAPSTAN
2 DASHMESH
3 KAYCEE
4 CAPITAL
5 ANAND
6 GEC
7 MECO
8 ASHI
9 ZOLOTO
76 PVC (HDPE) WATER TANK 1 SINTEX
2 POLYCON, JAIPUR
3 ROTEX
4 INFRA
5 ASHISH PLAST
6 GANGA
7 KAVERI
8 JS POLYPLAST
9 ERGEN PLASTIC INDUSTRIES
77 CHROMIUM PLATED BRASS 1 JAQUAR
BATH FITTINGS AND 2 SOMANY
FIXTRSCP BIB COCK, STOP 3 KINGSTON
COCK, PILLAR COCK 4 PARRYWARE
5 SIECO
6 ESS ESS
7 MARC
8 DHAWAN SANITARY UDYOG (PRIMA)
9 PLASTOCRAFT SANITARY INDIA PVT LTD (KINGSTON)
10 STATUS SANITECH (P) LTD (PLAYER)

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 360
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
78 BATH ROOM FITTINGS, 1 JAQUAR & COMPANY PVT LTD
CHROMIUM PLASTED CAST 2 PARRYWARE ROCA PVT LTD
COPPER ALLOY FANCY 3 KOHLER
TYPE BIB TAPS, STOP 4 ALUMINIUM UDYOG UNDER BRAND NAME
VALVES AND PILLAR TAPS “KUNCHAL”
5 HINDWARE
6 MARC
7 PRAYAG
8 SHAKTI
79 BRASS/PVC STOP COCK 1 GEM
AND BIB COCK 2 HANSA KINGSTON
3 SEIKO
4 NETA
5 ZOLOTA
6 PRAYAG
7 DHAWAN SANITARY UDYOG (PRIMA)
80 SHOWER ROSE 1 MARC
2 ESS ESS
3 SOMANY
4 PARKO
5 KINGSTON
81 WATER CLOSET -VITREOUS 1 CERA
CHINA 2 HINDWARE
3 PARRYWARE
4 PRAYAG
5 NEYVELI CERAMICS (NEYCER)
6 JOHNSON
7 SOMANY CERAMICS LIMITED (SOMANY)
82 PTMT BATHROOM FITTINGS 1 PRECISION PRODUCTS (PEARL)
PLASTIC BIB TAPS, PILLAR 2 R S INDUSTRIES (POLYTUF)
TAPS, ANGLE VALVE AND 3 SHAKTI ENTERPRISES (SHAKTI)
STOP VALVES (ISI MARKED) 4 AJANTA POLYMERS, DELHI
83 PVC LOW LEVEL 3/6 LTR 1 CERA
DUAL FLUSHING CISTERN 2 HINDWARE
OR 10 LTRS FLUSHING 3 PARRYWARE (EID)(INDIA) LTD
CISTERN 4 PRAYAG
5 NEYVELI CERAMICS (NEYCER)
6 JOHNSON H&R INDIA LTD
7 COMMANDER SLIM LINE PHENOWELD POLYMER
PVT
8 HINDUSTAN SANITARY WARE & INDUSTRIES LTD
9 KINGSTON
10 R S INDUSTRIES (POLYTUFF)
11 PRECISION PRODUCTS (PEARL)
12 SHAKTI ENTERPRISES (SHAKTI)
13 AJANTA POLYMERS, DELHI

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 361
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)
1 2 3
84 PLASTIC SEAT COVER PVC 1 CERA
2 HINDWARE
3 PARRYWARE
4 PRAYAG
5 NEYVELI CERAMICS
6 JOHNSON
7 R S INDUSTRIES (POLYTUFF)
8 PRECISION PRODUCTS (PEARL)
9 AJANTA POLYMERS, DELHI
85 URINALS- VITREOUS CHINA 1 CERA
2 HINDWARE
3 PARRYWARE
4 PRAYAG
5 NEYVELI CERAMICS
6 JONSHAN
7 SOMANY CERAMICS LIMITED (SOMANY)
86 WASH BASIN- VITREOUS 1 CERA
CHINA 2 HINDWARE
3 PARRYWARE
4 PRAYAG
5 NEYVELI CERAMICS (NEYCER)
6 JOHNSON
7 JAQUAR &COMPANY PVT LTD
8 SOMANY CERAMICS LIMITED (SOMANY)
87 STAINLESS STEEL SINKS 1 DIAMOND
PLATE RACK & DRAINING 2 NIRALI
BOARDS (MADE OF SALEM 3 PRAYAG
STEEL& ISI MARKED) 4 ANUPAM INDUSTRIES (BLUE STAR)
5 PRAYAG POLYMER PVT LTD
6 PARRYWARE
7 NEELKANT
8 PHOENIX
9 JAIN BROTHERS SANITATION PVT LTD
10 ANUPAM INDUSTRIES
11 PLASTOCRAFT SANITARY INDIA PVT LTD
(KINGSTON/KOBRA)
12 BLUESTAR SANITARY INDUSTRIES PVT LTD
88 CENTRIFUGAL PUMP 1 KIRLOSKAR
2 BEACON
3 CROMPTON GREAVES
4 KSB
5 MATHER & PLATT
6 CRI, COIMBATORE
7 WASP
89 SUBMERSIBLE PUMP 1 KIRLOSKAR
2 BEACON
3 CROMTON GREAVES
4 KSB
5 MATHER & PLATT
6 CRI, COIMBATORE
7 WASP
8 MBH PUMPS (GUJARAT) PVT

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 362
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
90 VERTICLE TURBINE PUMPS 1 KIRLOSKER
2 KSB
3 WASP
4 JYOTI
5 MATHER & PLATT
6 WORTHINGTON
91 NON CLOG SEWAGE 1 KIRLOSKER
SUBMERSIBLE PUMPS 2 KSB
3 WASP
4 JYOTI
5 MATHER & PLATT
6 WORTHINGTON
7 MBH PUMPS (GUJARAT) PVT
92 PUMPS FOR FIRE FIGHTING 1 KIRLOSKER
2 MATHER & PLATT
3 CROMPTON MOTOR
4 ABB
5 AREVA
6 BHARAT BIJLEE
7 SIEMENS
93 MOTORS/STATERS 1 SIEMENS
2 ABB
3 BCH
4 NGEF
5 HAVELLS
6 BHARAT BIJLEE
7 JYOTI
94 PUMPS 1 KIRLOSKAR BROTHER LTD
2 CG
3 KSB
4 JOHNSON
5 BEACON
6 GRUNDFOSS
7 ARMSTRONG
8 MATHER & PLATT
9 WASP
10 JYOTI
11 BHEL ENGLISH ELECT
12 ABB
13 SIEMENS
14 CALAMA
15 MBH PUMPS (GUJARAT) PVT LTD
95 SLUICE VALVE/REFLUX 1 LEADER
VALVE/HIGH PRESSURE 2 KIRLOSKAR
SV/RV/GATE VALVE/FOOT 3 UPADHAYA
VALVE 4 L&T
5 VENUS
6 ZOLOTO

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 363
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
96 NRV/AIR RELEASE VALVE 1 KIRLOSKAR
2 LEADER
3 AUDCO
4 JINDAL
5 BIR
6 UPADHYAYA
97 SUBMERSIBLE CABLE 1 BCH
2 RR KABEL
3 RALLISON
4 HAVELLS
5 POLYCAB WIRES PVT LTD
98 SINGLE PHASE PREVENTOR 1 MAINILEC
/ SEQUENCE CORRECTOR 2 SIEMENS
3 BCH
4 GE
5 C&S MINILEC
6 HAVELLS
99 CHOLORONOME PLANT 1 CAPITAL CONTROL
2 M/S SOMBANI ENVIOR ENGG PVT LTD
3 PALTERSON
4 MAIC (INDIA)
100 BLEACHING DOZER 1 CAPITAL CONTROL
2 M/S SOMBANI ENVIOR ENGG PVT LTD
3 AQUAPURA
4 MAIC-INDIA
5 PALTERSON
101 CHEMICAL DOZER/SODIUM 1 MILTON ROY
HYPOCHLORITE SOLUTION 2 TECHNOMAC
102 C PVC PIPES (FLOW GUARD) 1 ASHIRVAD
2 AJAY FLOWGUARD DELHI
3 DUTRON
4 DUPLON (RELIANCE)
5 FINOLEX
103 PVC PIPES AND FITTINGS 1 KISAN MOULDINGS LIMITED
2 JAIN IRRIGATION SYSTEMS LTD
3 PRINCE
4 SUPREME
5 ASHIRVAD
6 SFMC
7 SINTEX
8 FINOLEX
9 RELIANCE INDUSTRIES
10 TIRUPATI

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 364
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
104 POLE PRE-STRESSED 1 M/S CEMENT FABRIC INDIA, JODHPUR
CONCETE 2 M/S HINDUSTAN PRESTRESSED CONCRETE,
FARIDABAD
3 M/S INDIAN PCC POLES
4 M/S CONCRETE UDYOG JHANSI
5 M/S SANKLA UDYOG, JHANSI
6 M/S SANKHLA UDHOG JODHPUR
7 MA PRE-STRESSED WORKS JODHPUR
8 CEMENT FABRIC INDIA LTD CHANDIGARH PUNJAB
9 PRE-STRESSED CONCRETE LTD CHANDIGARH.
10 PRECTO, CHANDIGARH
11 SRI BALAJI ENTERPRISES
12 BETON CONCRETE PRODUCT, AURANGABAD
13 M/S CONCRETE FABRICS HARYANA
105 POLE-STEEL TUBLAR 1 INDIA TUBE AND CO
2 INDIA ELECTRIC POLES MFG CO MAHARASHTRA
3 QUALITY STEEL PRODUCTS LTD KANPUR
4 THE NATIONAL TUBING COMPANY, KANPUR
5 KALINGA TUBES
6 M/S BHARAT STEEL TUBES, HARYANA
7 M/S SOHANLAL GAZIABAD
8 M/S JINDAL STEEL PRODUCTS, KANPUR
9 BOMBAY TUBES
10 METAL COATS CHENNAI
11 RIDDI POLES VADODARA
12 SURJIT SINGH & CO MOHALI
13 M/S ANIL ENGINEERING CORPORATION KANPUR
14 BHARAT CONDUIT AND STEEL WKS KANPUR
106 INSULATORS HT/LT 1 BENGAL POTTERIES
DISC/PIN/SHACKEL/LOOP/ST 2 MODERN INSULATORS
RING TYPE 3 JAIPURIA
4 RASHTRIYA ELECTRICALS
5 PACTIL
107 HT/LT INSULATOR/ 1 SOUTHERN INSULATORS/MYSORE
COMPOSITE INSULATORS 2 JAISHREE
108 AIR CIRCUIT BREAKER (ACB) 1 LARSEN & TUBRO
HT/LT 600 VOLTS/LT ACB 415 2 SIEMENS
VOLTS 3 ABB
4 SCHNEIDER
5 CROMPTON GREAVES
6 ENGLISH ELECT CONTROL AND SWITCHGEAR
7 GEC
8 HAVELLS INDIA LTD
9 GE BCH
10 C & S ELECTRICAL LTD
11 HAGER
12 HPL
13 STANDARD
14 BENTEC ELECTRICALS & ELECTRONICS PVT LTD
15 NOVATEUR ELECTRICALS & DIGITAL SYSTEM PVT LTD
16 HAVELLS INDIA LTD (STANDARD DIVISION)

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 365
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
109 VACUUM CIRCUIT BREAKER 1 SCHNEIDER, NEW DELHI
(VCB) SUITABLE FOR 36 KV 2 JYOTI LTD, VADODARA
AND 12 KV SYSTEM 3 ANDREW YULE
4 INDIAN TRANSFORMERS & ELECTRICALS
110 POWER FACTOR 1 ABB
IMPROVEMENT CAPACITOR 2 UNIVERSAL
BANKS 3 DUCATI
4 SHREEM
111 HT SWITCH GEAR 66/33/11 1 SOUTHERN SWITCH GEAR, CHENNAI
KV 3 PHASE, GAS CIRCUIT 2 ANDREW YULE
BREAKER CIRCUIT 3 BHEL
BREAKER SF-6 TYPE
112 HT 11KV, 3PH AUTOMATIC 1 ABB LTD, BANGALORE
SWITCH FUSE UNIT 2 JYOTI
3 MEI
113 AIR-BREAK SWITCH GANG 1 MULL & CO
OPERATED (33KV/11KV) 2 BHEL
3 ELPRO
4 MEI
5 SOUTHERN SWITCHGEAR
6 ANDREW YULE
7 ATLAS, JAIPURIA
8 PACTIL (METRO)
9 JAIPURIA
10 ATLAS
11 ECE
12 AREVA
13 GEC
14 UNIVERSAL
15 CROMPTION GREAVES
16 GR POWER SWITCH
114 ARRESTERS LIGHTING 1 ATLAS
LT/HT 2 ALSTOM
3 ALPRO
4 JAIPURIA BROTHERS
5 MADRAS PROCELIN
6 MEI
7 RASHTRIYA
115 FLAME PROOF FITTINGS 1 BAJAJ
(ISI) MARKED 2 CROMPTON GRAVES
3 SUDDHIR SWITCH GEARS LTD
4 M/S BALIGA
5 FLEXPRO ELECTRICALS, NASIK
6 M/S SHYAM SWITCH GEARS, MUMBAI
7 PHILLIPS
8 ELECTRON LIGHTING SYSTEM
9 FCG
10 ATLAS INDUSTRIES LTD
11 PLUTO

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 366
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
116 LT SWITCH BOARD PANEL 1 SCHIENDER
(INDOOR WALL MOUNTED 2 ABB
PREWIRED) LT PANEL 3 POWERWARE
(POWDER COATED), 4 L&T
FEEDER PILLAR BOX, AMF 5 ESS ESS KAY POWER SYSTEM & CONTROL
PANEL, APFC PANEL (CPRI 6 HAVELLS
TESTED) 7 C&S
8 HPL
9 HANSON ENTERPRISES PVT LTD
10 M/S SOMBANI ENVIOR ENGG PVT LTD
11 SS ELECTRO POWER
12 STANDARD
13 UNIVERSAL SWITCH GEAR CONTROL
14 CROMPTON
15 BAFNA ELECTRICAL CO JODHPUR
16 INDIASIAN
17 NEPTUNE
18 SMS
19 REM ELECTROMECH PVT LTD
20 SUPERTECH POWER CONTROL PVT LTD
21 UPS INTERNATIONAL
22 ABHUNIK SWITCHGEARS PVT LTD
23 NOVATEUR ELECTRICALS AND DIGITAL SYSTEMS
PVT LTD
24 POWERTECH SWITCHGEARS (I) PVT LTD
(POWERTECH)
25 SHALABH (INDIA) LTD (SHALABH SWITCHGEAR)
26 SHIV SHAKTI
27 ENGINEERS & ENGINEERS (ELECTRICALS) PVT
LTD JAIPUR
28 DYNAMIC CONTROL SYSTEMS AHMEDABAD
29 OSIAN SWITCHGEAR & CONTROLS JODHPUR
30 BHANDARI ENGINEERING CO PVT LTD BHATINDA
117 GEYSER 1 BAJAJ
2 USHA
3 CROMPTON GREAVES
4 RACOLD
5 PEARL
6 HAVELLS
7 ORIENT
8 VENUS
9 MADHUBAN
10 V GUARD
11 JAQUAR & COMPANY PVT LTD
12 EON ELECTRIC LTD
13 MARC ENTERPRISES PVT LTD (MARC)

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 367
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
118 CHANGE OVER 1 HAVELLS
SWITCH/STARTER/ 2 SIEMENS
CONTACTOR DOL/STAR- 3 LARSEN & TUBRO
DELTA/ SYNCHRONOUS 4 CROMPTON GREAVES
5 LEGRAND
6 C&S ENGLISH
7 GE
8 ABB
9 HPL
10 GE/SCHNEIDER
11 MDS
12 STANDARD
13 NOVATEUR ELECTRICALS & DIGITAL SYSTEMS
PVT LTD (INDOASIAN)
119 POWER TRANSFORMER, 1 BHEL
66/11 KV,33/11 KV, 33/0,433 2 SIMENS LTD , MUMBAI
KV COPPER WOUND 3 BHARAT BIJLEE LTD, MUMBAI
4 CROMPTON GREAVES MUMBAI.
5 AREVA T&D INDIA LTD, NODIA
6 PAC TIL
7 POWERWARE
8 SCHENIDER
9 ALSTOM (GEC)
10 ANDREW YULE
11 ABB LTD, BANGALORE
12 INDIAN TRANSFORMERS ELECTRICALS,
GURGAON
13 KIRLOSKER
14 M/S INDO TECH TRANSFORMERS
15 M/S PATSON TRANSFORMERS, BHARUCH
16 VOLTAMP LTD, BARODA
17 UNIVERSEL TRANSFORMER
18 NGEF
19 RAJASTHAN TRANSFORMERS
20 SANKLA UDHYOG JODHPUR
21 C & S ELECTRICAL LTD
22 VARDHMAN ELECTRO MECH
120 MAIN SWITCH IRON CLAD 1 ANCHOR
2 CROMPTON & GREAVES
3 HAVELLS
4 INDOASIAN
121 TRANSFORMERS 33 KV, 1 LAXMI
CURRENT & POTENTIAL 2 JOYTI LTD, VADODARA
122 TRANSFORMERS 11 KV, 1 L&T
CURRENT & POTENTIAL 2 SEIMENS
3 AREVA T&D LTD
4 ELECTRIFIED COMPANY

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 368
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
123 CABLE JOINTING KIT FOR 11 1 RAYCHEMS
KV/22 KV 2 DENSONS
3 M-SEAL
4 BIRLA – 3M
5 CCI
6 Y-DENSON
7 YAMUNA GASES & CHEMICAL
8 MAHINDRA & MAHINDRA
9 SIEMEN
10 RPG
124 UG HT XLPE, PVC 1 RPG CABLES LTD, THANE
INSULATED ALUMINIUM 2 FINOLEX
CONDUCTOR FOR 33/ 11 KV 3 INDUSTRIAL CABLES, PUNJAB
SYSTEM 4 PLAZA
5 PARAGON
6 POLYCAB WIRES PVT LTD (POLYCAB)
125 UG LT PVC INSULATED 1 UNIVERSAL
ALLUMINIUM CONDUCTOR 2 RPG CABLES LTD, THANE
FOR 1100 VOLTS 3 HAVELLS INDIA LTD, ALWAR
4 PLAZA CABLES
5 POLYCAB
126 ALLUMINIUM CONDUCTOR 1 VK CONDUCTORS
STEEL REINFORCED(ACSR) 2 UJALA
3 KONARK M/S POWER CABLES IND
4 BHARAT CONDUCTOR
127 STREET LIGHT FITTINGS 1 BAJAJ
2 PHILLIPS
3 WIPRO
4 CROMPTON GREAVES
5 GE
6 KALIN LIGHT
7 HAVELLS
8 CONTROL & SWITCHGEAR
9 SURYA ROSHNI
10 ASIAN
11 ORIENT ELECTRIC
12 POLYCAB WIRES PVT LTD
13 SHAKTI FIXTURES PVT LTD (SHAKTI)
14 C & S ELECTRIC LIMITED
128 SOLAR STREET LIGHT 1 CROMPTON
FITTING 2 SUN TECHNIC
3 BAJAJ
4 DARK EYE
5 NILOY NEW SUN TECHNOLOGIES
6 SURYA
7 STARTECH
8 SANGWAN ENERGY SYSTEM PVT LTD

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 369
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
129 HIGH MAST LIGHT 1 METAL COATS
2 UTKARSH TUBES & PIPES
3 BAJAJ
4 PHILLIPS
5 GE
6 CROMPTON
7 SHAKTI FIXTURES PVT LTD (SHAKTI)
130 FLUORESCENT TUBE LIGHT 1 WIPRO
FITTINGS/CFL FITTINGS/ 2 BAJAJ
3 CROMPTON
4 PHILLIPS
5 SURYA
6 HPL
7 OSRAM
8 ENGLISH ELECT
9 HAVELLS
10 ROSHNI
11 INDO-ASIAN
12 GE-LIGHTING
13 HALONIX
14 LUXOLITE
15 SHAKTI FIXTURES PVT LTD (SHAKTI)
16 POLYCAB WIRES PVT LTD
17 C & S ELECTRIC LIMITED
131 PVC CASING CAPING (ISI 1 PRESTO PLAST
MARKED) 2 FINOLEX
3 KALINGA
4 PRECISION
5 MODI
6 PRINCE
7 SUPREME
8 POLYCAB
9 AREVA ABB
10 SIEMENS
11 CG
12 PLAZA
13 AKG
14 ASIAN
15 NATIONAL
16 LAXMI ENGG BHOPAL
17 RICHA CABLE PVT LTD
132 LIGHT FITTINGS LED/PIANO 1 HAVELLS
TYPE SWITCHS,PLUGS 2 GOLDWYN
SOCKETS 3 SIEMENS
4 STAR TECH
5 ELECTRON LIGHTING SYSTEMS
6 SYSKA
7 GE
8 SUN STAR
9 VIN SEMICONDUCTORS

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 370
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
132 10 ORIENT ELECTRIC
cont 11 KOLORS
d 12 KRIPA TELECOM
13 M/S MEGA ENERGY SOLUTIONS, PUNE
14 M/S INSTAPOWER LTD
15 M/S SURYA ROSHNI LIMITED
16 CROMPTON GREAVES LIMITED
17 SHAKTI FIXTURTES PVT LTD (SHAKTI)
18 C & S ELECTRIC LIMITED
133 ELECTRONIC / 1 SIMENS
PHOTOELECTRIC SWITCH 2 ABB
FOR AUTO OP OF STREET 3 ACE-SPARKWAVE, SECUNDRABAD
LTD 4 HARPAL ELECTRONIC
5 GENUS
6 KAKATIYA ENERGY SYSTEMS PVT LTD
134 MICROPROCESSOR BASED 1 DATAR
MCCB LT 415 VOLTS 2 MDS
3 STANDARD
6 HAVELLS INDIA LTD
7 DELHI CONTROL DEVICES PVT LTD
8 BENTEC ELECTRICAL & ELECTRONICS PVT LTD
9 C & S ELECTRICAL LTD
10 NOVATEUR ELECTRICALS & DIGITAL SYSTEMS
PVT LTD
11 M/S ABHUNIK SWITCHGEARS PVT LTD
12 SHALABH (INDIA) LTD ( SHALABH SWITCHGEAR)
135 AMMETER / VOLTMETER / 1 HPL
POWER FACTOR / 2 UNIVERSAL
FREQUENCY METERS 3 DIGITRON
4 BHEL
5 ABB
6 SIEMENS
7 CONZERV
136 DIGITAL METERS WITH 1 HAVELLS
BUILT IN SELECTOR 2 CONTROL AND SWITCHGEAR
SWITCHES FOR 3 TRINITY
VOLTMETER, AMMETER, 4 DIRRIS
FREQUENCY, ENERGY, KW, 5 HPL
POWER ANALYSER 6 HAGER
7 IMP
8 SECURE
9 C & CMECO
137 ELECTRONIC ENERGY 1 AREVA
METERS, TAMPER PROOF 2 JAIPURIA METERS
3 LEGRAND
4 BENTEC, KOLKATA
5 RASS
6 CONCIRD
7 MECO
8 ACCURATE
9 INDOASIAN

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 371
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
137 10 SECURE
cont 11 ANCHOR
d 12 DELHI CONTROL DEVICES PVT LTD
13 HAVELLS INDIA LTD
138 CEILING FAN / REGULATOR 1 BAJAJ
2 CROMPTON
3 USHA
4 KHAITAN
5 ORIENT BELL LIMITED
6 LEGRAND
7 CROMPTON GREAVES
8 ALMONARD
9 ANCHOR
10 HAVELLS
11 GEC
12 POLAR
13 GE
14 EON ELECTRIC LTD
15 POLYCAB WIRES PVT LTD (POLYCAB)
16 MARC ENTERPRISES PVT LTD (MARC)
139 EXHAUST FAN / CABIN FAN / 1 GEC
AIR CIRCULATOR 2 HAVELLS
3 ORIENT BELL LIMITED
4 ANCHOR
5 BAJAJ
6 CG
140 CABLES, CABLE LT MULTI 1 POLYCAB
STANRDRED COPPER 2 PLAZA
CONDUCTOR 3 RPG
4 PARAGON
5 FINOLEX
6 KALINGA
7 INDO-ASIAN
8 KEI
9 POLYCAB WIRES PVT LTD
10 KALINGA CABLE AND CONDUIT CO.(KALINGA PREMIUM)
11 BONTON CABLES INDIA PVT LTD
141 FLEXIBLE CORD TWISTED 1 HPL
COPPER CONDUCTOR 2 NICCO
3 POLYCAB
4 PARAFLEX
5 PLAZA
6 KEI
142 PVC CONDUITS (RIGID) 1 AKG
2 PRECISION
3 KALINGA CABLE AND CONDUIT CO
4 PRESTO PLAST
5 PRINCE
6 PLAZA
7 RICHA CABLES PVT LTD
8 POLYCAB WIRES PVT LTD

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 372
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
143 PVC CONDUIT (FLEXIBLE) 1 ASIAN
2 PLAZA
3 KALINGA
4 CAP PLASTIC TUBES PVT LTD
5 POLYCAB WIRES PVT LTD
6 KALINGA CABLE AND CONDUIT CO
144 MS/ERW CONDUIT 1 NIC
2 CTI
3 ASIAN
4 VIRAJ INDUSTRIES
5 TATA
6 JINDAL
7 KALINGA
8 BEC
9 AKG
10 PRAKASH SURYA
11 STEEL CRAFT
12 TIRPUTI
13 VIMCO SUPREME
14 PRECISION
15 GREAVES COTTON
145 RELAY 1 JAIPUR
ELECTROMECHANICAL 2 GE/ELECT
3 HAGER
4 INDOASIAN
146 RELAY NUMERICAL STATIC 1 LARSEN & TUBRO
2 SCHNIEDER
3 GE/ELECT
4 HAGER
5 AE
6 CROMPTON
147 UPS 1 PROTECT SERVICES
2 MICROTECH
3 LUMINOUS
4 LABOTECH
148 DG SET (ENGINE) 1 KIRLOSKAR
2 CUMMINS
3 GREAVES-COTTON
4 ASHOK LAYLAND
5 MAHINDRA
6 TATA
149 DG SET (ALTERNATOR) 1 KIRLOSKAR
2 JYOTI
3 CROMPTON GREAVES
4 ALSTOM
5 CUMMINS
6 AREVA
7 LEROY SOMER
8 BHARAT BIJLEE
9 MAHINDRA

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 373
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
150 DG SET ASSEMBLED SOUND 1 JACKSON
PROOF 2 SUDHIR
3 GREAVES-COTTON
4 CUMMINS INDIA
5 KIRLOSKAR
6 STAMFORD
7 JYOTI
8 CROMPTON GREAVES
9 ALSTOM
10 CUMMINS
11 AREVA
12 LEROY SOMER
13 BHARAT BIJLEE
14 MAHINDRA
151 INDUCTION MOTORS 1 ABB
2 MATHER & PLATT
3 AREVA T&D
4 NGEF
152 LT CIRCUIT BREAK, MCCB, 1 HPL
RCCB,MCB,DB,ELCB, 2 SINTEX
ISOLATES 3 BENTEC
4 LEGRAND
5 L&T
6 C&S
7 ELS SPELSBERG
8 UNIVERSAL SWITCH GEAR CONTROL
9 GE/ENGLISH ELCT
10 SCHNEIDER
11 MDS
12 KOLORS
13 SHALABH (INDIA) LTD (SHALABH SWITCHGEAR)
14 INDOASIAN
15 HAVELLS
16 NOVATEUR ELECTRICALS & DIGITAL SYSTEM PVT
LTD
17 M/S ABHUNIK SWITCHGEARS PVT LTD
18 LARSEN & TUBRO
19 ABB
20 SEIMENS
21 ENGLISH ELECT SCHNEIDER
22 GE CONTROLS
23 HAGER
24 HAVELLS INDIA LTD
25 ANCHOR
26 DELHI CONTROL DEVICES PVT LTD

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 374
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
153 FLEXIBLE WIRES AND 1 HAVELLS
CABLES(PVC) UPTO 1100 2 ANCHOR
VOLTS (ISI MARKED ()FRLS) 3 WIPRO
INTERNAL POINT WIRING 4 NICCO
AND SUB MAIN WIRING 5 RPG CABLES
6 HPL
7 RPG/ASIAN
8 GLOSTER CABLES LIMITED
9 INDO AMERICAN ELECTRICAL
10 PLAZA
11 RR KABEL LTD
12 POLYCAB WIRES PVT LTD (POLYCAB)
13 KALINGA CABLE AND CONDUIT CO. (KALINGA
PREMIUM)
14 BONTON CABLES INDIA PVT LTD (BONTON)
15 DNEO CABLES PVT LTD (DCAB)
16 SHALABH (INDIA) LTD (SHALABH SWITCHGEAR)
17 RICHA CABLES PVT LTD (RICHA)
18 DNEO CABLES PVT LTD (DCAB)
19 KEI INDUSTRIES LTD
20 PARAFLEX
154 LT XLPE CABLES, POWER 1 HAVELLS
AND CONTROL CABLES (ISI 2 ANCHOR
MARKED) 3 WIPRO
4 PARAGON
5 RPG CABLES
6 HPL
7 RPG/ASIAN
8 GLOSTER CABLES LIMITED
9 INDO AMERICAN ELECTRICAL
10 PLAZA
11 RR KABEL LTD
12 POLYCAB WIRES PVT LTD (POLYCAB)
13 DIAMOND POWER INFRASTRUCTURE LTD
(DIATRON)
14 KALINGA CABLE & CONDUIT CO (KALINGA
PREMIUM)
15 BONTON CABLES INDIA PVT LTD (BONTON)
16 HPL INDIA LTD
17 RAVIN CABLES LTD
18 EON ELECTRIC LTD
19 KEI INDUSTRIES LTD
20 FINOLEX
21 GLOSTER CABLES LIMITED
22 RICHA CABLES PVT LTD

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 375
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
155 HT CABLES, CONTROL 1 KEI INDUSTRIES LTD
CABLES 2 NICCO
3 FINOLEX
4 ICL
5 HAVELLS
6 ASIANS CABLES
7 POLYCAB WIRES PVT LTD (POLYCAB)
8 PARAMOUNT
9 CCI
10 RPG
11 CRYSTAL CABLE INDUSTRIES LTD
12 RAVIN CABLES LTD
13 DIAMOND POWER INFRASTRUCTURE LTD
(DIATRON)
156 STARTERS 1 GE
2 C&S
3 MDS
4 BCH
5 HAVELLS INDIA LTD
6 STANDARD
7 NOVATEUR ELECTRICALS & DIGITAL SYSTEM PVT
LTD
157 SWITCH FUSE UNIT/ HRC 1 GE/SIEMENS
FUSES 2 HAVELLS
3 STANDARD
4 HPL
5 INDO ASIAN
6 NOVATEUR ELECTRICALS & DIGITAL SYSTEM PVT
LTD
7 SHALABH (INDIA) LTD (SHALABH SWITCHGEAR)
8 BENTEC INDIA LIMITED
158 HT RING MAIN UNIT, VCB, 1 SIEMENS
ITE KV 2 CG
3 C&S
159 RISING MAIN/BUS KEY 1 SCHNEIDER
TRUNKING SANDWITCHED 2 C&S
BUSBAR
160 POINT WIRING 1 HAVELLS
ACCESSORIES 2 CONA
SWITCHES/SOCKETS/BELL
PUSH/ CEILING ROSE & 3 WIPRO
CALL BELL 4 ANCHOR
5 POLYCAB WIRES PVT LTD (POLYCAB)
6 KAY
7 SONA
8 SSK
9 PLAZA
10 KINJAL
11 M/S ABHUNIKS SWITCHGEARS PVT LTD

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 376
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
161 LAMINATED SHEET 1 ANCHOR
2 XYLAM
162 INDICATING LAMPS AND 1 C&S ELECTRIC LIMITED
LED LAMPS 2 CG
3 GE
4 AE BCH
5 WIPRO
6 HAGER
7 KAYCEE
8 SURYA
9 BAJAJ
10 ELECTRO
11 OSRAM
12 M/S MEGA ENERGY SOLUTIONS, PUNE
13 SYSKA LED LIGHTS PVT LTD (SYSKA)
14 SANGWAN ENERGY SYSTEM PVT LTD (SE/
SANGWAN ENERGY)
15 BENTEC INDIA LTD ( BENLO/BENTEC)
163 SELECTOR SWITCH PUSH 1 BCH
BUTTONS 2 C&S
3 AE
4 KAYCEE
5 CONCORD
164 LIGHT FITTING & 1 LEGRAND
ACCESSOIRES 2 SURYA ROSHANI LTD
3 BAJAJ
4 HAVELLS
5 GE
6 ASIAN
7 ANCHOR
8 OSRAM
9 ABUNIK SWITCHGEARS PVT LTD
10 POLYCAB WIRES PVT LTD
11 C & S electric limited
165 BLUK HEAD FITTING 1 HAVELLS
2 BAJAJ
3 PRAKASH
4 GE
166 VOLTAGE STABILIZER 1 BRENTFORD
5 KVA TO 25 KVA 2 M/S VINTEK ELECTRONICS (VOLINA)
3 POWER TECH
4 AE
5 APLAB
6 AEI MUMBAI
7 VINITEC ELECTRONIC LABORATORY (VINITEC)
167 VOLTAGE STABILIZER 1 SINETRAC
ABOVE 25 KVA 2 APLAB
3 M/S VINTEK ELECTRONICS (VOLINA)
4 INDIAN TRANSFORMER & ELECT GURGOAN
5 VINITEC ELECTRONIC LABORATORY (VINITEC)

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 377
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
168 VOLTAGE STABILIZER UPTO 1 POWER TECH
5 KVA 2 BLUE LINE
3 VINTEK ELECTRONICS (VOLINA)
4 BRENTFORD
5 ITE
6 VINITEC ELECTRONIC LABORATORY (VINITEC)
169 SERVO CONTROLLED 1 INDIAN TRANSFORMERS AND ELECTRICALS
AUTOMATIC VOLTAGE 2 ELECTRIFIED COMPANY
STABILIZER UPTO 1000KVA 3 VINITEC ELECTRONIC LABORATORY (VINITEC)
4 VINTEK ELECTRONICS (VOLINA)
170 RUBBER MATS 1 SINTEX
2 ELECTROMAT
171 PVC SHEET FLOORING 1 ELECTROMAT
2 PREMIER VINYL
3 INARCO
172 BATTERY / BATTERY 1 MICROTEX
CHARGER 2 SUKAM
3 AMCO
173 BATTERY MAINTANENCE 1 OKAYA
FREE 2 STANDRED
3 AMARA RAJA
4 LIVELINE ESI
174 PVC LID 1 POLYCON
2 LOTUS
3 DIPLAST
175 ELECTRIC MORTOR 1 NGEF
2 HAVELLS
3 JYOTI
176 CONTACTOR 1 C&S
2 BCH
3 MDS
4 STANDARD
5 HAVELLS
6 GE
177 CAPACITORS INCL RELAY 1 EPCOS
2 HPL
3 HAVELLS
4 DUCATI
5 NEPTUNE
178 MEASURING INSTRUMENTS 1 HPL
2 HAVELLS
3 MECO
4 IMP
5 SIEMENS
6 SECURE
179 PHOTO ELECTRIC TIME 1 INDO ASIAN
SWITCH, SINGLE PHASE/3 2 STANDARD
PHASE 3 HAVELSS
180 SHADOW LESS LIGHT 1 BAJAJ
2 HILLROM-UK

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 378
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
181 POST TOP LANTERN 1 HAVELLS
2 SURYA ROSHANI LTD
3 CG
4 GE
5 SHAKTI FIXTURES PVT LTD (SHAKTI)
182 TOOLS (HAND & CRIMING 1 IMPRIAL
ETC) 2 EASTMAN
3 JHALANI
183 REFRIGERATORS & DDEP 1 GODREJ
FREEZERS 2 SAMSUNG
3 HITACHI
184 WATER COOLERS 1 VOLTAS
2 USHA SHRIRAM
185 AVIATION LIGHT 1 BAJAJ
2 GEC
186 UNDER WATER LIGHTS 1 CG
2 BAJAJ
187 UPS 1 APC
2 TATA-LIEBERT
3 LUMINIOUS
188 FIRE HOSE REEL 1 FIREX
2 SAFEZONE
3 UFECON
4 ELECTROC EQUIP
5 GODREJ & BOYCE
189 STAND POST TYPE 1 FIREX
HYDRANT 2 SAFEZONE
3 UFECON
4 ELECTROC EQUIP
5 GODREJ & BOYCE
190 FIRE HOSE PIPE 1 SAFEZONE
2 UFECON
3 ELECTROC EQUIP
4 GODREJ & BOYCE
191 SPRINKLER HEAD 1 SAFEX
2 MINIMAX
192 PRESSURE SWITCH 1 BARRASOMATIC
2 RAPID CONTROL
3 BELIMO
193 ALARM VALVE 1 SPRASAFE
2 TYCO
194 FIRE EXTINGUISHER 1 CEASEFIRE
2 SAFEZONE
3 UFECON
4 ELECTROC EQUIP
5 GODREJ & BOYCE

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 379
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
195 SINGLE HEAD LANDING 1 FIREX
VALVES THREE/FOUR WAY 2 AGNI
FIRE BRIGADE INLET,HOSE 3 NEWAGE
RELL DRUM AND SHUT OFF 4 SUKAN
NOZZLE ALUMINIUM BRACH
PIPE
196 AIR HANDING EQUIPMENT 1 VTS
AIR HANDLING UNIT 2 EDGETECH
(DOUBLE SKIN) 3 CITIZEN
4 CARYARE
197 COOLING / HEARING COILS 1 VTS
2 EDGETECH
3 CITIZEN
4 CARYARE
198 CENTRIFUGAL FANS FOR 1 KURGER
AHUS 2 NICOTRA
199 INLINE FANS 1 NICOTRA
2 SYSTEMAIR
200 AXIAL FANS 1 NICOTRA
2 AIRFLOW
201 CENTRIFUGAL FANS FOR 1 NICOTRA
VENTILATION UNITS 2 AIRFLOW
202 AIR FILTERS 1 TENACITY
2 CAMFIL
3 FEBTECH
4 PURAIR
5 AIRTECH
6 CHEMPHARM
7 PUROLATOR
203 POT STRAINERS 1 RAPID COOL
2 D.S ENGG
3 EMERALD
204 BUTTER VALVES (WATER 1 CASTLE
DUTY) 2 TYCO
3 BELIMO
4 AIP
5 SANT
205 CHECK VALVES (WATER 1 CASTLE
DUTY) 2 LEADER
206 BALL VALVES (WATER 1 CIMM
DUTY) 2 RB
3 ARCO
207 BALANCING VALVES 1 CASTLE
(WATER DUTY) 2 TYCO
3 BELIMO
4 AIP
5 SANT
208 TWO WAY MOTORIZED 1 HONEY WELL
MODULATING VALVES 2 SIEMENS
(WATER DUTY) FOR AHUS 3 BELIMO

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 380
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
209 PRESSURE GAUGE 1 GURU
2 EMRALD
3 D S ENGG
4 GLUCK
210 ACTUATOR FOR TWO WAY 1 SIEMENS
VALVES & FIRE DAMPERS 2 RAVISTAR
3 CARYAIRE
211 MODULATING MOTORS 1 JOHNSON
2 EQ
212 ROOM THERMOSTAT 1 INDOFOSS
2 TYLOR
3 BELIMO
213 GI SHEETS 1 NIPPON DENRO
2 RASTRIYA ISPAT
3 JINDAL
214 COMBINED FIRE/SMOKE 1 TRISTAR
DAMPERS 2 AIRFLOW
3 FYACRAFT
215 CHEMICAL DEHUMIDIFIERS 1 BY AIR
2 ORIGIN CORPORATE SERVICES PVT LTD
3 ADVANCE INTERNATIONAL (MODELS-AERIOL,
FRAT NOVITA)
216 AIR WASHERS 1 VOLTAS
2 JECO
3 EDGETECH
217 THIMBLES /STUDS/LUGS 1 JAIPURIA AXIS
2 INDIANA
218 MODULAR SWITCHES/ 1 ANCHOR (WOODS)
SOCKETS 2 CLIPSAL
3 SSK
4 FINGLOW
5 LEADER
6 KOLORS
7 HAVELLS INDIA LTD
8 NOVATEUR ELECTRICALS & DIGITAL SYSTEM PVT
LTD
9 HAVELLS INDIA LTD (STANDARD DIVISION)
10 RR KABEL LTD
11 EON ELECTRIC LTD
219 ELECTRIC HOOTER/ SIREN 1 SHIVANANDA
2 KHAIRAJ
220 METAL CLAD EARTH PLUG 1 HAVELLS
SOCKET 2 HPL
3 INDOASIAN
221 PVC RIDGE PIPE (HEAVY 1 DUTRON
DUTY) 2 SUPREME

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 381
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
222 TOTALLY ENCLOSED 1 HAVELLS
FITTINGS 2 CROMPTON
3 SURYA ROSHANI LTD
4 PLUTO
5 OSRAM
6 ASIAN
7 FCG
223 FOOT LIGHTS & WALK OVER 1 CROMPTON
LIGHTS 2 SURYA ROSHANI LTD
224 WALLMOUNTED FAN/AIR 1 BAJAJ
CIRCULATOR 2 CG
3 ORIENT BELL LIMITED
225 DESERT COOLERS (ROOM 1 SHAKTI
COOLER COLOOLER PVC 2 MADHUBAN
BODY)
226 PACKAGED /UNIFIED SUB 1 VOLTAMP
STATION 2 ANDREW YULE
3 KIRLOSKER
227 RRL HOSE PIPE 1 NEW AGE
2 INDIAN RAYONS
228 GUN METAL VALVES 1 SONA
2 NE
3 AIP
229 20MM DIA RUBBER PIPE 1 NEWAGE
2 COSMOS
230 HOOTER 1 NEWAGE
2 SUPEREX
3 SUKAN
4 AGNI
231 AIR HANDLING UNIT 1 THERMOFLOW
2 UNIVERSAL
3 COOLTECH AND AEROTHERM
4 BHUPATI
232 AIR CURTAINS 1 TECHNOCRAT
2 NATIONAL
3 CARRIER
4 VOLTAS
233 COOLING TOWERS 1 VOLTAS
2 POLO
3 ADVANCE
4 EPP COMPOSITES PVT LTD
234 WINDOW TYPE AIR 1 HITACHI
CONDITIONER 2 SAMSUNG
3 FEEDERS LLOYD
4 GODREJ
235 SPLIT TYPE AIR 1 LG
CONDITIONER 2 SAMSUNG
3 FEEDERS LLOYD
4 HITACHI
5 VOLTAS
6 GODREJ

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 382
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)

1 2 3
236 COOLING COIL 1 AIRFLOW
2 EDGETECH
3 RAVI AIRCON
237 REFRIGERAT CONTROLS 1 BARRASOMATIC
2 RAPID CONTROL
3 BELIMO
238 STRAINER 1 RAPID STRAIN
2 AIP
3 SIR
239 INSULATION CROSS LINK 1 SUPREME
POLTETHELENE WITH 2 BASF
ADHESIVE 3 FGP LTD
240 THERMOMETERS/PRESSUR 1 EMRALD
E GUAGE 2 DSENGG
3 JAPSIN
241 ACTUATORS 1 SANT
2 JUVENTA
3 MAHINDRA
242 THERMOSTATIC EXPANSION 1 BARRASOMATIC
VALVES 2 RAPID CONTROL
3 BELIMO
243 WATER SOFTENING PLANT 1 RMCO
2 LOTUS TRADERS
3 MULTITEX
244 SOLAR WATER SYSTEM 1 NOVAL ENERGY, NEW DELHI
2 SOLAR EQUIPMENT MANUFACTURING, NOIDA
3 SOLAUTOMATIC ELECTRICAL EQUIPMENT, NOIDA
4 STAR-TECH
5 TATA-BP SOLAR
6 DIGIFLIC CONTROLS (INDIA) PVT LTD BANGALORE
245 SWR PIPES 1 KISAN MOULDINGS LIMITED
2 JAIN IRRIGATION SYSTEMS LTD
246 CHANGEOVER SWITCH & 1 NOVATEUR ELECTRICALS & DIGITAL SYSTEM PVT
SWITCH DISCONNECTOR LTD
2 HAVELLS INDIA LTD (STANDARD DIVISION)
3 HAVELLS INDIA LTD
247 END SUCTION/SPLIT CASING 1 KIRLOSKAR
PUMPS 2 BEACON
3 KSB
4 GREATINDIA
5 GRUNDFOS
6 MATHER & PLATT
248 FILTERS 1 As per AHU Manufacturer
249 VIBRATION ISOLATOR 1 DUNLOP
2 RESISTOFLEX
250 PUSH BUTTOM STATION 1 L&T
2 BCH
3 ABB
4 SIEMENS
5 C&S

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 383
APPENDIX ‘B’ TO PARTICULAR SPECIFICATION (CONTD…)
1 2 3
251 TOGGLE SWITCH 1 L&T
2 BCH
3 ABB
4 SIEMENS
5 C&S
252 HYDRANT VALVE 1 SAFE GUARD
2 AGNI
3 SAFEX
4 RAVEL
253 SMOKE DETECTOR 1 SECUTRON
2 HOCHIKI
3 HONEYWELL
4 PARADOX
254 MANUAL CALL POINT 1 SAFE GUARD
2 AGNI
3 SAFEX
4 RAVEL
5 SECUTRON
6 HOCHIKI
255 ECO SENSOR 1 IFT_1
2 XTRALIS
256 ASPIRATING SYSTEM 1 IFT_1
2 XTRALIS
257 FIRE ALARM PANEL 1 SECUTRON
2 HOCHIKI
3 HONEYWELL
258 ELECTRONIC HOOTER 1 SECUTRON
2 HOCHIKI
3 HONEYWELL
259 MODULE 1 SECUTRON
2 HOCHIKI
3 HONEYWELL
260 MICRON ( THERMAL 1 GINNI SPECTRA PVT. LTD. JAIPUR
BONDED POLYSTER 2 R P INDUSTRIES, MALAD WEST ,MUMBAI
WADDING AS USED IN WALL 3 RAJDHANI SYNTAX (P) LTD. GURGAON
PANELING) 4 VENUS INTERLINING PVT. LTD., JAIPUR
5 WELTEX INDIA, NEW DELHI

No t e:
(a) Before placing the bulk supply order on any of the above listed firms/manufactures copy of
same shall be endorsed to GE for reference.
(b) The make / manufacturer of different materials / items are given in Appendix ‘B’, the makes of
certain items also given in Schedule ‘A’ and particular specifications. The procurement of items
shall be from the makes given in Schedule ‘A’. If no make is given in Schedule ‘A’ the same
shall be procured from the make given in particular specifications. In case no make specified
either in Schedule ‘A’ or in particular specification, the make shall be as per Appendix ‘B’ to
particular specifications.
(c) If no make is specified in the tender documents the item shall be ISI marked. However no ISI
marked materials / items are manufactured the same shall be conforming to IS specifications or
make as approved by the E-in-C’s Branch, New Delhi.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 384
Telefax : 0141-2202517 Military Engineer Services
Tele : 0141-2207174 Headquarters
Chief Engineer Jaipur Zone
Power House Road, Bani Park
Jaipur-302006

80740/C/44 /E8 12 Oct 2017

M/S ----------------------------------------
----------------------------------------------
----------------------------------------------

NAME OF WORK : PROVN OF AUDITORIUM AT ALWAR MILITARY STATION

DEAR SIR,

1. Tender documents in respect of above work are uploaded on the site www.eprocuremes.gov.in .
The tender is on single 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 OF TENDER (NIT). No tender/bid will be received in physical form and any tender/bid
received in such manner will be treated as non bonafide tender/bid.

3. Bid will be opened on due date and time fixed for opening in the presence of tenderers/bidders
or their authorised representatives, who have uploaded their quotation bid and who wish to be present
at the time of opening the bids.

4. Your attention is also drawn to instruction on filling and submission of tender attached herewith.
You may forward your points on tender documents and /or depute your technical representative for
discussion on tender/drawings and to clarify doubts, if any, on or before 01 Nov 2017 .You are
requested not to write piece meal points and forward your points duly consolidated before due date viz
01 Nov 2017.

5. Unenlisted contractors are required to submit the scanned copies (in pdf file) of documents
required as per eligibility criteria mentioned in instructions for filling the tender documents and Appendix
‘A’ to NIT along with EARNEST MONEY DEPOSIT (EMD) and tender fee on e-procurement portal and
submit the physical documents in the office of Chief Engineer Jaipur Zone, Jaipur within time limit
specified in NIT Inadequacy/deficiency of documents shall make the bid liable for rejection resulting in
disqualification for opening of finance bid.

6. (a) Contractor having not executed standing security bond and standing security deposit in any
MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD) mentioned in Notice
of Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing authority before
date& time fixed for this purpose. In case of failure to abide by any of these 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 scale laid down by MES for calculation of
“EARNEST MONEY” enhanced by 25% subject to maximum of Rs.1875000/- (Rupees Eighteen Lakhs
seventy five thousand Only).

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 385
7. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment letter, tender
fee and such other documents as mentioned in Appx ‘ A’ to NIT on e-procurement portal and submit
physical documents in the office of HQ Chief Engineer Jaipur Zone, Jaipur before date and time fixed
for this purpose.

8. The contractor must ensure that the tender/bid on the proper form is uploaded in time as the
Accepting Officer will take no congnizance of any quotations/offer received in any other electronic or
physical form like email/fax/by hand /through post form tenderer/bidder even if they are received in
time.

9. In view of delays due to system failure or other communication related failures, it is suggested
that the tender/bid be uploaded, if necessary, sufficiently in advance of the last due date and time fixed.

10. General Conditions of Contracts (IAFW-2249) (1989 Print) and errata and amendments thereto,
Schedule of minimum fair wages and MES SSR (Part –I and Part –II) are not enclosed with these
documents. There are available for perusal in the office of GE concerned and this office.

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


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

Yours faithfully,
(________________)

_____________________

Encls:- (As above) For Accepting Officer

Signature of Contractor

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 386
INSTRUCTION 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, along with their tender/bid :-

(a) Deposit at call receipt form a Scheduled Band in favour of Garrison Engineer concerned.
(b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of Garrison
Engineer.

It is advisable that Earnest Money is deposited in the form of deposit call receipt from an approved
Schedule Bank for easy refund. In case the tenderer/bidder wants to lodge ‘EARNEST MONEY
DEPOSIT’ in any other from allowed by MES, a confirmation about its acceptability will be obtained
from the Accepting Officer well in advance of the bid submission end date and time. Earnest Money
Deposit shall be submitted in the name of concerned GE.

NOTES: Earnest Money Deposit (EMD) in the form of cheque/Bank Guarantee etc will not be
accepted. NON- SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) ( scanned copy along with
Technical Bid and hard copy before the date and time fixed for opening of BOQ) WILL RENDER THE
BID DISQUALIFIED FOR OPENING OF COVER II (FINANCE BID).

2. SECURITY DEPOSIT
In case the tender/bid submitted by such contractor who is not enlisted with MES is accepted, the
contractor will be required to lodge with the Controller of Defence Accounts INDIVIDUAL SECURITY
DEPOSIT calculated with reference to TENDERED COST as notified by the Accepting Officer subject
to a maximum of Rs 18,75,000/-. The amount is required to be lodged within 30(Thirty) days of the
receipt by the contractor of notification of acceptance of tender/bid, failing which the sum shall be
recovered from the 1st RAR payment or from the Final bill (See Condition 22 of GCC (IAFW-2249).

3. CONTRACTORS ENLISTED WITH CHIEF ENGINEER SOUTH WEST 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 ereciept by the contractor of notification of
acceptance of tender/bid, falling 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 FORMATIONAS OTHER THAN CE SOUTH WEST


COMMAND
Contractors whose names are on the approved list of any MES formation i.e. other than CE SOUTH
WEST 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 tenders will be required to lodge security Deposit as notified by
the Accepting officer. The amount is required to be lodged within 30 days of 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.

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 387
5. GENERAL INSTRUCTION FOR COMPLIANCE

5.1 The bids received only in the electronic form will be considered. All bids shall be submitted on
‘eprocuremes.gov.in’ portal. Documents should be scanned and forwarded in ‘pdf’ form and ‘xls’
form as indicated.

5.2 Bids shall be uploaded on ‘eprocuemes.gov.in’ portal on or before the bid closing date
mentioned in the tender. NO tender/bid in any other electronic or physical form like email/fax/by
hand/through post will be considered.

5.3 Bid should be DIGITALLY signed using valid DSC. All pages of tender documents,
corrections/alterations shall be signed / initialed by the lowest bidder after acceptance.

5.4 Drawings if issued in physical form must be returned duly initialed by the tenderer/bidder in
separate envelope indicating his name and address.

5.5 The tender shall be signed, dated and witnessed at all places provided for in the documents
after acceptance. All corrections shall be initialed. The contractor shall initial every page of tender and
shall sign all drawings forming part of the tender. Any tender/bid, which propose alterations to any of
the conditions whatsoever, is liable to be rejected.

5.6 In the technical bid, a scanned copy of power of Attorney in favour of the person uploading the
bid using his/her DSC shall be uploaded. In case the digital signatory himself is the sole proprietor,
scanned copy of an affidavit on stamp paper of appropriate value to this effect stating that he has
authority to bind the firm in all matters pertaining to contract including the Arbitration Clause, shall be
attached in ‘pdf’ form. In case of partnership concern or a limited company, digital signatory of the
bid/tender shall ensure that he is competent to bind the contractor (through partnership deed, general
power of attorney es 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 to the
documents confirming of such authority shall be attached with the tender/bid in ‘pdf’ form, if not
submitted earlier. The person uploading the bid on behalf of another partner (S) or on behalf of a firm or
company using his DSC shall upload with the tender/bid a scanned copy ( in ‘pdf’ form) of Power of
Attorney duly executed in his favour by such other or all of the Partner(s) or in accordance with
constitution of the company in case of company, stating that he has authority to bind such other person
of the firm or the company, as the case may be, in all matters pertaining to the contract including the
Arbitration Clause.

5.7 Even in case of firms or companies which has already given power of attorney to an individual
authorizing him to sigh 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
and Article of Association.

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

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

5.10 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty.
Attention is also drawn to special condition 3 referred hereinafter and also conditions 24&25 of IAFW-
2249 (General conditions of contract).

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

Signature of Contractor for Accepting officer


CA NO : CEJZ/ALW-14 OF 2016-2017 SERIAL PAGE NO 388
5.12 The tenderer/bidder shall quote his rate on the BOQ file only. No alternation to the format will be
accepted, else the bid will be disqualified and summarily rejected.

5.13 In case the tenderer/bidder has to revise /modify the rates quoted in the BOQ (exce sheet) he
can do so only in the BOQ, through eprocuremes.gov.in site only before the bid closing time and date.

6. REVOCATION/REVISON OF OFFER UPWARD/ OFFERING VOLUNATARY REDUCTION,


AFTER OPENING OF FINANICIAL 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 depositing the amount through MRO. Bidds 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 tender/bidder and his related firm shall not be opened in second call or subsequent calls.
Reduction offered by the tenderer/ bidder on the freak high rates referred for review shall not be
treaterd as voluntary reduction.

7. CPM(Critical Path Method)

7.1 The projected planning for work covers in the scope of tender is based on CPM.

7.2 The tenderer/bidder is expected to be fully conversant with the CPM technique and employ
technical staff who can use the technique in sufficient details. Sufficient books and other literature on
the subject are widely available in the market which the tenderer/Bidder may make use of.

7.3 The tenderer’s/bidder’s attention drawn to special condition of the tender regarding preparation
of the detailed network analysis and the 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 tender for future works.

7.4. Department may issue amendments/errata in form of CORRIGENDUM to tender /revised BOQ
to the tender documents. The tenderer /bidder is requested to read the tender document in conjunction
with all the errata/ amendment, corrigendum, if any, issued by the department.

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

Signature of Contractor for Accepting officer

You might also like