ca no. cebz/ jha /token/ 22 of 20 1 7 -1 8 serial page no. 1 signature of contractor asst dir...

187
CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL, ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI SN Description Pages From To 1 2 3 4 1 Contents 1 1 2 Forwarding letter, instructions for filling and submission of tender 2 11 3 Notice of tender including Appendix ‘A’ and amendment to Appendix ‘A’ to Notice of tender. 12 17 4 Lump sum Tender and contracts for works IAFW-2159 (Revised 1947) 18 71 5 General conditions of contracts IAFW-2249 (1989 print) & including Errata and amendments to IAFW-2249 72 130 6 Schedule of Minimum wages. 7 Special conditions including Annexure -I 131 147 8 Particular specifications Part I including List of Drawings, Appendix ‘A’, ‘B’ & ‘C’ 148 253 9 Particular specifications Part II (TECHNICAL SPECIFICATION) 254 272 9 Errata/Amendments to tender documents 10 Relevant correspondence 11 Acceptance letter Total Pages = Total Drawings =

Upload: others

Post on 13-Apr-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 1

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

CONTENTS PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND

COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL, ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

SN Description Pages

From To

1 2 3 4 1 Contents 1 1

2 Forwarding letter, instructions for filling and submission of tender

2 11

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

12 17

4 Lump sum Tender and contracts for works IAFW-2159 (Revised 1947)

18 71

5 General conditions of contracts IAFW-2249 (1989 print) & including Errata and amendments to IAFW-2249

72 130

6 Schedule of Minimum wages.

7 Special conditions including Annexure -I 131 147

8 Particular specifications Part I including List of Drawings, Appendix ‘A’, ‘B’ & ‘C’

148 253

9 Particular specifications Part II (TECHNICAL SPECIFICATION)

254 272

9 Errata/Amendments to tender documents

10 Relevant correspondence

11 Acceptance letter

Total Pages =

Total Drawings =

Page 2: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 2

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

Tele Civ: 0755-2646748 Headquarters FAX No : 0755-2646749/53 Chief Engineer Bhopal Zone E-mail : [email protected] Military Engineer Services Sultania Infantry Lines Bhopal -900236 c/o 56 APO 800426 /JHA / 53 /E8 18 Oct 2017 M/S_________________________ _____________________________ _____________________________

NAME OF WORK : PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS

AND COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL, ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

Dear Sir(s), 1. Tender documents for the above work have been uploaded on website www.eprocuremes.gov.in. The following documents and errata or amendments thereto, which form part of tender documents, are not enclosed: -

(a) IAFW-2249 (1989 Print) General Conditions of Contract (Including errata 1 to 20 and amendment 1 to 40)

(b) Schedule of Minimum Fair Wages. (c) SSR Part-I (2009) (including amendment 1 to 3) (d) SSR Part-II (2010) (including amendment 1 to 59)

2. Documents listed in Para 1(a) to (c) above can be seen in any of the MES office during working hours on any working day. The tenderers are deemed to have made themselves acquainted and fully conversant with contents of the above mentioned documents before submission of tender and no claims whatsoever on this account shall be entertained. Against documents at Sl No. 1(a) & 1(b) “in lieu page” as attached. 3. Instructions for completion of the tender documents are also given which should be complied with. Contractor’s particular attention is invited to Para 5 & 7 of the same, which deal with e-tendering process and some new eligibility criteria which is now being introduced in the Deptt. 4. Tenderers to note that NO OFFLINE TENDER SHALL BE ENTERTAINED. The tender documents are available online on website “www.eprocuremes.gov.in”. The interested tenderers/firms must have Digital Signature Certificate (DSC) functional and duly registered on website www.eprocuremes.gov.in as bidder. DSC used by tenderer shall be on behalf of the applicant firm. 5. Tenderer shall note that information technology Act, cyber Act along with other Act as relevant shall be applicable. 6. Instruction for participating & filling of tender and all documents referred along with this letter shall be forming part of tender documents and shall be complied with.

Yours faithfully,

Encls: As above

Page 3: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 3

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED

WITH BY THE TENDERER(S) NOTE:- All applicants tenderers are advised to visit the website (www.eprocuremes.gov.in) & refer tender details and data of the subject tender. All the relevant documents are to be read in conjunction with each other.

1. EARNEST MONEY

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 Appx ’A’ to Notice of Tender in any one of the following forms, along with their tender:-

(a) Deposit at Call Receipt from a Scheduled Bank in favour of GE Jhansi. (b) Receipted Treasury challan, the amount being credited to the revenue

deposit of GE Jhansi. (c) Colour scanned copy of EMD shall be uploaded online system in cover No

1 and original shall be received offline within five days of bid submission end date. Five days shall be excluding the date of bid submission. Note:- (i) Earnest Money in the form of Cheque/Bank Guarantee etc., will not be accepted. (ii) NON SUBMISSION OF EARNEST MONEY WILL RENDER THE TENDER AS NON BONAFIDE & SHALL NOT BE CONSIDERED FOR ACCEPTANCE.

2 SECURITY DEPOSIT : In case the tender submitted by such contractor(s) who are not enlisted with MES/who are enlisted but have not executed the Standing Security Bond is accepted, he will be required to lodge with the Principal Controller of Defence Accounts(CC), Lucknow.. Individual Security Deposit calculated with reference to “TENDERED COST” as notified by the Accepting Officer subject to a maximum Rs. 18,75,000.00 (See condition 22 of IAFW-2249) within thirty days of the receipt by the contractor of the notification of the acceptance of his tender, failing which this sum will be recovered from the first RAR payment or from the first final bill. However in case where any payment is made to the contractor within thirty days of the receipt of notification of the acceptance of tender, the amount of individual security deposit shall be recovered from such payments. Security Deposit for Individual works (i.e. Individual Security Deposit) shall be 1.25 times of the amount of earnest money calculated with respect to tendered cost.

3 CONTRACTORS WHO ARE ENLISTED UNDER CHIEF ENGINEER SOUTHERN

COMMAND AND WHO HAVE EXECUTED STANDING SECURITY BOND AND DEPOSITED STANDING SECURITY DEPOSIT BUT OF A LOWER CLASS

3.1 In case the tender is accepted, the amount of “Additional Security Deposit” will be as

notified by the Accepting Officer. This amount would be the difference between the “Individual Security Deposit” mentioned in Para 2 above and the amount of “Standing Security Deposit” already lodged (Refer Condition 22 of IAFW-2249) at the time of enlistment in MES. Additional Security Deposit in favour of accepting officer shall be deposited within thirty days of the receipt by the contractor of the notification of the acceptance of his tender, failing which this sum will be recovered from the first RAR payment or from the first final bill. However in case where any payment is made to the contractor within thirty days of the receipt of notification of the acceptance of tender, the amount of individual security deposit shall be recovered from such payments.

Page 4: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 4

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED

WITH BY THE TENDERER(S) (CONTD/-) 4 CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN SS CLASS

CONTRACTORS AND OTHER THAN CHIEF ENGINEER SOUTHERN COMMAND 4.1 Contractors (other than SS class contractors) whose names are on the approved list of

any MES formation i.e. other than Chief Engineer Southern Command and who have deposited Standing Security Deposit and have executed Standing Security Bond may tender without depositing Earnest Money with the tender. If the tender submitted by such contractor is accepted, the contractor will be required to lodge with the Principal Controller of Defence Accounts(CC), Lucknow, the amount of Individual Security Deposit within thirty days of the receipt by the contractor of the notification of the acceptance of his tender, failing which this sum will be recovered from the first RAR payment or from the first final bill. However in cases where any payment is made to the contractor within thirty days of the receipt of notification of the acceptance of tender, the amount of individual security deposit shall be recovered from such payments.

5 GENERAL INSTRUCTIONS FOR COMPLIANCE 5.1 The tender will only be accepted in the electronic form. All bids to be submitted on web

site “www.eprocuremes.gov.in” portal. No offline submission of tender is acceptable. 5.2.1 The tendering is based on 2 cover system. The tenderer shall submit the documents in

requisite format as stipulated in NIT & tender documents and as mentioned herein after. 5.2.2 Cover wise contents & documents are given herein after. All the enclosures/attachments

to be uploaded by bidder for cover 1 shall be in pdf format. The bill of quantities (BOQ)/price Bid shall be uploaded under cover-2 and shall be in Excel sheet (.xls) format. All the documents must be digitally signed by the bidder before submission. The list of documents & content are given as under:-

(A) COVER -1 (The documents/details must be scanned & converted in pdf form before uploading. All affidavits must be submitted duly notarized and shall be on Non judicial stamp paper of value of Rs100.00 each).

The cover – 1 (The documents/details must be scanned & converted in pdf form before

uploading. All affidavits must be submitted duly notarized and shall be on Non judicial stamp paper of value of Rs100.00 each).

(a)APPLICABLE FOR ALL BIDDERS WHETHER ENLISTED WITH MES OR NOT

(i) Application for issue of tender on letter head of company/firm.

(ii) Coloured scanned copy of Demand Draft/Banker cheque of requisite value as per details & amount indicated. However, hard copy of original Demand Draft/Bankers cheque and application shall be submitted in this office within 05 days of bid submission end date. The 5 days is excluding bid submission end date. (iii) In case of MES enlisted tenderers, if original DD is not received within the specified period stated above, the financial bid shall be opened subject to satisfying other prequalifying criteria. The amount of cost of tender shall be recovered from any amount due to the firm and tenderer/bidder shall be barred to tender during the period of 06 (Six) months commencing from the date of opening of financial bid (‘Q’ bid)

Page 5: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 5

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS

TO BE COMPLIED WITH BY THE TENDERER(S) (Contd/-)

(iv) In case of un-enlisted tenderers, if original DD is not received within the specified period stated above, the Cover-1 (‘T’ Bid) shall not be validated for opening of financial bid and such firms/bidders shall be barred to tender during the period of 06 (Six) months commencing from the date of opening of Cover-1 (‘T’ Bid). (v) Tenderers whether enlisted (who have not lodged SSD) or un-enlisted who fail to submit EMD by stipulated date i.e. within 5 days of bid submission end date shall not be considered for opening of Cover-1 (vi) Copy of valid enlistment letter with MES or any other Govt Deptt showing class & category of enlistment.

(vii) The applicant/firms/Co shall submit the copy of power of attorney/other documents to exhibit that the person signing the application can bind the firm/Co. for all actions taken by him on behalf of the firm/Co.

(viii) Any other documents which the bidder feels relevant. (ix) Copy of MOU with channel partners of MNRE having experience as per para 6(c) of Appendix ‘A’ to NIT. (x) All tenderers, whether enlisted or not enlisted shall upload their GST Registration Number along with the ’T’ bid (Cover-I). Tenderer who does not upload the GST Registration Number shall be disqualified in the ‘T’ bid evaluation and his financial bid shall not be opened. GST shall be deducted at source. (xi) Tenderer, whether enlisted or unenlisted shall upload their Provident Fund Code Number along with the ’T’ bid (Cover-I).

b) APPLICABLE FOR BIDDERS NOT ENLISTED WITH MES:-

(i). Affidavit that the applicant firm is not black listed or banned by any Govt. (ii) Affidavit that no Govt recovery is due against the firm. (iii) Copy of valid passport or police verifications of each of the director/partner or proprietor of company/firm from police authority of the area where the registered office is located. (iv) Work done details during last 05 years as per format given and other details to prove eligibility & as per Para 7 hereinafter. (v) Performance Report of work done by bidder issued by the concerned appropriate authority.(Applicable to un-enlisted) (vi) Copy of Income Tax Return for last 03 years OR Form 26 AS for last 03 years (vii) Turnover certificate for last 03 years duly signed by CA (viii) List of work in progress as on date of submission of bid as per format given in tender. (ix) Bidder shall be Solvent up to Rs. 400.00 Lakhs for Class ‘S’ OR Financially sound for engagement up to Rs. 1500.00 Lakhs for Class ‘S’ and working capital not less than Rs. 50.00 Lakhs for Class ‘S’.

Page 6: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 6

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

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

Note:-

(i) Please forward coloured CTC of above documents issued by your Bankers. Above certificates shall not be older than 6 months as on date of submission of Bid. Signatory shall endorse his rubber seal, indicate his name & bank employee number, bank address particulars like full address, telephone & fax number.

(ii) Alternatively Wealth Tax Certificate can also be given, if available

. (x)Limit of Minimum Reserves/total of Movable or Immovable Property or Fixed Assets (in case of companies) (80% of minimum reserve/assets shall be in shape of immovable property) = Rs.80.00 Lakh for Class ‘S’ (Affidavit for the supporting details should be submitted) Note:- (a) It should also be indicated in affidavit that immovable property is free from mortgage, hypothecation or any other disputes and encumbrances and clearly belongs to your firm and it should indicate that immovable property will not be sold, transferred, gifted or otherwise disposed of without prior intimation to this office. (b) Value of Immovable asset indicated should be supported by Valuation Certificate from a registered valuer. Valuation Certificate shall be on format FORM 0 – 1(See Rule 8D) Report of valuation of immovable property shall be submitted duly signed by Registered valuer (c) Movable assets like Scooter/Car etc or NSCs/fixed deposits etc should be supported by certified photocopies of updated RC books, valid current Insurance papers.

(d) In case of partnership firm, the partner having immovable property in his name shall also endorse the following in addition to above “Irrespective of my share in partnership firm my whole property may be utilized by the Govt for realizing their recovery if the firm fails to deposit the same.

(e) In case of Pvt Ltd companies the property shall be in name of the company.

(xi) Constitution of firm on an affidavit duly notarized indicating status of firm, i.e. whether it is proprietorship or partnership or Limited firm.

(xii) Certified copy of Certificate of registration of firm with Registrar of Companies for partnership firms and certified copy of memorandum of articles for Pvt Ltd. Companies.

(xiii) Certified copy of PAN No. /TIN No/GST No. of proprietor / partners / firm.

(xiv) Indemnity Bond on non-judicial stamp paper of value of Rs.200/- duly attested by Notary (on format given below)

Page 7: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 7

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

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

INDEMNITY BOND

This bond of indemnity is executed on this ___________day _____by M/s S’Shri__________________having registered office at _______ to indemnity the Govt of India of the following:- 1. We undertake to pay the Government of India any damages that may be found to be recoverable on order of our contracts. 2. We undertake that in case Government is put to pay any loss or disadvantage in monetary of contract by the firm which shall indemnify the government for each loss or disadvantage. 3. This bond of indemnity is executed by M/s_______ and have signed before me. Whatever stated above is true and correct to the best of my knowledge and belief.

Signature of Contractor Notary

(xv) Notarised affidavit that there is no relationship with any Gazetted/Commissioned Officers and JE’s in MES/Corps of Engineers/Ministry of Defence. In case of relation the same shall be disclosed with details.

(xvi) An affidavit affirming that all the information and details furnished are true and the bidder may be liable for suitable administrative and legal action in case the information and details are found to be false/ incorrect. (xvii)Tenderers / bidder shall upload copy of police verification certificate from police authorities of the area where the registered office is located, for proprietor / each partner / each director. Scanned copy of valid passport duly notarized may be accepted in lieu of police verification, temporarily.

(B) COVER-2

Bill of quantities (Schedule ‘A’) (price/financial Bid) shall be uploaded by bidder (who has qualified in Technical Bid) duly digitally signed in excel sheet (.xls) format between the duration (time) allowed for bid submission. This shall be uploaded by contractor along with documents of cover-I. The price Bid/BOQ (Schedule ‘A’) of those contractors who are considered technically qualified as per their documents in cover-I shall only be opened.

5.3 All bids and documents will be digitally signed by the contractor at appropriate time &

stage and places.

Page 8: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 8

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED

WITH BY THE TENDERER(S) (CONTD/-)

5.4.1 The tender documents along with all concerned documents shall be published and made available in public domain (on website www.eprocuremes.gov.in). The time and date fixed under “Critical Dates” heading shall be complied by tenderers & Deptt respectively as applicable.

5.4.2 The tenderer shall login through by creating his login Account on above said website to participate in tendering. The bidder shall download complete tender documents & go through it thoroughly and quote his rates in BOQ (cover 2 enclosures) after down- loading the same. The Bidder has to enter name of his firm/Co. & the item wise rate in relevant column & location and submit/ upload his bid after digitally signing the same.

5.4.3 Contractor shall note that after the date and time fixed for (close of submission of bid) , no correction/revision can be made to any document.

5.4.4 Contractor shall employ Indian national only after verifying their antecedents and credentials. Attention is drawn to condition No.24 & 25 of IAFW-2249.

5.4.5 Subletting of work/contract in any form is not allowed. However in this connection

condition No.18 & 53 of IAFW-2249 shall be referred. Delegation of power to execute the work through power of attorney are subletting is not acceptable.

5.4.6 For submission of Bid (Technical & price both) contractor shall ensure timely submission of all documents as per NIT & Tender stipulation.

5.4.7 In the event of lowest tenderer revoking his offer or revising his rates upwards/offering voluntary reduction, after last date/time of bid submission end date, 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 for depositing the amount through MRO. Issue of tender to such contractors / authorization for quoting in eprocuemes.gov.in portal shall remain suspended till the aforesaid amount equal to the earnest money is deposited in Govt Treasury. In addition, such tenderer and his related firm shall not be authorized to quote the tender in second call or subsequent calls. Reduction offered by the tenderer on freak high rates referred to the tenderer for review shall not be treated as voluntary reduction.

5.4.8 In view of the postal and other delays, it is suggested that original documents of application, Cost of tender & EMD shall be sent by a post / special messenger, so as to ensure it reaches this HQ within five days of bid submission end date. Five days shall be excluding the date of bid submission.

6 CPM 6.1 The tender is based on CPM. 6.2 The tenderer 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 which the tenderer may make use of.

Page 9: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 9

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED

WITH BY THE TENDERER(S) (CONTD/-)

6.3 The time allowed for the completion of work has been worked out through CPM after dividing the work in broad stage.

6.4 The tenderer shall make/update the CPM chart after taking prior approval from GE.

6.5 The tenderers attention is drawn to special condition of the tender regarding preparation of the detailed network and time schedules as for the work and his liability for employing sufficient resources to adhere to this schedule. Any inability on the part of the tenderer in using the technique will be taken as his technical insufficiency and will affect his class of enlistment and future prospects for receiving tenders for the works

7 ELIGIBILTY CRITERIA 7.1 MES ENLISTED CONTRACTORS: 7.1.1 Contractor of ‘S’ Class having MOU with MNRE approved channel partners of 1A/ 1 B

/1C/2A/2B/2C rating having experience as given in Appx ‘A’ to NIT (and below eligible class as per existing policy) shall be considered eligible.

7.1.2 The capability of contractor/bidder in latest available Quarterly Work Load Return shall

also be verified/checked. The contractor / firm with adverse remark shall not be considered eligible for the tender and their bid shall be rejected.

7.2 CONTRACTORS NOT ENLISTED WITH MES :-

A. MNRE approved Channel Partners, MNRE approved Govt Agency: (i) MNRE approved channel partners of rating 1A/ 1 B / 2A / 2B, MNRE approved Govt Agency having experience as given in of Appx ‘A’ to NIT and meeting the criteria of annual turnover , solvency, working capital, fixed Assets etc., commensurate with enlistment criteria of ‘S’ class contractor in MES. (ii) No recovery outstanding in Govt Deptt. (iii) They should not have any adverse remark in work load return of competent engineer authority. B. Other Contractors Unenlisted contractors (other than approved channel partners) meeting enlistment criteria of ‘S’ class pertaining to annual turnover , fixed assets , financial criteria, solvency, working capital and having MOU with MNRE approved channel partners of 1A/ 1 B / 1C /2A / 2B /2C having experience as given in Appx ‘A’ to NIT. For A & B above, engineering establishment criteria for enlistment in ‘S’ class is not required. However, they should not have outstanding recovery in any Govt Deptt.

7.2.1 An affidavit on non-judicial stamp paper of Rs 100/- duly notarised containing following documents shall be uploaded. (a) List of work completed in last 05 years as per format attached. (b) Balance work in hand as on submission of Bid as per format attached. (c) Yearly turn over during last 03 years duly audited & signed by CA.

Page 10: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 10

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE TENDERER(S) (CONTD/-)

7.2.2 In case of un-enlisted contractor/bidder working in any MES formation also the capability

of contractor/bidder in latest available Quarterly workload return shall also verified/checked.

7.2.3 For All contractors (MES enlisted and unenlisted both) a) In a tender, the MNRE approved channel partner can either bid as direct participant/ bidder or under

MoU with MES enlisted/ un-enlisted contractor, but cannot bid simultaneously for the same tender as direct participant/ bidder as also under MoU with MES enlisted/ un-enlisted contractor.

b) In case any violation of condition (a) above is noticed, bids submitted directly by MNRE approved channel partner will be treated as invalid.

c) MoU will be permitted between only one MNRE approved channel partner and one MES enlisted/ un-enlisted contractor, bidding for the same tender.

7. 3 In addition to all the documents mentioned above, scanned copies of following documents shall also be uploaded:-

7.3 .1 DOCUMENTS PERTAINING TO EXPERIENCE CRITERIA. Past Experience of “similar nature of works” completed in last 5 years. ` 7.3.1.1 The contractor must have executed:- For Class ‘S’ 01 (One) work costing not less than Rs.1200 Lakhs each OR

02 (Two) works costing not less than Rs.750 Lakhs each AND Average annual turnover for two consecutive financial years shall not be less than Rs.1200 Lakhs.

.Note:- (i) “similar nature of works” executed by you (only shall be considered) financial year wise in tabular form as per the format attached.

(ii) Turnover certificate issued by Chartered Accountant for this purpose. 8. Contractor’s responsibility

8.1 The Contractor confirms that it has entered into this Contract on the basis of a proper examination of the data relating to the Facilities provided by the Employer and assessed by himself at the site location, and on the basis of information that the Contractor could have obtained from a visual inspection of the Site (if access thereto was available) and of other data readily available to it only after proper due diligence relating to the Facilities prior to bid submission. The Contractor acknowledges that any failure to acquaint itself with all such data and information shall not relieve its responsibility for properly estimating the difficulty or cost of successfully performing the Scope of work.

8.2 The Contractor shall acquire, on behalf of Employer, in the employers’ name, all permits, approvals and/or licenses from all local, state or national government authorities or public service undertakings in the country where the Site is located that are necessary for the setting up of the plant mentioned under the Contract, including, but not limited to, entry permits for all imported Employer’s Equipment (if any). In this regard, any document required from Employer shall be intimated at least 10 days prior to submission. Contractor has to ensure safe keeping of the documents and diligent use. It is the responsibility of the contractor to safe keep and return all the approvals, permits, licenses, certificates and other relevant document generated as a result of the setting up of project and O&M process to the Employer.

Page 11: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 11

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED

WITH BY THE TENDERER(S) (CONTD/-) 8.3 The Contractor shall acquire in its name all permits, approvals and/or licenses from all

local, state or national government authorities or public service undertakings in the country where the Site is located that are necessary for the Performance of the Contract, including, but not limited to, the right of way for the access to site and for erection of transmission lines as applicable, visas for the Contractor’s and Subcontractor’s personnel and entry permits for all imported Contractor’s equipment. The Contractor shall acquire all other permits, approvals and/or licenses that are not the responsibility of the employer under GCC Sub clause 9 hereof and that are necessary for the Performance of the Contract.

8.4 Contractor shall also seek for any exemption applicable for the project as per the

orders released from GOI time to time. In this regard, contractor shall be responsible to take all necessary certificates as a proof of exemptions on behalf of Employer. However, all the documents required from Employer, as needed for the process, will be provided by Employer. The demand of such documents shall be made to the Employer in at least 10 days advance.

8.5 The Contractor shall comply with all laws in force at the place, where the Facilities are

installed and where the Installation Services are carried out. The laws will include all national, provincial, municipal or other laws that affect the Performance of the Contract and binding upon the Contractor. The Contractor shall indemnify and hold harmless the Employer from and against any and all liabilities, damages, claims, fines, penalties and expenses of whatever nature arising or resulting from the violation of such laws by the Contractor or its personnel, including the Subcontractors and their personnel, but without prejudice to GCC Sub-Clause 9.1 hereof.

8.6 Any plant, material, spares & spares inventory and services that will be incorporated in or

be required for the facilities and other supplies shall have their origin as defined under GCC Clause 3.11 (Country of Origin)

8.7 Unless otherwise specified in the Contract or agreed upon by the Employer and the

Contractor, the Contractor shall provide/ deploy sufficient, properly qualified operating and maintenance personnel; shall supply and make available all raw materials, spares, other materials and facilities; and shall perform all work and services of whatsoever nature, to properly carry out Pre-commissioning, Commissioning and Guarantee Tests, all in accordance with the provisions of “Scope of Works and Supply by the Employer” to the Contract Agreement at or before the time specified in the program furnished by the Contractor under GCC Clause 18 hereof and in the manner thereupon specified or as otherwise agreed upon by the Employer and the Contractor.

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

Page 12: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 12

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

MILITARY ENGINEER SERVICES NOTICE OF TENDER

APPLICABLE FOR LUMP SUM/MEASUREMENT CONTRACTS 1 A tender is invited for the work as mentioned in Appendix ‘A’ to this Notice of Tender. 2 The work is estimated to cost as indicated in aforesaid Appendix ‘A’. This estimate however is not a guarantee and it is merely given as rough guide and if the work costs more or less, the tenderer will have no claim on this account. The tender shall be based as mentioned in aforesaid Appendix ‘A’. 3 The work is to be completed within the period as indicated in aforesaid Appendix ‘A’ in accordance with the phasing, if any, indicated in the tender from the date of handing over site which will be on or about two weeks after the date of Acceptance of tender. 4 Normally Contractors whose names are on the MES approved list for the area in which the work lies and within whose financial category the estimated amount would fall, may tender but in case of term contracts, Contractors of category ‘E’ to ‘SS’ may tender. In case where the tendered amount is in excess of financial category whether or not the estimated amount was within the financial category of the contractor, the Accepting Officer reserve the right to accept the tender, in which event, the tenderer would be required to lodge “Additional Security Deposit” as notified by the Accepting Officer in terms of conditions of contract. 5 Contractors whose names are borne on the MES approved list of any MES formation and who have deposited ‘Standing Security’ and have executed ‘Standing Security Bond’, may also tender without depositing ‘Earnest Money’ along with the tender and if the Accepting Officer proposes to accept tender, such tenderer would be required to deposit “security deposit” equal to the amount as indicated by the Accepting Officer all as mentioned in tender instruction page here in before. One tenderer/bidder or one firm of the contractors shall participate in not more than one online submission of tender. Under no circumstances will a father and his son(s) or other close relations, who have business dealing with one another be allowed to tender for the same contract as separate competitors. Breach of this contract condition will render the tender of both parties liable to rejection. 6 The HQ CHIEF ENGINEER BHOPAL ZONE, BHOPAL – 900236 c/o 56 APO will be the Accepting Officer, hereinafter referred to as such for the purpose of this contract. 7 Original & hard copy of Application along with DD & EMD (in case of unenlisted firm) for the tender forms must be submitted offline to the HQ CHIEF ENGINEER BHOPAL ZONE, Military Engineer Services, S I Lines, BHOPAL – 900236 c/o 56 APO, so as to reach this office within five days of bid submission end date. Five days shall be excluding the date of bid submission, failing which their technical bid itself shall be rejected, resultantly their price bid shall not be opened. The tenderers are there for advised to ensure timely submission of these documents in a sealed envelope/cover duly indicating as “TENDER DOCUMENTS FOR “PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL, ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI ”.

Page 13: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 13

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

MILITARY ENGINEER SERVICES NOTICE OF TENDER IAFW-2162

APPLICABLE FOR LUMP SUM/MEASUREMENT CONTRACTS (CONTD/-) 8. Complete status of bids cover 1 & 2 and its opening etc will be updated on website immediately of the happening of the event or change in status. Submission of documents under cover 1 & price bid under cover 2 does not guarantee the acceptance thereof. The price bid of bidders (enlisted or un-enlisted) shall be opened subject to the condition that the bidder qualifies laid down eligibility criteria and condition of the tender. The applicant/contractor whose technical bid is rejected if he so desires, may appeal to the next higher Engineer Authority with copy to the Accepting Officer within 07 ( seven) days from the rejection. The decision of the next higher authority shall be final. No applicant/ contractor/bidder shall be entitled for any compensation whatsoever for rejection of cover-1and non opening of cover-2.

9 Tender forms and conditions of contract and other necessary documents as will be uploaded in cover -1 & cover-2 as per date given in aforesaid Appx ‘A’. 9.1 The appropriate ‘Standing Security’ amount for this work will be as deposited by the contractors enlisted in the area in which the work lies for Class mentioned in aforesaid Appendix ‘A’. 9.2 In the case of a contractor who has not executed the ‘Standing Security Bond’, the tender shall be accompanied by ‘Earnest Money’ for the amount referred to in the aforesaid Appendix ‘A’ in the form of deposit at call receipt issued in favour of GE mentioned in aforesaid Appendix ‘A’ by Scheduled Bank or receipted Treasury Challan, the amount being credited to the revenue deposit of the GE. A contractor who is not enlisted for the area in which the work lies but, whose name is in the MES approved list of any MES formation and who has deposited ‘Standing Security’/and executed ‘Standing Security Bond’, may tender without depositing ‘Earnest Money’ along with the tender, but if the Accepting Officer decides to accept the tender, such tenderer shall lodge ‘Security Deposit’ as notified by the Accepting Officer with Controller of Defence Accounts concerned in the prescribed form all as mentioned in para 4.1 of instruction for filling of tender. However the tenderer who does not have any enlistment with MES, and enlisted contractors who has not deposited SSD shall submit the hard copy within 5 days of closing of bid failing which their names will not be considered for opening of cover 2 ( financial bid). 9.3 A contractor who is enlisted and has lodged the stranding Security Deposit and executed the Standing Security Bond but the tendered cost of work exceeds the financial limits of the contractor (i.e. his class of enlistment) shall lodge with the Accepting Officer concerned Additional Security Deposits as notified by the Accepting Officer within thirty days of the receipt by him of notification of acceptance tender, failing which this sum will be recovered from the first RAR payment. However, in case where any payment to the contractor within thirty days, the amount of additional security deposits will be recovered from such payment. 10 The GE will return the earnest money applicable to all unsuccessful tenderers by endorsing an authority on the deposit receipt for its refund. The GE will either return the ‘Earnest Money’ to the successful tenderer by endorsing an authority on the deposit receipt for refund on receipt of an appropriate amount of security deposit or will retain the same on account of security deposit if such transaction is feasible.

Page 14: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 14

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

MILITARY ENGINEER SERVICES NOTICE OF TENDER IAFW-2162

APPLICABLE FOR LUMP SUM/MEASUREMENT CONTRACTS (CONTD/-) 11 Tenderers must be very careful to upload a bonafide tender, and its related documents

failing which the Accepting Officer may at his absolute discretion, reserve the right of forfeiting a portion of Earnest Money, Security Deposit or Security Bond amount (not exceeding amount of cost of tender) deposited by the tenderer. A bonafide tender must satisfy each & every conditions laid down in this tender.

12 The tenderers are advised to visit the site by making prior appointment with the GE. A

tenderer shall be deemed to have full knowledge of all related documents, samples, site etc. whether he has inspected site or not. The tenderers can submit the tender (cover No 1 & 2) up to the last date & time of submission of bid and the bid will be opened at a place decided by the Accepting officer on the date & time mentioned / stipulated.

13 Copies of the drawings and other documents pertaining to the work and sample of

material and stores to be supplied by the contractor will be kept open for inspection of the tenderers in the office of CE / CWE /GE as mentioned in the aforesaid Appendix ‘A’ during working hours.

14 The Accepting Officer reserves the right to accept a tender submitted by a public sector

undertaking giving a purchase preference over other tenders(s) which may be lowest, as are admissible under the Govt. Policy. No claim for any compensation or otherwise shall be admissible from such tenderers whose price bid (cover No 2) may be rejected on account of said policy.

15 Tenderers shall be deemed to have full knowledge of all relevant documents, samples,

sites etc whether he has inspected them or not. 16 The HQ CHIEF ENGINEER BHOPAL ZONE, BHOPAL – 900236 c/o 56 APO will be

uploading status of tender on the date and time indicated in the aforesaid Appendix ‘A’. 17 Any tenderer, who proposes any alterations to any of the conditions, laid down or

proposes any other condition of any description whatsoever is liable to be rejected. 18 The submission of tender by a tenderer implies that he has read this office notice and the

conditions of the contract and has made himself aware of the scope and specifications of work to be done and of the conditions and rates at which stores, tools, and plants etc will be issued to him, local conditions and other factors bearing on the execution of the work

. 19 Tenderer must be in possession of a copy of MES standard Schedule of rates 2009

(Part-I) Specifications and SSR-2010 (Part-II) for rates including amendments/errata thereto.

20 The Accepting Officer does not bind himself to accept the lowest tender or any tender or

to give any reason thereof. 21 Subletting of work is not permitted. 22 This Notice of tender shall form part of the contract.

Page 15: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 15

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

APPENDIX ‘A’ TO NOTICE INVITING E-TENDER

1

Para 1:Name of work

PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL, ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

2 Para 2: Estimated Cost of work

1000.00 Lakhs

3

Para-2: Type of Contract

The tender shall be based on IAFW-2249 & IAFW-2159 with Schedule ‘A’ (BOQ) list of items of works to be quoted by the tenderers online on website : eprocuremes.gov.in

4

Para 7: Cost of tender documents

Rs.3000/- in the form of DD/Bankers cheque from any Scheduled/Nationalized bank in favour of GE Jhansi (Color scanned Copy shall be uploaded online along with other documents). Hard copy of cost of tender shall be submitted in a sealed cover as per para 7 of NIT on page 10 to this HQ up to 1700 Hrs within 05 days of bid submission end date.

5

Para 3: Period of completion

For Phase I – 270 days, For Phase II 66 Months after completion of Phase I

6

Eligibility Criteria (a) For MES enlisted contractors Class in MES Category of enlistment

Class - ‘S’, Contractor of ‘S’ Class having MOU with MNRE approved channel partners of 1A/ 1 B / 1C /2A / 2B / 2C rating having experience as given at 6 (c) below (and below eligible class as per existing policy) shall be considered eligible. The contractor should not have any adverse remark in work load return of competent engineer authority. Enlisted contractors who are either MNRE approved channel partners themselves fulfilling the criteria laid down or meeting the criteria laid down for un-enlisted contractors shall also be considered eligible. Note: Contractor to upload copies of enlistment letter, GST registration number, and provident fund code number. One class below may also apply. For eligibility criteria also refer serial No. 7 on page No.9 & 10

(b) For Un-enlisted contractors

i) A. MNRE approved Channel Partners, MNRE approved Govt Agency: (a) MNRE approved channel partners of rating 1A/ 1 B / 2A / 2B , MNRE approved Govt Agency having experience as given at 6 (c) below and meeting criteria for the annual turnover , financial criteria solvency, working capital, fixed Assets etc., commensurate with enlistment criteria of ‘S’ class contractor in MES. (b) No recovery outstanding in Govt Deptt (c) They should not have any adverse remark in work load return of competent engineer authority. B. Other Contractors Un-enlisted contractors (other than approved channel partners) meeting enlistment criteria of ‘S’ class pertaining to annual turnover , fixed assets , financial criteria solvency, working capital and having MOU with MNRE approved channel partners of 1A/ 1B / 1C /2A /2B / 2C having experience as given at 6 (c) below. They should not have any adverse remark in work load return of competent engineer authority. For A & B above, engineering establishment criteria for enlistment in ‘S’ class is not required. However, they should not have outstanding recovery in any Govt Deptt.

Page 16: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 16

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

(ii) As per details given in Instructions for completion of tender documents to be complied with by the tenderers. (iii) Tenderer shall upload their GST Registration Number along with the ’T’ bid (Cover-I). (iv) Tenderer shall upload their Provident Fund Code Number along with the ’T’ bid (Cover-I).

(c) For all contractors Experience of having successfully completed Solar Power Plants in Government Department/ PSU during last seven years ending last day of month previous to the one in which tender is uploaded on www.eprocuremes.gov.in site, should be any of the following:- One work of 340 KW capacity solar power plant

OR Two work of 220 KW capacity solar power plant

OR Three work of 170 KW capacity solar power plant

(d) For all contractors a) In a tender, the MNRE approved channel partner can either bid as direct participant/ bidder or under MoU with MES enlisted/ un-enlisted contractor, but cannot bid simultaneously for the same tender as direct participant/ bidder as also under MoU with MES enlisted/ un-enlisted contractor.

b) In case any violation of condition (a) above is noticed, bids submitted directly by MNRE approved channel partner will be treated as invalid.

c) MoU will be permitted between only one MNRE approved channel partner and one MES enlisted/ un-enlisted contractor, bidding for the same tender.

7 Para 9.2: Amount of earnest money for contractor not enlisted in MES

Rs.825000/- in accepted form as per para 9.2 of Instructions for completion of tender documents to be complied with by the tenderers from any Scheduled/Nationalized bank in favour of GE Jhansi payable at Jhansi. MES enlisted contractor are exempted from submission of EMD (Color scanned Copy shall be uploaded online along with cover -1 and original shall be submitted in a sealed cover as per para 7 of NIT on page 10 to this HQ offline within 05 days of bid submission end date.

8 Para 8: Date of uploading bid/tender

Refer critical dates on website eprocuremes.gov.in

9 (a) Para 8: Date of submission of bid (Start)

Refer critical dates on website eprocuremes.gov.in

(b) Para 8: Date of submission of bid (Close)

Refer critical dates on website eprocuremes.gov.in

(c) Date & time of submission of original of Application of tenderer, DD & EMD(for un-enlisted firms)

Refer critical dates on website eprocuremes.gov.in

10 Para 12: Date of opening of Tech bid (Cover-1)

Refer critical dates on website eprocuremes.gov.in

11 Para 16: Date and time of Price bid opening (Cover -2)

Will be intimated online after completion of evaluation of tech bid/application (Cover -1)

Page 17: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 17

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

APPENDIX ‘A’ TO NOTICE INVITING E-TENDER

NOTES:- (1) The applicant contractor/bidder shall note that the demand draft/Banker’s cheque shall be in favour of GE Jhansi, payable at Jhansi. Cost of tender documents shall be non-refundable. Please note that cover No 2 (price bid) will be opened only in respect of qualified and eligible contractors who fulfills the eligibility / criteria according to their tech bid submitted in cover No 1.(applications/ technical bid). (2) Uploading of bid (Cover-I & 2) does not constitute any guarantee for opening of price bid of tenderer. Opening of price-bid (Cover No 2) of tender will be decided by the Accepting Officer based on criteria as mentioned in tender i.e. interalia, past track record, financial position & experience of similar works executed by the applicant/contractor/bidder etc. The Accepting Officer shall receive applications (Cover No 1 & price bid Cover No 2) upto the last date & time of bid submission/extended date of bid submission as applicable and as mentioned below. (3). The contractor enlisted in one class below ‘Eligibility Class’ given above may also apply and quote the tender. Accepting Officer may consider such applications in the event of inadequate response from eligible class contractor as per existing policy. (4). For submission of e-tender bidders are requested to get themselves registered with eprocuremes.gov.in. Website along with class – II / III Digital Signature Certificate (DSC) issued by authorized CA under IT Act 2003. (5). For complete details refer our website www. eprocuremes.gov.in at CPP portal. (6). Any change/ modification in the tender enquiry will be intimated & updated through above mentioned website only. Bidders are therefore requested to visit our website regularly to keep themselves updated. (7). Full notice of tender IAFW-2162 & enlistment criteria are available in all offices of MES and also on MES website (www.mes.gov.in). Signature of contractor 800426/JHA/ 52 /E8 Dated : 18 Oct 2017

(Amit Kumar Damde) AEE (QS&C) Asst. Director (contracts) For Accepting Officer

Headquarters Chief Engineer Bhopal Zone Sultania Infantry Lines Bhopal – 900236 c/o 56 APO

Page 18: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 18

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

IN LIEU OF IAFW – 2159 (REVISED 1947)

TO BE READ IN CONJUNCTION WITH

GENERAL CONDITIONS OF CONTRACTS Tele Civil : (0755) 2646748 Headquarters Military Engineer services

Chief Engineer Bhopal Zone Sultania Infantry Lines Bhopal – 462001 800426 /JHA/ 53 /E8 18 Oct 2017

PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND

COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL, ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

1. Shri/S’Shri_________________________________________________________________________ of __________________ is/are hereby authorised to tender for the above work. The bids i.e. Cover 1 & 2 shall be submitted/ uploaded on web site “eprocuremes.gov.in” between bid submission start date and bid submission end date as shown on website eprocuremes.gov.in and Technical bid (Cover-1) shall be opened after bid opening date and time shown on website eprocuremes.gov.in. Opening of BOQ (Cover-2) will be intimated on line after completion of evaluation of Technical bid (Cover-1).

2. All requisite documents shall be uploaded along with the bid. Last date/time of submission/receipt of documents (Offline) in support of cover-1 is within five days of bid submission end date.

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 AND RESERVES THE RIGHTS TO ACCEPT THE TENDER IN WHOLE OR

IN GROUPS AS HE MAY DECIDE.

Signature of Officer

Issuing the documents Appointment

Page 19: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 19

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

NAME OF WORK- PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND

COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL, ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

SCHEDULE ‘A’ (LIST OF WORK AND PRICES)

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

(a) Part-I Building Works (To be quoted by Contractor in BOQ) (b) Part-II Internal Water Supply (c) Part-III Internal Electrification (d) Part-IV External Water Supply (e) Part-V External Electric Supply (f) Part-VI Road, path, Culvert & hard standing (g) Part-VII Sewage Disposal Lump sum amount (h) Part-VIII Area Drainage to be quoted in BOQ. (j) Part-IX Security chain link fencing & gate (k) Part-X Demolition and Dismantling (l) Part- XI Excavation, Earth work and Site development (m) Part- XII Miscellaneous (To be quoted by Contractor in BOQ) (n) Provisional lump sum (Lump sum amount to be quoted in BOQ) (o) Schedule of Credit

1.2 Work covered under schedule A Part-I to Part-XII and provisional Lump sum is to be carried out in following locations: (I) Military Hospital (300kW capacity of solar power plant) (II) Army Aviation unit (275kW capacity of solar power plant) (III)Caleb Vihar at Jhansi (425kW capacity of solar power plant)

1.2.1 The tenderer is required to quote his rates in BOQ considering the quantum of work at all the three sites/locations and no extra payment is admissible on this ground.

1.3 Pre priced rates inserted under column 6 of Schedule ‘A’ Part-II to Part-XI are deemed to be at par with the rates contained in the MES standard schedule of rates or analogous rates thereto. Contractor’s attention is invited to condition 6A(B) of IAFW-2249 where under the lump sum price shall be worked out by him independently of the prices or rates inserted by MES in the tender and irrespective of any errors or inaccuracies therein. The percentage against a particular part of Schedule ‘A’ shall be automatically derived from the amount tendered by him against the particular part of Schedule ‘A’ as compared to the amount inserted by MES against each part of schedule ‘A' 1.4 In respect of Schedule ‘A’ Part-I & Schedule ‘A’ Part- XII the tenderer is required to insert his rates under column 13 for entire completion of items of work as described and specified inclusive of his overhead and profit complete Total amount under column 53 shall be automatically extended in relation to unit rate inserted with reference to total unit required. 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 & II and contract drawings including notes on the drawings.

Page 20: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 20

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

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

1.6 PERIOD OF COMPLETION 1.6.1 The entire work under this contract shall be completed in two phases as under:- PHASE – I Work covered under Schedule ‘A’ Part-I to Part-XII (except item no. 5.00 to 5.06) shall be completed within 270 days from the date of handing over of site. The sites for all works shall be handed over simultaneously. The defects liability period for Phase – I shall be commencing after physical completion of Phase I as certified by GE.

PHASE – II Operation & maintenance for 03 Nos Solar Power Plants located at Military Hospital (300kW capacity of solar power plant) , Army Aviation unit (275kW capacity of solar power plant) and Caleb Vihar at Jhansi (425kW capacity of solar power plant) of 66 months (divided in 6 part with period of completion of each part as 11 months) on turnkey basis of Solar plants as catered in Schedule ‘A’ Part XII of BOQ. The Phase-II A shall commence from the next day of the date of completion of works as catered in Phase – I. Phase II (B), Phase II (C), Phase II (D), Phase II (E), & Phase II (F) shall commence after completion of previous Phase –II phases.

Note:- (i) Completion for each phase shall be issued separately by GE in terms of

condition 49 of IAFW – 2249.

(ii) Final bill for the work covered in Phase-I shall be paid to the contractor after satisfactory completion of Phase – I. Final Bill for Manning and operation (of each work order i.e., Phase II Parts ) shall be prepared and paid separately

(iii) Plants for manning & operation will be handed over after physical completion of Phase I. No claim on account of delay in completion of Phase – I resulting delay in commencement of Phase – II shall be entertained. The work order for manning & operation of the plant shall be placed Part wise for 11 months for Phase-II. Contractor is responsible to make good any damage to structure and plant notified by the GE during the manning and operation period at his own cost and no claim on this account is admissible.

1.6.2 Site (s) for items of schedule `A` Part-I shall be handed over simultaneously. Sites for other parts ie. Part-II to XII shall accordingly be deemed handed over simultaneously with items of schedule `A` Part-I irrespective of actual progress on ground. 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 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.

Page 21: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 21

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

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

1.8.1 Layout of buildings indicated in the site plan (not uploaded, but can be seen in the office of CE/CWE/GE) 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. 1.9 The lump sum quoted by the tenderer against each part of Schedule ‘A’ in ( B.O.Q.) , shall be deemed to include all minor extras and constructional details, which are not specifically shown on drawing and specified in particular specifications but are essential for execution of work services in workman like manner, and sound construction. In case of difference of opinion as to whether or not a certain item of work constitute minor extras and constructional details in the contract prices, the decision of the Accepting Officer in this regard shall be final, conclusive and binding. 1.10 Wooden gutties as specified in SSR shall not be used in this work. In lieu of wooden gutties, PVC sleeves of appropriate sizes shall be provided for fixing of fittings/fixtures to the entire satisfaction of GE. 1.11 Where specification for any item of work is not given in MES schedule or in particular specifications, specification given in relevant Indian Standard or code of practice shall be followed. 2. NOTES: (APPLICABLE TO SCHEDULE ‘A’ PART I) (Building Work ) . 2.1 The lump sum against items of Schedule “A” Part-I shall include all works as shown

on drawings and/or mentioned in notes thereon and / or specified in Schedule “A” and/or particular specifications except for items of works catered for in Schedule ‘A’ Part II to Part XII complete for entire completion of work unless any item of work is specifically/ categorically excluded from scope of work. For illustration following items shall also be deemed included in the unit rate of building items in Schedule “A” Part-I: - (i) Plinth protection along with saucer drain, Steps, Ramps , etc wherever shown in drawings. (ii) Water Proofing Treatment & Pre-Construction Anti Termite Treatment to the

buildings listed at serial No 2.01 of Schedule ‘A’ Part-I.

(iii) Fan Hooks with Box, electric switchboard and boxes, niches for housing MCB-DBs.

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

(v) Overhead service water tank wherever shown in drawing including pipes and fittings to the extent specified. The above, however, is not an exhaustive list of items of work, but is an illustration for guidance, hence no plea shall be entertained that other items shown on drawings and/ or specified in particular specifications are not covered in the unit rate of the item because these have not been included in the above list.

Page 22: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 22

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

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

2.2 The unit rates of buildings of BOQ (Schedule ‘A’) Part I shall also be deemed to include the cost of the following items/ works whether specifically specified and shown on drawing or not: (a) All excavation and earth work as required unless mentioned otherwise in description of item.

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

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

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

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

4 NOTES:- (APPLICABLE TO BOQ (SCHEDULE ‘A’) PART III & V ( INTERNAL/

EXTERNAL ELECTRIFICATION) AND BOQ (SCHEDULE ‘A’) PART XII (MISCELLANEOUS ITEMS)

(a) Cost of electric main switch boards & boxes of required size and fan hooks with fan hook boxes shall be included by the tenderer in the lump sum cost of respective building of BOQ (Schedule ‘A’) Part I.

(b) Cost of cutting/ leaving/ forming chases, holes, etc through walls, floor, roof, etc as required and making good the surface shall be included by the tenderer in lump sum cost under BOQ (Schedule ‘A’) Part I. No price adjustment (plus/ minus) shall be made due to variation in provisional quantities under this Schedule. (c) All cast iron / pressed steel boxes shall be earthed by continuous earth wire to common earth. (d) Cables in internal electrification point wiring shall be colour coded; ‘Phase-Red’, ‘Neutral-Black’ and ‘Earth-Green’

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

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

Page 23: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 23

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

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

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

7. VALUATION OF DEVIATION FOR SCHEDULE `A` PART-I Refer Condition 62 (C) of IAFW-2249 (General Condition of Contract). The Percentage over the MES Schedule of Rates 2010 (Part-II Rates) for pricing deviations vide Clause (c) & (d) of the said condition shall be (+) 25 % (Plus Twenty Five Percent ) for BOQ (Schedule ‘A’) Part- I. (Building Work).

8 GOODS AND SERVICE TAX (GST) AND OTHER TAXES/CESSES The rates quoted by the tenderer shall be deemed to inclusive of all type of taxes, levies including GST, labour welfare cess etc as prevailing on date of submission of tender. GST at the rate notified by Govt of India shall be deducted at source. The bidders are advised to ascertain the same from tax authorities before submission of bid.” 9. TESTING :-

GE, Engineer-in-Charge and Contractor are advised to visit www.nabl-india.org to check accreditation status & presence of labs in various cities. Testing shall be got done only after due verification.

10. NOT QUOTED ( NQ) RATES :-

(a) If Contractor does not quote his rate against any item or ‘NQ’ appears in rate/amount

column, then it shall be deemed that rate quoted is Rupees Zero i.e. the contractor intends to execute the particular item at no cost basis (free of cost) to the Govt. Items and their quantities for which no rates or prices have been quoted shall be deemed to have been covered by the rates and prices quoted for the other items of bills of quantities. Hence contractors are requested to thoroughly check their quoted rates before submitting bid online. No representation by the contractor on this matter shall be entertained by the department in the matter.

(b) Rates Quoted by the tenderer shall be inclusive of all taxes , levies, duties, Octroi,

etc . 11 The attention of the tenderers drawn to the expressed condition that if BOQ is

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

Page 24: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 24

SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS)

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

12 HT WORKS ;- All works related to high tension shall be got executed by the skilled person having valid license for execution of HT works . Copy of valid license shall be kept on record by the GE. 13. TESTING LAB :- The contractor must establish proper lab as mentioned here in after . The contractor must place necessary NDT tools and total station on site for ensuring good quantity of construction materials & workmanship. 14. NOTES:- (APPLICABLE TO SCHEDULE ‘A’ PART XII MISCLANIOUS ITEMS

UNDER SUB HADING MANNING & OPERATION (a) Manning & operation and supervision shall be done by trained and skilled

staff for the effective/ safe working of the plant. In case any laxity is noticed by GE on the part of contractor in operation of plant efficiently he may at his absolute discretion impose a penalty at the rate of Rs 1000 per hour for such lapse and replacement if any required shall be done by the contractor without any extra cost. (b) TOOLS AND EQUIPMENTS

Tools and equipment required for operation of the plant shall be arranged by the contractor and kept permanently with the staff (contractor’s staff) and shall be available in plant. (c) SYSTEM OF WORK

Any defects or damages which in the opinion of the GE(whose decision shall be final and binding) are noticed during the defect liability period the same shall be made good by the contractor at his own expense. (d) LOSSES DUE TO NEGLIGENCE The contractor shall be responsible for making good of damages occurred due to negligence of the staff employed by the contractor. The decision of the GE shall be final and binding with regard to responsibility for particular defects or breakage during operation of plant.

(e) TRAINING OF PERSONAL FOR MANNING & OPERATION

The contractor’s quoted rate shall be inclusive of the charges for imparting training of one month to MES/ users staff to run and maintain the plant.

(f) Operation & maintenance for 03 Nos Solar Power plants for 66 months (divided in 6 parts i.e., Phase-II (A), Phase II (B), Phase II (C), Phase II (D), Phase II (E), & Phase II (F) with period of completion of each part as 11 months) on turnkey basis of Solar plants as catered in Schedule ‘A’ Part XII of BOQ. The Phase-II A shall commence from the next day of the date of completion of works as catered in Phase – I. Phase II (B), Phase II (C), Phase II (D), Phase II (E), & Phase II (F) shall commence after completion of previous Phase –II phases.

15. The contractor shall ensure that the OEM (to execute the work) shall be the one for whom MOU

has been submitted prior to receipt of tender. However, in case the said OEM fails to perform his obligation as per MOU, the bidder may be allowed to get the work executed through any other OEM approved by MNRE till date of receipt of tender with prior approval of accepting officer. However in such cases matter may be taken with E-in-C’s Branch for disciplinary or other suitable action against the defaulter OEM.

16. The contractor shall obtain all approvals from competent regulatory authorities to install the solar plant. The cost to obtain such approval is deemed to be included in quoted rates for relevant item of solar plant.

Page 25: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CEBZ/JHA/TOKEN/ 22 OF 2017-2018 SER PAGE NO.54

Sl No

Description of works

Drg

No.

Unit Nos of Units reqd

Rate per Unit Amount

Period o

f com

ple

tio

Rem

ark

s

1 2 3 4 5 6 7 8 91 Supplying and laying CPVC pipes SDR 11 with and including full plain

CPVC SDR 11 fittings such on walls/ceiling or laying in floors completeall as specified and directed of following sizes: -

(a) 16mm bore RM 45.00 92.50 4162.50

(b) 20mm bore RM 30.00 111.40 3342.00

2 S&F Gun Metal globe or gate valve, with iron wheel head, ISI marked,screwed both ends for iron pipe or for union 20 mm bore complete all as specified and directed.

EACH 3.00 252.20 756.60

3 S&F Pillar Tap, cast copper alloy, with capstan heads, chromium plated,screwed down high pressure, with long screwed shanks and fly nuts,screwed for iron pipe for 15 mm bore pipe as specified and directed.

Each 3.00 214.40 643.20

4 S&F Stop valve, cast copper alloy, concealed type, chromium plated,with long shank and cup, screwed down, high pressure, with crutch orbutterfly handle, screwed both ends for iron pipe or for union 15 mmbore complete all as specified and directed.

EACH 3.00 271.00 813.00

5 S&F Angle valve, Chromium plated, cast copper alloy, fancy type, ISImarked, screwed down, high pressure, screwed both ends for iron pipeor for union of 15mm bore complete all as specified and directed.

EACH 3.00 169.00 507.00

6 S&F bib tap, fancy type, brass chromium plated, ISI Marked with crutchor butterfly handle, screwed down, screwed for iron pipe/fittings or forbrass ferrule of size 15mm dia bore complete all as specified anddirected.

EACH 3.00 180.30 540.90

7 S & F PVC connections 15 mm size with PTMT nuts on both ends of length 600 mm all asspecified and as directed

Each 6.00 79.80 478.80

11244.00

PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL,

ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

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

NOTE: (i) Excavation & earthwork required for the work except for the item which specifically include for the same shall be measured & paid under Sch 'A' Part-XI.(ii) All quantities are provisional.

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

SIGNATURE OF CONTRACTOR ASST. DIR. (CONTRACTS)

Page 26: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CEBZ/JHA/TOKEN/ 22 OF 2017-2018 SER PAGE NO.55

Sl No

Description of works

Drg

No.

Unit Nos of Units reqd

Rate per Unit Amount

Period o

f co

mple

tion

Rem

ark

s

1 2 3 4 5 6 7 8 91 S&F Switch piano, flush type, single pole, one way, 5/6 Amps, 230 volt

AC, IS: 3854 marked with valid CML No. complete all as specified andas directed.

EACH 48.00 34.30 1646.40

2 S&F Switch piano, flush type, single pole, one way, 15/16 Amps, 230volt AC, IS: 3854 marked with valid CML No. complete all as specifiedand as directed.

EACH 30.00 86.50 2595.00

3 S&F Socket outlet multipurpose having provision for 3 pin, 5 Amp and 2pin, 5 Amp, piano flush type, 230 volt AC IS: 1293-2005 marked withvalid CML No complete all as specified and as directed.

EACH 6.00 51.50 309.00

4 S&F Socket outlet multipurpose having provision for 3 pin, 15/16 Ampand 3 pin, 5/6 Amp, piano flush type, 230 volt AC IS: 1293-2005marked with valid CML No complete all as specified and as directed.

EACH 30.00 95.20 2856.00

5 S&F Ceiling rose surface bakelite, three terminals complete all asspecified and as directed.

EACH 42.00 22.80 957.60

6 S&F ceiling fan regulator electronic step type 240 V, AC 50 Hz singlepole, 120 watts flush type, ISI marked with valid CML no. andconnecting up complete all as specified and as directed.

EACH 6.00 219.80 1318.80

7 Earthing complete with galvanized steel earth plate electrode 600 x 600 x 6 mm

thick buried directly in ground (earth pit not less than 2.25 metre deep below

ground level) with top edge of plate not less than 1.5 metre below normal ground

level connected to galvanized earth lead wire 4 mm dia (No.8 SWG) by means of

bolts, nuts, check nuts and washers of galvanized iron or steel all as shown in

electrical Plate No 3 of MES SSR-2009 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 15mm dia light grade GI pipe and watering pipe shall be

20mm bore light grade including all excavation and earth work in any type of soil,

PCC pit incuding plastering and white washing with pre-cast RCC cover,

charcoal/salt, funnel etc complete all as directed.

NOTE :-

(i). Excavation in any type of soil, returning filling and removing of surplus soil is

deemed to be included in the unit rate.

(ii) The concrete pit shall be PCC (1:3:6) type C-1, 40 mm thick pre cast cover

slab of RCC (1:2:4) type B-1 using 20mm graded stone aggregate reinforced with

8mm TMT bars @ 10 cm C/C on both sides with suitable cast iron handle shall be

provided in lieu of cast iron cover shown in electrical plate No 3 of MES SSR Part-I.

(iii) The unit rate includes the cost of GI pipe medium grade for protection of earth

wire and 4mm dia earh lead wire upto 7.5 M.

(iv) PCC pit shall be provided at least 500 mm away from the pit and not on the

earth pit itself.

Each 6.00 2536.80 15220.80

24903.60Total of Sch 'A' Part-III C/O to BOQ

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

PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL,

ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

SCHEDULE 'A' PART - III ( INTERNAL ELECTRIFICATION )

SIGNATURE OF CONTRACTOR ASST. DIR. (CONTRACTS)

Page 27: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CEBZ/JHA/TOKEN/ 22 OF 2017-2018 SER PAGE NO.56

SlNo

Description of item of work

Ref to

D

raw

ings

Unit No of

Units required

Rate Per Unit Amount

Period

of

com

ple

tion

Rem

ark

s

1 2 3 4 5 6 7 8 91 Supply, laying, jointing and testing of GI tubing (ISI marked) medium

grade with all fittings and fixing accessories such as Tees, elbows, bends, sockets, unions, plugs and sockets, short pieces connector and back nuts, deminishing pieces, cap plugs etc (ISI marked) laid in trenches, wall etc complete all as specified and directed for following bore:-

a 15 mm bore. Rm 350 108.60 38010.00

b 20 mm bore. Rm 350 142.90 50015.00

c 50 mm bore. Rm 850 415.90 353515.00

2 M&L Gun metal, gate or globe valves, ISI marked (IS-778/84) pressuretested 1.5 mpa with iron wheel head, screwed both ends for iron pipeand fixed complete all as specified and directed, suitable for followingbores of pipe:-

a 15 mm bore. Each 15 206.10 3091.50

b 20 mm bore. Each 15 252.20 3783.00

c 50 mm bore. Each 5 893.10 4465.50

452880.00

PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL,

ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

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

NOTE: (i) Excavation & earthwork required for the work except for the item which specifically include for the same shall be measured & paid under Sch 'A' Part-XI.(ii) All quantities are provisional.

SCHEDULE 'A' PART - IV ( EXTERNAL WATER SUPPLY )

SIGNATURE OF CONTRACTOR ASST. DIR. (CONTRACTS)

Page 28: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CEBZ/JHA/TOKEN/ 22 OF 2017-2018 SER PAGE NO.57

SlNo

Description of item of work

Ref to

D

raw

ings

Unit No of

Units required

Rate Per Unit Amount

Period

of

com

ple

tion

Rem

ark

s

1 2 3 4 5 6 7 8 9

A External Electric supply - Solar Power Plant

1 Supply and laying dry river sand for cable cushioning in trenches to required width at bottom and top of cable including spreading, levelling, watering and consolidation complete all as specified and directed.Note:- Punned thickness only shall be measured and paid only.

Cum 371 678.20 251612.20

2 Supply and laying burnt bricks sub class 'B' old size for cable protection laid length wise perpendicular to the axis of cable complete all as specified and as directed.

Per 1000 Nos

16.4 2526.20 41429.68

3 Supply and laying unreinforced precast concrete cable cover, class HVP, Type 1 with peak, size 300 mm x 180 mm x 40 mm laid dry in trenches over under ground cables complete all as specified and as directed.

Each 3809 38.00 144742.00

4 Supply, erecting and fixing in true vertical position, steel tubular swagedpole (410 SP – 55) conforming to IS 2713 (part 1 to 3), 11 mtr long,complete with cast iron base plate, pole cap / finial taper plug, bolts,nuts and washers, including two coats of black bituminous paintexternally upto planting depth and remaining exterior portion of poleshall be provided with one coat of red oxide primer and two coats ofaluminium paint complete all as specified and directed. (Numbering ofthe poles shall be done with synthetic enameled painted letter of shape& size as directed.)

Each 12 11352.40 136228.80

5 Material and labour for Plain cement concrete 1:4:8 type D2 using 40mm graded stone aggregate for pole foundation, filling and massconcrete complete all as specified and as directed.

Cum 7.5 2303.30 17274.75

6 Material and labour for Plain cement concrete 1 :3 :6 type C2 using 40mm graded stone aggregate as in platform mass concrete, includingnecessary form work and applying two coats of cement based paint onplatform , etc, wherever required complete all as specified and asdirected.

Cum 54 2579.00 139266.00

7 M&L for plain cement concrete (1:2:4) type B-1 using 20 mm gradedstone aggregate for coping/ plinth of poles, including necessary formwork including weathering, slightly rounded or chamfered angles andthroating finished even and smooth without using extra cement,complete all as specified and as directed.

Cum 13.5 4144.40 55949.40

786502.83Total amount c/o to Summary of Sch 'A' Part IV

SCHEDULE 'A' PART - V ( EXTERNAL ELECTRIC SUPPLY )

NOTE: (i) Excavation & earthwork required for the work except for the item which specifically include for the same shall be measured & paid under Sch 'A' Part-XI.(ii) All quantities are provisional. (iii) Any liasion duty with State Electricity Board and any other Organisation involved in execution of this work should be carried out by the Contractor at his own cost , no extra cost is admissible on this account.

PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL,

ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

SIGNATURE OF CONTRACTOR ASST. DIR. (CONTRACTS)

Page 29: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CEBZ/JHA/TOKEN/ 22 OF 2017-2018 SER PAGE NO.58

SlNo

Description of item of work

Ref to

D

raw

ings

Unit No of

Units required

Rate Per Unit Amount

Period

of

com

ple

tio

Rem

ark

s

1 2 3 4 5 6 7 8 9

8 S&F Disc type porcelain vitreous brown insulator with and includingone GI spindle, two galvanised iron washers and one GI nut, 145 mmheight 255 mm dia ball and socket type single Disc Assembly for 33 KVgrade all as specified as directed

Each 12 ₹ 552.00 ₹ 6,624.00

9 S & F Pin type, porcelain, vitreous, white , brown or green insulatorincluding one galvanized mild steel spindle, two galvanized ironwashers and one galvanized iron nut, 100mm height, 75mm dia for 33KV complete all as specifed and as directed.Make :- Jayshree / Pactil / BHEL / ABB.

Each 12 ₹ 73.00 ₹ 876.00

10 M & L, loop type, porcelain, vitreous, white , brown or green insulator, large size, with overall dimensions of 90mmX140mm, clearance of hole 25.5mm complete all as specified and as directed. Make :- Jayshree / Pactil / BHEL / ABB.

Each 18 ₹ 45.00 ₹ 810.00

11 M&L for anti-climbing device; spikes type fabricated out of M.S. bars(round, square and flat) including nuts, bolts, washers and welding intwo halves made to shape to suit the cross section of the pole completeall as specified and as directed.

Qtl 1.5 6398.00 9597.00

12 Supply, fabricating and fixing of structural mild steel channel angle iron,flat iron and brackets, etc. for fabrications of cross arms, bracings,supports, D-clamps, H-section poles stiffeners, eye hooks, bolts, poleclamps and back plates including nuts, bolts and washers, welding,bending cold or hot, drilling holes for insulators bolts in any shape orsize as indicated or directed and inclusive of one red oxide primer coat,one under coat and one finishing coat of aluminium paint complete allas specified and as directed.

Qtl 10 8584.00 85840.00

13 M& L for ACSR over head Aluminium conductor steel reinforced of anysize all as specified and directed including stringing through RCC/Steeltubular poles, fixing on insulators, jumpering with aluminium bindingwire etc complete all as specified and as directed.

Qtl 1 ₹ 19,168.00 ₹ 19,168.00

14 M&L for earth continuity conductor or main earthing lead from earthplate to equipment fixed to pole, on wall on battern or chases or buriedin ground or drawn in pipe, etc. or any other indicated situation with GIstrip of size of 32 x 6 mm complete all as specified and as directed.

RM 675 132.10 89167.50

15 M&L for lightning arresters non linear type having voltage rating 11KV, Rated frequency-50 HZ, Nominal Discharge current 65 KA (Heavyduty) complete with all fittings ,tansmission class suitable for 11 KV, 3-Phase, earthed distribution system complete all as specified and asdirected

set of 3 2 4613.00 9226.00

16 M&L for lightning arresters non linear type having voltage rating 33 KV, Rated frequency-50 HZ, Nominal Discharge current 65 KA (Heavy duty) complete with all fittings ,tansmission class suitable for 33 KV, 3-Phase, earthed distribution system complete all as specified and as directed

Per set 4 ₹ 9,865.00 ₹ 39,460.00

17 Supplying laying and fixing along the poles or passing through pipes orlaid under floor or through walls, etc. jointing and testing of LT CrossLinked Polyethylene Insulated (XLPE insulated) galvanized steel striparmored electric cable 1100 volt grade heavy duty ISI marked withaluminium conductor and overall served with an outer sheath of PVC, ofcross sectional area as under, including cable glands made out offinned brass double compression type complete all as specified and asdirected.Note : (i) Excavation, earthwork, Sand Cushioning, Cable covers, Pipefor cable protection to be measured and paid for separately.

(a) 16 sqmm 4 core RM 500 160.00 80000.00

(b) 10 sqmm 4 core RM 400 128.00 51200.00

18 S&F steel tubes of 100 mm dia, light grade, galvanised with all fittinglaid in trenches, fixed to walls or laid in floor for cable protectioncomplete all as specified and as directed.

RM 98 733.80 71912.40

463880.90Total amount C/O to Summary of Sch 'A' Part -V Rs.

SCHEDULE 'A' PART - V ( EXTERNAL ELECTRIC SUPPLY Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR. (CONTRACTS)

Page 30: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CEBZ/JHA/TOKEN/ 22 OF 2017-2018 SER PAGE NO.59

SlNo

Description of item of work

Ref to

D

raw

ings

Unit No of

Units required

Rate Per Unit Amount

Period

of

com

ple

tio

Rem

ark

s

1 2 3 4 5 6 7 8 919 M&Lfor Earthing complete with galvanized steel earth plate electrode of

size 60cm X 60 cm X 6 mm buried directly in ground (earth pit not lessthan 2.25m deep below the normal ground level) with top edge of platenot less than 1.5 m below the normal ground level connected to GIearth strip 32 X 6 mm dia GI earth lead as earth lead by means of bolts,nuts, check nuts and washers of galvanized iron or steel, protected byGI pipe light grade 40mm bore all as shown on electrical plate No 3 ofSSR Part-I connected to earth test point electrode, PCC pit with RCCcover, funnel with wire mesh, watering pipe 20mm dia protection pipeetc and testing on completion complete all as specified and as directed.Note No 1 :- The unit rate shall also include for earth work inhard/dense soil, PCC (1:3:6) type C1 chamber, RCC 1:2:4 type B-1cover 50 mm thick reinforced with 8 mm dia TMT bar @ 150 mm c/cboth ways, funnel with watering pipe 20 mm dia medium grade, GIprotection pipe light grade 40 mm dia and wire mesh complete inaddition to item No 1 (a) to (e) of preamble (Notes) under sub-headingearthing, specified on Serial Page No 389 of SSR Part –I.Note No 2 :The rate of earthing strip/wire and GI protection pipe beyond7.5 m quote in the rate.

Each Set

45 3277.50 147487.50

20 M&L for Earthing complete with galvanized steel plate electrode 60 cmx 60 cm x 6 mm surrounded by charcoal and salt, buried directly inground vertically in a pit of depth not less than 2.25 meter below groundlevel with top edge of the earth plate at a depth of not less than 1.50meter below ground level connected to galvanized iron or steel earthwire, 4 mm dia (No. 8 SWG) by means of bolts, nuts, check nuts andwashers of galvanized iron, earth wire protected by galvanized steelpipe 15 mm dia (Light grade) & connected to main switch or maincontrol board all as shown in electrical plate No. 5 of SSR-1991 Part I &including necessary excavation and earth work. The rate also includecharcoal and salt in alternate layers 20 mm dia pipe (Light grade) forwatering, protection pipe, funnel, wire mesh, PCC chamber in cementconcrete (1:3:6) type C-I, 40 mm thick RCC (1:2:4) type B-1 cover andCI frame etc.NOTES: - (i) The unit rate includes earthing wire and protection pipe upto 7.5 metre.(ii) PCC pit shall be provided at least 500 mm away from the pit and noton the earth pit itself and the extra cost of additional length of wateringpipe bends elbow shall be deemed included in the rates.

Each Set

58 2536.80 147134.40

21 Supply and providing rubber insulation mat, one side checkered, of size2m x 1m and 19 mm thick suitable for 11/33 KV, ISI marked, completeall as specified and as directed.

Each 18 4000.00 72000.00

22 S & F, Danger notice plate of 1.6 mm thick mild steel sheet, vitreousenamelled white, with letters in English, Hindi and local language,figures and conventional skull and bones in signal red colour and fixedwith M.S. clamps, bolts and nuts of approved size for HT, 25x20cm sizecomplete all as specified and directed.Note :- Clamps shall be measured separately

Each 78 108.00 8424.00

23 S & F, Danger notice plate of 1.6 mm thick mild steel sheet, vitreousenamelled white, with letters in English, Hindi and local language,figures and conventional skull and bones in signal red colour and fixedwith M.S. clamps, bolts and nuts of approved size for LT, 20x15cm sizecomplete all as specified and directed.Note :- Clamps shall be measured separately

Each 32 89.00 2848.00

24 Supply and fixing stay assembly in replacement complete comprising ofMS galvanized stay plate 30cm x30cmx6mm , MS galvanised stay rod20 mm dia with nut 215 cm long , MS galvanised stay bow 40cm longwith 2 Nos galvanized thimbles with and including all fittings all asspecified in SSR 1991 Part -I.Note (Excavation & earthwrok, PCC for foundation, loop type insulatorto be measured and paid seperately).

Each 20 1051.00 21020.00

398913.90

SCHEDULE 'A' PART - V ( EXTERNAL ELECTRIC SUPPLY Contd.)

Total amount C/O to Summary of Sch 'A' Part -V Rs

SIGNATURE OF CONTRACTOR ASST. DIR. (CONTRACTS)

Page 31: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CEBZ/JHA/TOKEN/ 22 OF 2017-2018 SER PAGE NO.60

SlNo

Description of item of work

Ref to

D

raw

ings

Unit No of

Units required

Rate Per Unit Amount

Period

of

com

ple

tion

Rem

ark

s

1 2 3 4 5 6 7 8 9

25 Supply and fix GI strip 32 X6mm for burried in ground, fixed on wall,under floor, passing through pipe etc and connecting complete all asspecified and directed at site

RM 2,400.00 132.10 317040.00

26

M&L for earth continuity conductor or main earth lead from earth plateto equipment fixed to pole, on wall on batten or chases or buried inground or drawn in pipe etc or any other indicated situation withAIuminium strip of size of 25 X 3.15 mm complete all as specified andas directed.

RM 450.00 55.00 24750.00

27 Supplying laying and fixing along the poles or passing through pipes orlaid under floor of through walls etc jointing and testing LT CrossLinked Polyethylene Insulated(XLPE insulated) galvanized steel striparmoured electric cable 1100 volt grade heavy duty ISI marked withaluminium conductor and overall served with an outer sheath of PVC, ofcross sectional area 16 sqmm 4 core, including cable glands made outof finned brass double compression type.(Note : (i) Excavation, earthwork, Sand Cushioning, Cable covers, Pipefor cable protection shall be measured and paid separately).

RM 1,800.00 160.00 288000.00

28

Supply, erecting and fixing in true vertical position, steel tubular swagedpole (410 SP – 31) conforming to IS 2713 (part 1 to 3), 9 mtr long,complete with cast iron base plate, pole cap / finial taper plug, bolts,nuts and washers, including two coats of black bituminous paintexternally upto planting depth and remaining exterior portion of poleshall be provided with one coat of red oxide primer and two coats ofaluminium paint complete all as specified and directed. (Numbering ofthe poles shall be done with synthetic enameled painted letter of shape& size as directed.)Note: (a)Cost of numbering of pole shall be deemed to included in unitrate(b) Excavation, Earth work and PCC foundation will be measured andpaid for separately.(c) The pole shall be marked with designation, manufacturer'sidentification and year of manufacture

Each 75.00 7891.70 591877.50

29 M & L for brickwork with subclass 'B' bricks, straight or curved on planexc 6m mean radius built in cement mortar 1:6 complete all asspecified and directed.

Cum 18.00 2180.50 39249.00

30 M & L for handpacking and filling Hardcore of guage exc 63 mm but nexc. 100 mm, deposited spread and levelled in layers n exc, 15 cmthick, watered and rolled/rammed to a true surface complete all asspecified and directed.

Cum 6.00 84.10 504.60

31 M & L for cement concrete 100mm thick type B-2, 1:2:4 (40mm gradedaggregate) and finishing cement concrete surface even and smooth bywithout using extra cement complete all as specified and directed.

Sqm 45.00 316.40 14238.00

32 M & L for rendering 20mm thick on fair faces of brickwork or concretesurfaces with CM 1:4 including floating/setting coat complete all asspecified and directed.

Sqm 90.00 159.30 14337.00

1289996.10

Total Amount B/F from Sl page No.57 Rs 786502.83

Total Amount B/F from Sl page No.58 Rs 463880.90

Total Amount B/F from Sl page No.59 Rs 398913.90

Total Amount B/F from Sl page No.60 Rs 1289996.10

Total amount of Sch 'A' Part -V C/O to BOQ Rs 2939293.73

Total amount C/O to Summary of Sch 'A' Part -V Rs

SCHEDULE 'A' PART - V ( EXTERNAL ELECTRIC SUPPLY Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR. (CONTRACTS)

Page 32: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CEBZ/JHA/TOKEN/ 22 OF 2017-2018 SER PAGE NO.61

SlNo

Description of item of work

Ref to

Dra

win

gs U

nit No of

Units required

Rate Per Unit Amount

Period o

f co

mple

tion

Rem

ark

s

1 2 3 4 5 6 7 8 9

1 M and L for Moorum / Red Bajri filling (100mm spreaded thickness),spread, rolled and consolidated to gradient and camber requiredcomplete all as specified and as directed

X Sqm 20.00 523.90 10478.00

2 M and L for Moorum / Red Bajri filling (75mm spreaded thickness),spread, rolled and consolidated to gradient and camber requiredcomplete all as specified and as directed

X Sqm 10.00 399.90 3999.00

3 Rolling and consolidating earth formation surfaces of road in cutting bypower roller of capacity exc 8 tonne and n exc 12 tonne capacityincluding filling in depression and consolidating to the required levelgradient and camber complete all as specified and as directed

X SM 46.00 8.00 368.00

4 M&L for 150mm (spread thickness) Soling (or sub base) with brokenboulders or quarried stone (Granite, Trap or Basalt stone) of size range100mm to 50mm, interstices filled, surface formed, rolled with powerroller 8 to 12 tonne and consolidated to required gradient and cambercomplete all as specified and directed.

X SM 46.00 1203.60 55365.60

5 M&L for 150mm thick (compacted thickness) water bound macadam intwo layers each of 75mm thick (each layer to be rolled and consolidatedseparately) with coarse aggregate of granite/black trap/basalt stone ofgrading 2 ranging from 63mm to 40mm, hollows made up to form truesurface, spread, surface binding with and including screening andmoorum, watered, consolidated and rolled with 8 to 12 tonne powerroller to gradient and camber required all as specified and directed.

X SM 48.00 1645.00 78960.00

6 M&L for preparing un-surfaced WBM top surfaces of road by brushingwith wire brushes for removing caked mud etc, sweeping with brooms &finally fanning the cleaned surfaces with gunny bags to remove all loosedirt etc, applying evenly a priming/tack coat with bituminous primervg10 using paving bitumen @ 10kg per 10sqm and providingbituminous premixed asphaltic semi dense concrete (design mix) 40mmconsolidated thickness with 5.5% binder content by weight of total mix,using paving bitumen Vg30 of any penetration laid/spread uniformly bymeans of mechanical pavers over primed WBM surfaces rolled andcompacted to required camber and gradient , complete 10 to 12 tonnepower roller complete all as specified and directed.

X SM 48.00 2900.10 139204.80

7 M&L for stone kerb/edging stone to road sides roughly squared stone ofsize 20x30cm, all surfaces hammer dressed so that the maximumdepression from a straight edge held against the dressed surface shallnot exceed 20mm jointed in cement mortar 1:6 and struck flushincluding all excavation taking out old unserviceable edging & fixing inposition new stone edging complete all as specified and directed.

RM 220.00 225.50 49610.00

8 M&L for Reinforced concrete pipes, class NP2, 300mm dia, laid andjointed complete with collars, complete all as specified and directed.

RM 9.00 552.70 4974.30

342959.70Total amount of Sch 'A' Part - VI C/O to BOQ Rs

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

PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL,

ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

SCHEDULE ‘A’ PART – VI (ROAD / PATH/ CULVERT AND HARD STANDING)

SIGNATURE OF CONTRACTOR ASST. DIR. (CONTRACTS)

Page 33: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CEBZ/JHA/TOKEN/ 22 OF 2017-2018 SER PAGE NO.62

Sl No

Description of works Drg No.

Unit Nos of Units reqd

Rate per Unit Amount

Period o

f com

ple

tion

Rem

ark

s

1 2 3 4 5 6 7 8 9

1 M&L for PCC (1:4:8) type D2 using 40 mm graded stone aggregate asin concrete bed to drain pipes including packing under and hunchingagainst the sides of pipes after they are laid and tested for 150 mm borecomplete all as specified and directed.

RM 75.00 177.20 13290.00

2 M&L for salt glazed stone ware (SWG) drain pipes 150 mm bore grade'A' (ISI marked) laid in trenches and jointed in cement mortar (1:1)complete all as specified and directed.

RM 75.00 209.00 15675.00

3 M&L for PCC (1:3:6) type C-2 using 40mm graded stone aggregate asin foundation filling and mass concrete complete all as specified anddirected.

Cum 0.86 2579.00 2228.26

4 M&L for PCC (1:2:4), type B1, using 20mm graded stone aggregate, asin bed of manholes, sewer drain and surface channel complete all asspecified nd directed.Note: forming fair finishes to drain/channel shall be measured and paidseparately.

Cum 0.40 3136.50 1254.60

5 M&L for RCC M-25 mix in slab (using 20mm graded stone aggregate)complete all as specified and directed.Note: Reinforcement and formwork shall be measured and paidseparately.

Cum 0.19 3770.00 723.84

6 Formwork to soffit of suspended slabs (horizontal or sloping) such asroof slabs, floor slabs, landing and similar work n.exc 200 mm thick,rough finished surfaces of concrete flat complete all as specified anddirected.

Sqm 3.51 211.50 742.37

7 Use & waste of formwork to edges of slabs exc 5cm but n.exc. 10 cmwide for rough finished surface of concrete flat complete all as specifiedand directed.

RM 7.20 19.50 140.40

8 M&L for brick work with kiln burnt bricks (old size) built in CM (1:4) usingsub class 'B' bricks straight or curved on plan exceeding 6 meter meanradius complete all as specified and directed.

Cum 2.76 2351.90 6491.24

40545.71

SCHEDULE 'A' PART-VII (SEWAGE DISPOSAL)

PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL,

ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

Total amount C/O to Summary of Sch 'A' Part -VII Rs

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

SIGNATURE OF CONTRACTOR ASST. DIR. (CONTRACTS)

Page 34: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CEBZ/JHA/TOKEN/ 22 OF 2017-2018 SER PAGE NO.63

9 M&L for mild steel TMT bar 6 to 8 mm dia, cut to length, bent to shaperequired, including cranking, bending spirally for hooping for columns,hooking ends and binding with mild steel wire (annealed) not less than0.9 mm dia, or securing with clips complete all as specified anddirected.

Kg 144.00 49.10 7070.40

10 M&L for rendering 15 mm thick on fair faces of brick work or concretesurfaces in cement mortar (1:4) mixed with WPC @3% by weight ofcement or as per manufacturer's instructions finished even and smoothwithout using extra cement complete all as specified and directed. Note: WPC shall be measured and paid separately.

Sqm 12.00 127.40 1528.80

11 M&L for setting coat 5mm thick, trowelled to even & smooth finish in CM1:2 complete all as specified and directed.

Sqm 4.00 65.10 260.40

12 Supply only integral water proofing compound. Kgs 4.00 35.30 141.20

13 M&L Septic tank, excavation in oridinary soil, fdn in PCC 1:2:4, brickwork in CM 1:4,RCC slab cover incl RCC pre cast man hole coverhaving 6mm plate embeded all around/fiber reinforced cover with angleiron frame vent stats and sludge chamber etc complete for 10 users.

Each 1.00 66825.00 66825.00

14 M&L for precast cement concrete 1:2:4, type B1 (Using 20 mm gradedstone aggregate) in landings, cover slabs (for Manholes etc.) shelvesand similar articles with plain faces, set in cement mortar 1:4 completeall as specified and directed. Note:- Reinforcement shall be measured and paid separately.

Cum 3.00 4817.60 14452.80

15 S&F mild steel TMT bars 10mm dia & over as in reinforcement, cut tolength bent to shape required including cranking, bending spirally forhooping for columns, hooking ends binding with MS wire (annealed) notless than 0.90mm dia or securing with clips complete all as specified &directed.

kg 350.00 48.60 17010.00

107288.60

Total Amount from Sl page No.62 Rs 40545.71

Total Amount from Sl page No.63 Rs 107288.60

147834.31

SCHEDULE 'A' PART-VII (SEWAGE DISPOSAL) Contd

Total amount C/O to Summary of Sch 'A' Part -VII Rs

SUMMARY OF SCHEDULE 'A' PART-VII (SEWAGE DISPOSAL)

Total amount of Sch 'A' Part - VI C/O to BOQ Rs

SIGNATURE OF CONTRACTOR ASST. DIR. (CONTRACTS)

Page 35: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CEBZ/JHA/TOKEN/ 22 OF 2017-2018 SER PAGE NO.64

SlNo

Description of item of work

Ref to

D

raw

ings U

nit No of

Units required

Rate Per Unit Amount

Period

of

com

ple

tion

Rem

ark

s

1 2 3 4 5 6 7 8 9

1 M&L for PCC (1:3:6) type C-2 using 40mm graded stone aggregate asin foundation filling and mass concrete complete all as specified anddirected.

Cum 50.50 2579.00 130239.50

2 M&L for Cement concrete, Type B1,1:2:4 (using 20 mm graded stoneaggregate) as in surface channels and drains complete all as specifiedand directed.

Cum 23.50 3136.50 73707.75

3 M&L for brick work with kiln burnt bricks (old size) built in CM (1:4) usingsub class 'B' bricks straight or curved on plan exceeding 6 meter meanradius complete all as specified and directed.

Cum 111.00 2351.90 261060.90

4 M&L for 15mm thick rendering in CM (1:4) on fair faces ofbrick/concrete surfaces, finished even and smooth without using extracement complete all as specified & directed.

Sqm 665.00 127.40 84721.00

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

RM 490.00 14.90 7301.00

6 Add or deduct for each 25mm girth or part there of over or under 30cmcomplete all as specified and directed. Note: This item is catered only for rate adjustment.

RM 290.00 1.90 551.00

7 M&L for plain cement concrete (1:3:6) type C-1 (using 20mm gradedstone aggregate) as in lintels upto 1.5m clear span, cills, steps; seismicand other similar bands, plinth courses, string courses, lacing courses,parapets and railings upto 60 cm in height, copings, kneelers, apexstones, bed plates, water troughs and the like including weathering,slightly rounded or chamfered angles and throating, including necessaryformwork complete all as specified and directed.

Cum 5.50 3656.70 20111.85

577693.00

SCHEDULE 'A' PART - VIII (AREA DRAINAGE)

PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL,

ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

Total Amount of Sch 'A' Part -VIII C/O to BOQ Rs.

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

SIGNATURE OF CONTRACTOR ASST. DIR. (CONTRACTS)

Page 36: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CEBZ/JHA/TOKEN/ 22 OF 2017-2018 SER PAGE NO.65

SlNo

Description of item of work

Ref to

D

raw

ings Unit No of

Units required

Rate Per Unit Amount

Period

of

com

ple

tion

Rem

ark

s

1 2 3 4 5 6 7 8 9

1 M&L for PCC (1:3:6) type C-2 using 40mm graded stone aggregate asin foundation filling and mass concrete complete all as specified anddirected.

Cum 69.70 2579.00 179756.30

2 S&F angle iron posts and struts in fencing including cutting tops toshape as directed, drilling holes, notching for wire, etc.; flat iron fillets(for securing wire mesh etc.) including all necessary drilling, bolting orriveting, etc., and similar work conforming to Fe-290 Gde E-165complete all as specified and directed.

Kg 6214.00 70.30 436844.20

3 M&L for preparing new or previously untreated steel/iron surfaces ofany description not otherwise described over 10 cm in width or girthand applying two coats of synthetic enamel paint over a coat of redoxide primer complete all as specified and directed.

Sqm 280.00 58.20 16296.00

4 S&F galvanized, 2 strand steel barbed wire 2.24 mm dia barbed with2mm dia barbs at 75mm spacing’s and straining and fixing to any typeof standard rails straining bolts, including, securing or tying at crossingswith and provision of galvanized mild steel wire, staples or steel pinsetc, complete all as specified & directed.(Note:- each line of wire to be measured).

Per 100 RM

52.00 810.00 42120.00

5 S&F mild steel round bars for reinforcement, in available lengthconforming to Fe-410-W (Gde-E-250), quality-A complete all asspecified & directed.

Kg 1927.00 40.50 78043.50

6 M&L for preparing new or previously untreated steel/iron surfaces ofany description not otherwise described n.exc. 10 cm in width or girthand applying two coats of synthetic enamel paint over a coat of redoxide primer complete all as specified and directed.

X RM 640.00 62.20 39808.00

7 S&F Mild steel screw bolts (machine made) with hexagonal or squareheads at one end and screwed the other, or screwed both ends, eachscrewed end to be fitted with washers and one hexagonal or squarenut, exc 5cm long but n.exc 10cm long and dia of neck 11mm to 15mmomplete all as specified & directed.

Kg 265.00 78.30 20749.50

8 Sopply only flat iron for fixing of chain link fencing, in available length,conforming to Fe-410-W (Gde-E-250), quality-A complete all asspecified & directed.

Kg 773.00 42.30 32697.90

846315.40

SCHEDULE 'A' PART - IX ( SECURITY CHAIN LINK, FENCING AND GATE )

PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL,

ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

Total of Sch 'A' Part-IX C/O to BOQ Rs.

NOTE: (i) Excavation & earthwork required for the work except for the item which specifically include for the same shall be measured & paid under Sch 'A' Part-XI.(ii) All quantities are provisional.

SIGNATURE OF CONTRACTOR ASST. DIR. (CONTRACTS)

Page 37: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CEBZ/JHA/TOKEN/ 22 OF 2017-2018 SER PAGE NO.66

SlNo

Description of item of work

Ref to

D

raw

ings

Unit No of

Units required

Rate Per Unit Amount

Period

of

com

ple

tio

Rem

ark

s

1 2 3 4 5 6 7 8 9

1 Demolition of Brickwork or stone/boulder masonry, built in cementmortar or cement lime mortar including all quoins, arches, pillars, etc,but excluding ashlar facings, dressed stonework and precast concretearticles

Sqm 34.50 417.80 14414.10

2 Demolition of Concrete in ground floors and pavings n exc 15 cmthickness (below or above ground level)

Cum 6.00 417.80 2506.80

3 Dismantling of Asbestos cement (corrugated, semicorrugated,etc.)sheets in roof coverings.

Sqm 150.00 10.90 1635.00

4 Dismantling of framed trusses of span not exceeding 10 m Each 3.00 362.70 1088.10

5 Dismantling of timber scantlings fillets, rails, posts, rafters, purlins, etc.under 40 sq. cm in section

RM 150.00 6.40 960.00

6 Taking down chowkhats or frames with shutters (without taking offshutters from the frames) of any description n exc 1.50 sqm

Each 3.00 93.10 279.30

7 Taking down chowkhats or frames with shutters (without taking offshuters from the frames) of any description exc 1.50 sqm but n exc 4sqm

Each 4.00 117.60 470.40

21353.70Total amount of Sch 'A' Part - X C/O to BOQ Rs

SCHEDULE 'A' PART - X ( DEMOLITION AND DISMANTLING)

NOTE: (i) Excavation & earthwork required for the work except for the item which specifically include for the same shall be measured & paid under Sch 'A' Part-XI.(ii) All quantities are provisional.

PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL,

ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

SIGNATURE OF CONTRACTOR ASST. DIR. (CONTRACTS)

Page 38: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CEBZ/JHA/TOKEN/ 22 OF 2017-2018 SER PAGE NO.67

SlNo

Description of item of work

Ref to

D

raw

ings

Unit No of

Units required

Rate Per Unit Amount

Period

of

com

ple

tion

Rem

ark

s

1 2 3 4 5 6 7 8 9

Note - All quantities are provisional.

1 Excavating in trenches not exceeding 1.50m wide and not exceeding1.50m depth for foundation, laying of cables/pipes/poles etc., or formanholes n. exc 10 Sqm on plan and not exceeding 1.50m depth andgetting out in soft/loose soil including trimming sides and formingbottom surface complete all as specified and directed.

Cum 1765.00 115.20 203328.00

2 All as per item no. 01 above but in soft/disintegrated rock, complete allas specified and directed.

Cum 120.00 462.70 55524.00

3 All as per item no. 01 but in hard/dense soil, complete all as specifiedand directed.

Cum 60.00 202.50 12150.00

4 All as per item no. 03 above but exceeding 1.5 mtr and not exceeding3.00 m in depth complete all as specified and as directed.

Cum 89.00 250.20 22267.80

5 Returning, filling in with soft/disintegrated rock, including spreading,levelling, watering and well ramming in layers not exceeding 25cm thickeach layer complete all as specified and as directed.

Cum 80.00 55.60 4448.00

6 All as per item no. 05 above but with soil complete all as specified andas directed.

Cum 1664.00 41.70 69388.80

7 Removing excavated material (soft/disintegrated rock) to a distancen.exc. 50m and depositing where directed at a level not exceeding 1.5mabove the starting point complete all as specified and as directed.

Cum 40.00 131.80 5272.00

8 Removing excavated material (soil) to a distance n.exc. 50m anddepositing where directed at a level not exceeding 1.5m above thestarting point complete all as specified and as directed.

Cum 644.00 96.10 61888.40

9 All as per item no. 08 above but to a distance exc. 250 m but n.exc.500m complete all as specified and as directed.

Cum 2279.00 149.40 340482.60

10 Surface excavation n.exc. 30cm deep and averaging 15cm deep andgetting out in any type of soil complete all as specified and directed.

Sqm 15100.00 21.85 329935.00

11 Excavating in trenches not exceeding 1.50m wide and not exceeding1.50m depth for foundation, laying of cables/pipes/poles etc., or formanholes n. exc 10 Sqm on plan and not exceeding 1.50m depth andgetting out in any type of soil complete all as specified and directed.

Cum 334.00 158.85 53055.90

12 Excavation in post holes (or similar holes) each n.exc 0.5 Cum, gettingout, in hard/dense soil including returning, filling in and ramming earthor broken rubble mixed with earth around, in layers not exceeding 25Cm thick, watering and removing surplus soil to a distance n.exc 50mand making good surface complete all as specified and directed.

Each 291.00 114.60 33348.60

13 Surface excavation n.exc. 30cm deep and averaging 15cm deep andgetting out in hard / dense soil complete all as specified and directed.

Sqm 300.00 27.80 8340.00

14 Excavation over area, n.exc 1.5m deep and getting out in hard/densesoil, complete all as specified and directed.

Cum 48.00 135.00 6480.00

15 M & L for rough excavation not exceeding 1.5 m deep and getting out nsoft/loose soil complete all as specified and directed.

Cum 30.00 53.60 1608.00

1207517.10Total of Sch 'A' Part-XI c/o to BOQ Rs.

SCHEDULE 'A' PART - XI (EXCAVATION, EARTH WORK AND AREA DEVELOPMENT)

PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND COMPREHENSIVE OPERATION & MAINTENANCE AT MIL HOSPITAL,

ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

SIGNATURE OF CONTRACTOR ASST. DIR. (CONTRACTS)

Page 39: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CEBZ/JHA/TOKEN/ 22 OF 2017-2018 SER PAGE NO.68

1

2

3

4

5

Srl

No

Description of items Unit Qty Rate

(In Rs)

Amount

(In Rs)

Remarks

1 2 3 4 5 6 7

1 Old brick/brick bats cum 34.5 500.00 17250.002 Old AC sheet sqm 150 20.00 3000.003 Old steel kg 100 20.00 2000.004 Old wooden scantling. cum 5 2000.00 10000.005 Old wooden chowkhat with shutter n. exc 1.5 sqm each, including iron mongries. Each 4 200.00 800.00

6 Old wooden chowkhat with shutter exc 1.5 but n exc 4 sqm sqm each, including

iron mongries.

Each 3 300.00 900.00

Rs 33950.00

Signature of Contractor Asst. Dir (Contracts)

The method of measurements will be same as is applicable for dismantling/demolition of respective items.

The items/material catered for in Sch of Credit shall be considered though taking down/ dismantling etc not included in Sch 'A', the overall tendered

sum shall be deemed to include this element.

Total amount of Sch of Credit

For Accepting Officer

SCHDULE OF CREDIT

NAME OF WORK : PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND COMPREHENSIVE OPERATION & MAINTENANCE AT MIL

HOSPITAL, ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

Notes :-

The quantities shown in column 4 are approximate and are inserted as a guide only. The actual quantities shall be as obtained from

dismantling/demolition/taking down under Schedule ‘A’.The actual amount of credit to be allowed will depend on the items/quantities of materials worked out on the basis given in Note 1 after adjustment for

the quantities being reused in the work as per schedule ‘A’ if any.The rate given under column 5 is firm and no variation in the rate will be allowed. The credit worthiness of the materials for which the credit is to be

offered by the contractor shall be deemed to have been ascertained by him before quoting and claim whatsoever shall not be entertained on this

SIGNATURE OF CONTRACTOR ASST. DIR. (CONTRACTS)

Page 40: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 69

Signature of Contractor Asst Dir (Contracts)

SCHEDULE ‘B’

ISSUE OF MATERIALS TO THE CONTRACTOR (SEE CONDITION 10 OF IAFW-2249)

Sl No

Particular Rate at which materials will be issued to the contractor

Place of issue by name

Remarks

UNIT RATE 1 2 3 4 5 6

NIL

SCHEDULE ‘C’

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

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

Sl. No

Qty Particulars of T&P

Details of MES crew supplied

Hire charges per unit working day.

Stand by charges per unit per off day

Place of issue by name.

Remarks

1 2 3 4 5 6 7 8

NIL

SCHEDULE ‘D’ TRANSPORT TO BE HIRED TO THE CONTRACTOR

(See condition 16 and 35 of IAFW-2249)

Sl No.

Qty Particulars Rate per unit per working day

Place of issue by name

Remarks

1 2 3 4 5 6

NIL

Page 41: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 70

Signature of Contractor Asst Dir (Contracts)

In lieu of IAFW 2159

TENDER To,

The President of India

Having examined and perused the following documents: -

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

2. Drawings detailed in the specifications.

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

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

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

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

WATER WILL NOT BE SUPPLIED BY MES – for construction purpose.

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

* (a) That the sum of Rs.825000/- forwarded as earnest money shall either be retained as part of the Security Deposit or be refunded by the Government on receipt of the appropriate amount of Security Deposit all as per Condition 22 of IAFW-2249. (b) To execute all the works referred to in the said documents upon the terms and conditions contained/referred to therein and as detailed in the General Summary hereinafter and to carry out such deviations as may be ordered vide Condition 7 of IAFW-2249 up-to a maximum of 10% and further agree to refer all disputes as required by Condition 70 of IAFW-2249 to the sole arbitration of a serving officer to be appointed by Engineer-in-Chief, Army HQ NEW DELHI-110011 or in the absence the officer officiating as Engineer-in-Chief or Director General of Works, if specifically delegated in writing by Engineer-in-Chief, Army HQ, New Delhi-110011 whose decision shall be final, conclusive and binding.

*Retain where applicable.

Page 42: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. 71

Signature of Contractor Asst Dir (Contracts)

TENDER (CONTD…) Brought forward for the Lump sum of Rs. ________________________________ (Rupees _____________________________________________________________________ Only). Signature ________________________ (Name:__________________________________ in the capacity of ____________________________ For and on behalf of _________________________________________________________

(IN BLOCK LETTERS) Dated :_______________________ ADDRESS:_________________________________

TELEPHONE NO:____________________________

EMAIL ID:___________________ WITNESS:-____________________ Signature:______________________ Name:-________________________

Address:_______________________

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

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

initialled by the Contractor and Shri.___________________________________________

Dy./Asst. Dir (Contract).

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

forming part of this Contract.

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

of Rs.______________________(Rupees ________________________________________

______________________________________________________________________ only)

on the _____________ day of ____________________________________

Signature _________________________

Dated:_______________________________

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

Page 43: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA/TOKEN/22 OF 2017-18 SERIAL PAGE NO. : 72 TO 130

GENERAL CONDITIONS OF CONTRACTS (IAFW-2249) FOR

(LUMP SUM CONTRACTS IAFW-2159) AND

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

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

settlement of disputes by Arbitration, IAFW-2249 (1989 Print) containing 33 pages (Serial Page No 72 to 104)

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

2249) (1989 Print) in 20 pages (Serial Page No 105 to 124). (C) Schedule of minimum rates of wages (Revised dated 10 Mar 1992 in 06

pages (Serial Page No 125 to 130).

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

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

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

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

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

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

Signature of Contractor Asst Dir (Contracts)

Page 44: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.131

SPECIAL CONDITIONS

Signature of Contractor Asst. Dir (Contracts)

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

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

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

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

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

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

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

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

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

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

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

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

submission end date.

Page 45: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.132 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

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

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

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

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

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

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

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

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

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

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

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

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

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

IS specifications.

Page 46: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.133 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

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

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

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

contractor :- (i) Cement (ii) Steel (iii) Transformer (iv) DG Sets (v) APP modified polymeric membrane (vi) Proprietary materials like :- Water proofing compound, chemical for Anti termite Treatment, Paint, Oil bound distemper, Cement based paint, (vii) Bitumen for water proofing and Bitumen for road work. (viii) Flooring tiles (ix) Lift., all elect equipment/ light fittings, Gas system, water supply fittings (x) Solar water system

(B) In addition to above, original vouchers / invoice for the items for which payment is claimed in RAR as “Material lying at site” shall also be produced. However, for the items of local origin except perishable items payment in RAR may be allowed based on market enquiry / verification.

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

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

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

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

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

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

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

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

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

Page 47: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.134 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

12&13 BLANK

14. RELEASE OF ADDITIONAL SECURITY DEPOSIT:(Refer condition 22 and 68 of IAFW-2249); The contractor in case he has to deposit additional security for the contract, is advised to deposit the additional security in two equal parts so as to facilitate release of additional security in accordance with condition 68 of IAFW-2249

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

VALUE RS 50 LAKHS AND ABOVE): Add the following in continuation to Para 8 of condition 64 of IAFW-2249 ‘Provided further the contractor may be paid advance on account to the full value of under mentioned materials only brought on site on his furnishing guarantee bonds from schedule bank for the amount of the retention money which should otherwise be recoverable from him under the contract:

(a) Sanitary fittings (b) Water supply pipes and fittings (c) Electric fittings (d) CI manhole covers (e) Iron mongery/fittings (f) Factory made panelled/flush doors (g) Alu window, rolling shutters (h) Electric cables, conductors, Transformers, VCB, Inverter (j) SGSW pipes, CI soil, waste, vent and RW pipes (k) Steel (l) Crystalline silicon power module, antiglare type with minimum 320 Wp, MNRE

approved Indigenious and module mounted in anodised aluminium frame with twinwall profile structure and mould mounting/ fixed type structure.

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

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

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

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

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

18. FAIR WAGES:

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

Page 48: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.135 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

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

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

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

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

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

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

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

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

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

(i) Consolidation of formation surface/sub grade 1850 Sqm (ii) Consolidation of stone soling/hard core (a) 10 cm thick (spread thickness) 1000 Sqm (b) 15 cm thick (spread thickness) 800 Sqm (c) 23/20 cm thick (spread thickness) 518 Sqm (iii) Consolidation of water bound macadam (stone metal)

including spreading and consolidation with binding material

(a) 7.5 cm (compacted thickness) 248 Sqm (b) 10 cm (compacted thickness) 175 Sqm (c) 11.5 cm (compacted thickness) 160 Sqm (iv) Consolidation of premixed carpet including seal coat (a) 2 cm thick (compacted thickness) 744 Sqm (b) 2.5 cm thick (compacted thickness) 600 Sqm (v) 25 mm thick semi dense asphaltic concrete 600 Sqm (vi) Consolidation of bituminous mixture 2 parts of broken

stone metal and one part of sand and bitumen, consolidated thickness 4 CM

372 Sqm

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

Page 49: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.136 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

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

for the electric energy consumed at Rs 9.80 per kilowatt hours for KWH lighting and power each.

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

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

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

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

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

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

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

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

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

456 is liable for rejection.

23. QUALIFIED TRADESMEN (APPLICABLE FOR WORKS COSTING RUPEES ONE CRORE OR MORE):- In compliance with the condition 26 of IAFW-2249 (General Conditions of Contracts), the contractor shall employ skilled/semi skilled tradesmen who are qualified and possessing certificate in particular trade from Industrial Training Institute (ITI)/National Institute of Construction Management and research (NICMAR)/ National Academy of Construction (NAC) Hyderabad/Construction Industry Development Council (CIDC)/ Similar reputed and recognized Institutes by State/Central Government, to execute the works of their respective trade. The number of such qualified tradesmen shall not be less then 25% of total skilled/semi skilled tradesmen required in each trade. The contractor shall submit the list of such tradesmen along with requisite certificates to Garrison Engineer for verification and approval. Notwithstanding the approval of such tradesmen by GE, if the tradesmen are found to have inadequate skill to execute the work of their trades, leading to un-satisfactory workmanship, the contractor shall remove such tradesmen within a week

Page 50: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.137 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

after written notice to this effect by the GE and shall engage other qualified tradesmen after prior approval of GE. GE’s decision whether a particular tradesmen possess requisite qualification, skill and expertise commensurate with nature of work shall be final and binding. No compensation whatsoever on this account shall be admissible.

24. WORKING CONDITIONS IN UNRESTRICTED AREA 24.1 The work lies in unrestricted Area. Working conditions are as under:- 24.2 Refer condition 25 of IAFW-2249. The contractor shall employ only Indian Nationals as his

representative, servants and workman and verify their antecedents and loyalty before employing them for the works. He shall ensure that no person of doubtful antecedents and nationality is in any way, associated with work. If for reasons of technical collaboration or other consideration. The employment of any foreign national is unavoidable, the contractor shall furnish full particulars to this effect to the Accepting officer at the time of submission of his tender.

24.3 The contractor shall, on demand by the Engineer-in-Charge, submit list of his agents,

employees and work people concerned and shall satisfy the Engineer-in-Charge as to the bonafide of such people.

24.4 The Engineer-in-Charge shall at his discretion have the right to issue passes (In case

police verification is required, the cost if any shall be born by the contractor) with photographs as per rules and regulations of the installation/Area in force to control the admission of the contractor, his agents, employees and work people to the site of the work or any part thereof. Passes should be returned at any time on demand by the Engineer-in-Charge of the authorities concerned and in any case on completion of work.

24.5 The contractor and his agents, employees and work people shall observe all the rules

promulgated by the authority controlling the installation/area in which the work is to be carried out prohibition of smoking lighting, fire precautions, search at specified timing etc. Nothing extra shall be admissible for any man-hours, etc. lost on this account.

24.6 Contractor shall make arrangement to issue photo passes to the labours, employees, by

him and no extra payment on this account shall be admissible by the department. 25. TESTING :- The cost of all tests shall be borne by the contractor. In case any implement

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

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

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

27. CONCILIATION 27.1 CONCILIATION BY DRB OR CONCILIATORS

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

Page 51: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.138 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

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

crore) and to sole conciliator (for the works costing less than Rs 10 crore) viz Serving Officer having degree in Engineering or equivalent or having passed final/direct final examination of sub division-II of Institution of Surveyors (India) to be appointed by the Engineer-in-Chief, Army HQ, New Delhi or in his absence the officer officiating as Engineer-in-Chief or Director General of Works specifically delegated by the Engineer-in-Chief in writing. The constitution of DRB shall be as decided by E-in-C.

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

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

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

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

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

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

plant/equipment shall include vehicles i.e. trucks and lorries but neither the workmen’s tools nor any manually operated tools/equipments. The Engineer-in-Charge shall record the particulars, supplied by the contractor in the works diary and send the return to the GE for record in his office.

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

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

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

(i) The loss suffered by him on account of any damage or destruction of his plan/equipment (as defined in special condition) here in before or materials or any part or parts thereof. (The amount of loss assessed by the Accepting Officer of the contract or the CWE in case of contracts by GE, on this account shall be final and binding). (ii) The compensation paid by him under any law for the time being in force, to any workmen employed by him for any injury caused to him or to the workmen’s legal successors for loss of the workman’s life.

Page 52: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.139 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

(iii) Payment of compensation for loss or damage to any work or part of work carried out. The amount of compensation shall be determined in accordance with condition 48 of General Conditions of Contracts (IAFW-2249). (iv) No reimbursement shall be made nor shall any compensation be payable under the above provision unless the contractor had taken Air Defence precautions ordered in writing by the GE/OC concerned or in the absence of such orders, reasonable precautions. No reimbursement shall be payable nor any compensation be payable for any plant/equipment or materials not lying on site of work at the time of happening of enemy action.

29. RE-IMBURSEMENT/REFUND ON VARIATION IN TAXES DIRECTLY RELATED TO

CONTRACT VALUE :- (a) The rates quoted by the Contractor shall be deemed to be inclusive of all taxes /cesses viz GST, duties, Royalties, Octroi & other levies payable under the respective Statutes. No reimbursement/refund for variation in rates of taxes, duties, Royalties, Octroi & other lavies, and/or imposition/abolition of any new/existing taxes/cesses, duties, Royalties, Octroi & other levies shall be made except as provided in sub para (b) here-in-below. (b) (i) The taxes/cesses which are levied by Govt at certain percentage rates of

Contract Sum/Amount shall be termed as “taxes directly related to Contract value” such as GST, Labour Welfare Cess/tax and like but excluding Income Tax. The tendered rates shall be deemed to be inclusive of all “taxes directly related to Contract value” with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes directly related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the Contractor and any decrease in percentage rates of “taxes directly related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be refunded by the Contractor to the Govt/deducted by the Govt from any payments due to the Contractor. Similarly imposition of any new “taxes directly related to Contract value” after the last due date for receipt of tenders shall be reimbursed to the Contractor and abolition of any “taxes directly related to Contract value” prevailing on last due date for receipt of tenders shall be refunded by the Contractor to the Govt/deducted by the Govt from the payments due to the Contractor. (ii) The contractor shall, within a reasonable time of his becoming aware of variation in percentage rates and/or imposition of any further “taxes directly related to Contract value”, give written notice thereof to the GE stating that the same is given pursuant to this Special Condition, together with all information relating there to which he may be in a position to supply. The Contractors shall submit the other documentary proof/information as the GE may require.

(iii) The Contractor shall, for the purpose of this condition keep such books of account and other documents as are necessary and shall allow inspection of the same by a duly authorized representative of Govt, and shall further, at the request of the GE furnish, verified in such a manner as the GE may require, any documents so kept and such other information as the GE may require. (iv) Reimbursement for increase in percentage rates/imposition of “taxes directly related to Contract value” shall be made only if the Contractor necessarily & properly pays additional “taxes directly related to Contract value” to the Govt, without getting the same adjusted against any other tax liability or without getting the same refunded from the concerned Govt Authority and submits documentary proof for the same as the GE may require.”

Page 53: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.140 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

30. VALUATION OF DEVIATIONS Refer condition 62(C) of IAFW-2249 General condition of contract. The percentage over the MES Schedule of rates 2010 (Part II) for pricing deviation vide clause (c) & (d) of the said condition shall be (+ ) 25 % (Plus Twenty Five Percent) for Sch ‘A’ Part I.

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

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

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

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

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

32. DAMAGE TO EXISTING STRUCTURES: Any damage to the existing structures, any

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

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

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

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

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

Page 54: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.141 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

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

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

36. CLEANING DOWN : Refer condition 49 of IAFW-2249. The contractor shall clean all

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

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

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

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

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

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

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

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

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

39. BLANK 40. PERFORMANCE EVALUATION AND MONITORING OF WORKS

(a) The works shall be inspected by Accepting officer and performance evaluation and monitoring of works shall be done as under:-

(i) First Evaluation : Within two months from the date of Commencement of work as per Work Order No. 1 (ii) Second/Intermediate : Every six months from the date of Evaluation Commencement of work as per Work Order No. 1 (iii) Evaluation one month prior to original / extended date of completion. (iv) Final evaluation : One month after actual date of completion

Page 55: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.142 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

(b) The details of performance evaluation and monitoring of works to be exercised have been issued vide IHQ of MOD E-in-C’s Branch letter No. A/37696/OSDPL/pol/E2W (PPC) dt 13 Aug 2014, A/37696/OSDPL/pol/E2W (PPC) dt 25 Aug 2014 and A/37696/OSDPL/pol/ E2W (PPC) dt 29 Dec 2014. These letters can be seen in any of the MES formations and are also available on MES web site www.mes,gov.in. (c) Contractor is advised to be fully aware with these instructions and the requirements.

Page 56: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.143 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

ANNEXURE-I

SN Material Test Method of testing

Frequency of tests Level of

test

Rate (in Rs)

Remarks

1 2 3 4 5 6 7 8 1 Bricks

(Chimney Bricks/ Fly ash Bricks)

(i) Compressive strength

IS-3495 (Part-II)

As per IS 5454 as given under

‘A’ 180 Checks for visual and dimensional characteristics Shall also be carried out as per IS-5454

(ii) Water absorption

IS-3495 (Part-II)

Lot size

Sample size

Permissible Nos of Defective Bricks

150

(iii) Efflore- scence

IS-3495 (Part-I)

1001 to 10000

5 0 ‘A’ 180

10001 to 35000

10 0 ‘A’

35001 to 50000

15 1

2 Coarse aggregate

(i) Sieve analysis

IS-2386 (Part-I)

One test for every 15 Cum of aggregate or part thereof brought to site

‘A’ 120

(ii) Flakiness Index

--DO-- --DO-- ‘A’ 90

(iii) Estimation of deleterious materials

--DO-- One test for every 100 Cum of aggregate or part thereof.

‘A’ 120

(iv) Organic impurities

--DO-- One test per source of supply.

‘C’ 120

(v) Moisture content

--DO-- Regularly as required. ‘A’ 120

(vi) Specific Gravity.

--DO— (Part-II)

One test for each source of supply

‘B’ 120

3 Fine aggregate

(i) Sieve analysis

IS-2386 (Part-I)

One test for every 15 Cum of FA or part when brought to site

‘A’ 180

(ii) Test for clay, silt and impurities

IS-2386 (Part-II)

--DO-- ‘A’ 90

(iii) Specific gravity.

--DO-- One for each source of supply

‘B’ 180

(iv) Moisture content.

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

‘A’ 180

(v) Test for organic impurities

--DO-- One test for each source of supply.

‘C’ 180

Page 57: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.144 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

1 2 3 4 5 6 7 8 4. Cement (i) Setting time IS-4031-

63 affirmed

1980

One for each consignment or as and when required

‘B’ 180

(ii) Soundness --DO-- --DO-- ‘B’ 120 (iii) Compressive

Strength --DO-- --DO-- ‘B’ 360

(iv) Fineness --DO-- --DO-- ‘B’ 120

5 Structural concrete (M-15 Grade and above)

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

IS-1199 IS-516

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

‘A’

‘A’

180

120

(i) Random sampling shall be carried out to cover all mix units. (ii) Refer IS 456- 2000 clause 14 for frequency of sampling.

Qty of concrete in the work (Cum)

No of sample

1-5 1 6-15 2 16-30 3 31-50 4 51 and above 4+1 for each additional 50 Cum or part thereof

6. (a) PCC

blocks for walling (Hollow block)

(i) Compressive strength

IS 2156-1984 (Appx B)

8 Blocks out of 14 ‘A’ 60 Samples : 14 blocks from consignment of every 5000 block or part thereof.

(ii) Water absorption

-DO- (Appx-

’E’)

3 Blocks out of 14 ‘B’ 120

(iii) Density -DO-

(Appx-’A’)

-DO- ‘B’ 90

Page 58: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.145 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

1 2 3 4 5 6 7 8

(b) PCC solid block for walling

(i) Compressive strength

IS-2185 12 Block out of 18 ‘A’ 60 Samples : 18 blocks from consignment of every 1000 blocks or part thereof. These blocks to be checked for dimension and weight.

(ii) Water absorption -DO- 03 Block out of 18 ‘B’ 120

(iii) Density

-DO-

03 Block out of 18 ‘B’ 120

7. Cement flooring tiles / Tarrazzo tiles

(i) Water absorption IS-1237

(Appx-‘D’)

06 tiles out of 18 ‘B’ 180 Samples : 18 tiles from each source of supply selected at random.

(ii) Wet transverse strength

IS-1237 (Appx-

‘E’)

06 tiles out of 18 ‘B’ 144

(iii) Resistance to wear

IS-1237 (Appx-

‘F’)

06 tiles out of 18 ‘C’ 540

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

(i) Water absorption

IS-3495 (Part-II)

06 tiles out of 12 ‘B’ 216 Sample : 12 tiles from each source of supply selected at random.

Length 150 mm to 250 mm Width 100 mm to 200 mm Thickness 25 mm to 50 mm.

(ii) Compressive Strength

-do- (Part-I)

-DO- ‘A’ 180

Page 59: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.146 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

1 2 3 4 5 6 7 8

9. Mangalore pattern roofing tiles

(i) Water absorption

IS-654 (Appx-

‘A’)

06 tiles out of 32 ‘B’ 180 Sample : 32 tiles from each consignment of 3000 tiles or part thereof. These tiles shall be checked for dimension.

(ii) Breaking load

IS-654 (Appx-‘C’)

06 tiles out of 32 ‘B’ 120

10.

Timber (i) Specific gravity and weight

IS-1708 Minimum 03 sample from a lot of 04 CUM or 250 pieces of seasoned timber.

‘B’ 120

(ii) Moisture content -DO- -DO- ‘A’ 120

11.

Water for construction purpose

(a) Test for acidity

IS-456 & 3015

Once at the stage of approval of source of water

‘B’ 240 Aslo refer clause 4.3 of IS :456 & its subsequent sub clauses regarding suitability of water.

(b) Test for alkalinity

-DO- -DO- ‘B’ 240

(iii) Test for solid content

-DO- -DO-

‘C’ 300

12 Welding of steel work

Visual Ins-pection test

IS-822 Clause

7.1

100% by visual inspection. Work site

360 Specialised tests, their method and frequency to be decided on consideration of their importance by the Accepting Officer.

Page 60: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-2018 SERIAL PAGE NO.147 SPECIAL CONDITIONS (CONTD)

Signature of Contractor Asst. Dir (Contracts)

1 2 3 4 5 6 7 8

13.

Timber panelled and glazed door/ wooden shutters (including factory made shutters)

(a)Dimensions sizes, workmanship and finish

IS 1003 (Part-I)

Frequency of sampling from each lot shall be as under

‘A’ 180

Lot size Sample size

26-50 5 51-100 8 101-150 13 151-300 20 301-500 32 501-1000 50 1001 and above

80

(b) Strength test

From each lot 5% of the factory made shutters shall be manufacture tested for strength tests.

(i) Slamming IS-1303 (ii) Impact Indentation

-DO-

(iii) Shock Resistance

-DO-

(iv)Edge Loading

-DO-

14 Ply wood (IS:303)

Moisture content

IS : 1734

(Part-I)

Six test pieces cut from each of the boards selected as per table shall be subjected to tests.

‘C’ 240 Sampling shall be as per IS:7835- tables.

15 Wood particle board (Medium density IS-3097)

(a) Density IS 2360 (Part-III)

Three test specimens from each sample (size 150x75 mm)

‘A’ 60 Sampling shall be as per IS 3487- with moisture meter

(b) Moisture content

-DO- -DO- ‘A’ & ‘B’

60

(c) Water absorption

-DO- Part-16

-DO- (Size 300x300 mm) ‘A’ 60

(d) Swelling due to surface absorption

-DO- Part-17

-DO- (Size 125x100 mm) ‘A’ 60

(e) Swelling in water

-DO- -DO- (Size 200x100 mm) ‘A’ 60

(f) Modulus of rupture

-DO- Part-04

Three test specimen as per IS:2380

‘B’ 90

(g) Screw withdrawal strength

-DO- Part-04

-DO- as per IS : 2385 ‘C’ 120

Legend A : Site Lab B : Zonal Lab C : Approved Test House / Engineering College.

Page 61: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 148 PARTICULAR SPECIFICATIONS

PART-I

Signature of Contractor Asst.Director (Contracts)

GENERAL 1.1 The following specifications shall be read in conjunction with the General Conditions

of Contract (IAFW-2249) and IAFW-2159 including Errata/Amendments thereto. If any provision in the Specifications is at variance with that of the aforesaid documents, the former shall be deemed to take precedence there over.

1.2 The work under this contract shall be carried out in accordance with Schedule ‘A’, the

Particular Specifications, drawings, General specifications & other provisions in MES SSR Part-I of 2009 & Part-II of 2010 (herein after called MES Schedule) read in conjunction with each other.

1.3 The term ‘General Specifications’ referred to herein before as well as referred to in

IAFW-2249 (General conditions of contracts) shall mean the specifications contained in the MES Schedule.

1.4 General Rules, specifications, special conditions and all preambles in the MES

Schedule shall be deemed to apply to the work under this contract, unless mentioned otherwise in these documents, in which case, the provision in these documents shall take precedence over the aforesaid provisions in the MES Schedule. Where specifications for any item of work are not given in MES Schedule or in these particular specifications, specifications as given in relevant Indian standard or code of practice shall be followed.

1.5 (a) Rate quoted for a particular item and/or lump sum quoted by the tenderer shall

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

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

(ii) Dwarf wall in situations like verandah, passage, ramp, platform etc not indicated in drawings. (iii) Lintels over doors, windows ward robes/cup board and opening not indicated in drawings. (iv) Fittings to doors, windows, ward robe/cup board and such other built-in furniture items not shown. (v) PCC benching at the junction of chajjas and walls not shown in drawings.

(vi) Coving at junctions of wall plaster with dado/skirting.

Page 62: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 149 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

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

2. SCOPE OF WORK

(a) The contract includes for the full, final and entire completion of all works described in BOQ (Schedule ‘A’) included in the General Summary specified in these particular specifications and shown in the drawings forming part of this tender. (b) Probable sources of local materials are given in Appendix ‘A’ to the particular specifications. However, the samples shall be got approved by the contractor from the GE before bulk procurement of the material. The contractor may bring material conforming to the specifications from other sources without price adjustment. If the contractor proposes to use materials from such other sources sample thereof shall be submitted to the GE and the same shall be got approved in writing from the GE before procurement in bulk and incorporation in the work. (c) In appendices/Annexure to particular specifications, list of manufacturers of items have been given. Contractor shall obtain these items from one of the approved manufacturer only. However, it will not absolve the contractor from ensuring that the products supplied are conforming to the relevant IS in all respects before procuring the same for approval by the GE and before procuring bulk product for incorporation in work.

3. EXCAVATION AND EARTH WORK

3.1 EXCAVATION AND EARTH WORK (GENERAL) 3.1 EXCAVATION IN GENERAL 3.1.1 Excavation and earthwork involved in Schedule ‘A’ Part-I shall be priced in 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 soft rock/hard rock is met with, the same 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 no claims of what so ever nature for delay in finalisation of revised details shall be entertained. Decision of the Accepting Officer in this regard will be final and binding.

3.1.3 Hard rock met with during excavation shall be entered in the measurement book duly

signed by the GE and the contractor and the same shall become the property of contractor for which recovery at the rate of Rs 400.00 per cubic metre (Solid contents) shall be made from contractor’s advance on account payment.

Page 63: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 150 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

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 (even though the source not mentioned in Appendix ‘A’). Location (s) etc where it is to be used (if allowed to be used) shall also be as decided by the GE whose decision shall be final and binding. If hard rock obtained from excavation is not fit to be used in the work the contractor shall remove the same outside the MD land without any extra cost to the Government.

3.1.5 Surplus excavated soil if any (ie. Unused soil left over after filing in trenches, plinth

and under floors shall be removed to a distance exceeding 250 metres but not exceeding 500 metres deposited, spread and levelled as directed. Lump sum tendered by the contractor shall include for above lead for removal of surplus soil.

3.2 SITE CLEARANCE AND SURFACE DRESSING

Site clearance and surface dressing for the area covered upto 3 metres around the building from the outer edge of toe wall of traverse/hard standing/ramp/wall shall be included in lump sum in Sch `A’ Part-I .and shall be carried out as per clause 3.6 and 3.10 of SSR Part-I. The extent of 3 metres shall be considered from the outer most point of the structure covered under Sch ‘A’ Part –I. All rubbish obtained from site clearance and surplus soil obtained from surface dressing shall be removed, spread and levelled as directed by Engineer-in-Charge to a distance exc 250 metres but n.exc 500 metres from external face of building.

3.3 EXCAVATION IN TRENCHES AND OVER AREAS 3.3.1 Excavation in trenches and over areas shall be carried out as described in Para 3.13

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

3.3.2 Depth of foundation shown on drawing is after surface dressing. 3.4 BLANK 3.5 FILLING IN TRENCHES, PLINTH AND UNDER FLOORS 3.5.1 Filling in foundation trenches, plinth, under floors, and in other situations shall be

done with approved earth. It shall be ensured that turf, peat vegetable and other organic and deleterious matter is removed from the soil used for filing and for formation of embankment. Black cotton soil shall not be used for filling and for formation of embankment. Filling in general shall be done as specified in clause 3.19 & 3.21 of SSR Part-I, and filling in trenches for pipes, drains, cables etc shall be done as per clause 3.20 of MES SSR Part-I and shall be all as specified in drawings.

3.5.2 Earth obtained from excavation (Except soil obtained from surface dressing) shall be

used for filling only after approval of engineer in charge. Soil not approved for filling

Page 64: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 151 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

or surplus to the requirement shall be removed to a distance exceeding 250 metres and not exceeding 500 metres spread & levelled.

3.5.3 No charge shall be levied against contractor for use of approved soil obtained from excavation.

3.5.4 If the soil obtained 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 the MOD land at his own cost and no extra payment on this account shall be admissible.

3.5.5 In case of deviation, approved earth shall be brought by Contractor from outside MD

land and shall be priced at the rate for rough excavation in soft/loose soil not exceeding 1.5 metres in depth and getting out and removal to a distance exceeding 1.5 Km but not exceeding 5 Km adjusted by the contractor’s percentage irrespective of actual lead/cost involved.

3.6 HARD CORE: - Refer Para 3.27 of MES SSR Part-I.

3.6.1 The material for hard core shall be from source specified in Appendix ‘A’. 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. 4 PRECONSTRUCTION ANTITERMITE CHEMICAL TREATMENT:- Antitermite

treatment shall be provided all as specified in clause 3.26 of MES SSR Part-I except that termite mound treatment if required to be provided shall be ordered as deviation.

4.1 The work of A.T.T. shall be carried out through a specialist firm. The firm shall meet

the following requirements to be approved by the GE before antitermite treatment work is taken in hand:-

(a) The firm executing the work should have valid licence for carrying antitermite treatment as per clause 13 of insecticide Act 1968 (as amended from time to time) (b) The firm shall be a member of IPCA or should have a satisfactory record of performance (c) The person carrying out antitermite treatment should be qualified as per rule 10 promulgated under Insecticide Rule 1971.

4.2 Daily record shall be maintained duly signed by the contractor and Engineer-in-

Charge giving the following details:-

(i) Location of work done. (ii) Name of chemical and its concentration used.

(iii) Items of the treatment work done (bottom and sides of excavation of masonry wall), back fill, under plinth protection, top of filling and along external perimeter of building/plinth protection) and area covered under each item.

(iv) Quantity of chemical required for work done during the day and quantity of chemical actually used.

Page 65: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 152 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

4.3 The contractor shall give a service guarantee of 10 (TEN) years for the antitermite treatment. The aforesaid guarantee period of 10 year shall reckon from the certified date of completion of work.

4.4 The amount calculated as per table given below shall be retained out of the

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

Amount of anti-termite

treatment at contract rate

Amount to be retained from contractor’s dues rounded to nearest thousand Rupees

(i) Up to Rs 50.00 lakh 2% of amount subject to minimum of Rs 5000/- and enhanced by 25%

(ii) Over Rs 50.00 lakh and up to Rs 100.00 lakh

Rs 1.00 lakh + 1.50% of amount exceeding Rs 50.00 lakh and enhanced by 25%

(iii) Over Rs 100.00 lakh and up to Rs 500 lakh

Rs 1.75 lakh + 1% of amount exceeding Rs 100.00 lakh and enhanced by 25%

4.5 Should the GE at any time during construction or prior to the expiration of the

guarantee period of 10 years find that the buildings have been infected with termites, the contractor shall on demand in writing from GE, specifying the building(s) complained of, notwithstanding that same may have been inadvertently passed, certified and paid for, forthwith undertake to carryout such treatment as may be necessary to render the said building(s) free from termite infection at his own expenses for the guarantee period of 10 years from the certified date of completion, and in event of his failing to do so within a period to be specified by the GE in his demand aforesaid, the GE may undertake such treatment at the risk and expense, in all respect, of the contractor. The liability of the contractor under this condition shall not extend beyond the guarantee period of 10 years unless the GE had previously given notice to the contractor. The security deposit referred to in condition 4.4 herein before may be refunded to the contractor after the expiry of the period of ten years from the certified date of completion by the GE provided always that the contractor shall first have been paid the final bill and have rendered a no demand certificate (IAFW-451). Condition 10.46 and 68 of the General Conditions of Contracts (IAFW-2249) shall be deemed to be amended to the extent mentioned above.

4.6 Chemicals for antitermite treatment shall be purchased by the contractor from the manufacturers or their authorised agents only and brought to site in manufacturers sealed containers. Name of the authorised agent shall be verified from the manufacturer by the GE before approval. Only ISI marked chemicals shall be approved for use.

4.7 Regarding chemical for antitermite treatment, provisions of special condition No. 11

(Record of materials) shall be strictly complied with. 4.8 The antitermite treatment chemical when brought to site shall be inspected by the

Engineer-in-Charge and the quantity brought to site shall be recorded in the

Page 66: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 153 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

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.

4.9 The chemical brought to site shall be stored as directed by the Engineer-in-Charge

and those already recorded in the MBs shall be marked for identification. 4.10 Reference clause 3.26.1 of MES SSR Part-I. Chemical for antitermite treatment shall

be chloropyriphos (20% EC). 4.11 Chemicals shall be stored carefully at site, seals of containers should be broken only

in the presence of the Engineer-in-Charge (EIC). Empty containers should be got removed off the site promptly. If on any particular day the contents of one full container could not be used in the work, the container should be got sealed at the end of the day in the presence of the EIC and opened when required, also in the presence of the EIC.

4.12 The Engineer-in-Charge (EIC) should ensure that paid vouchers are produced by the

agency executing the work, for the full quantity of the chemical required and brought to site and a record of such vouchers should be kept by the EIC.

4.13 Tests may be carried out in a recognised laboratory or test house at the discretion of

the GE, of the chemical brought by the agency executing the work, to satisfy that spurious materials are not being used.

4.14 The EIC should work out on his own cost, the total requirements of chemicals

required for the work as per specifications and ensure that full quantity is brought to site and used in the work, for this purpose, entries should be made in the Measurement Book (not for payment-not to be abstracted) indicating the brand name, quantity brought etc and signed by the EIC as well as representative of the agency executing the work.

4.15 A copy of IS-6313 (Part-II) should be available at site with every Engineer-in-Charge who gets anti termite treatment works executed.

5 CEMENT 5.1 TYPE OF CEMENT:- Cement shal l be Ordinary Portland Cement (OPC)

Grade 43 conforming to IS 8112-1989 (Lates t rev ision) or Por tland Pozzolana Cement (PPC) conf irming to IS-1489-1991 Part -I.

5.2 The following checks and procedures shall be followed before the cement supplied by

the contractor is accepted and is approved for incorporation in the works. 5.2.1 (a) PROCUREMENT : The cement supplied by the contractor will be procured from

main producers of cement. However where estimated requirements of cement is less than 1200 Bags and in all term contracts, contractor can procure cement from authorised distributors / dealers of the approved firms but the contractor will have to submit test certificates of the batch issued by the main producers. The particulars of the manufactures of cement along with the date of manufacture shall be obtained from the contractor for every lot of cement separately. The documents in support of the purchases of cement shall be verified by the site staff and GE. The following are the main producers of OPC & PPC:-

Page 67: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 154 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

Sl. No

Company Name

Brand name Address Grade

1. M/s Cement Manufacturing Company Ltd

STAR Mayur Garden, 2nd Floor, Opp-Rajuv Bhawan, GS Road, Guwhati – 781005 Ph : 0361-2462215/216/513, Fax : 0361-2462217 Email : [email protected]

OPC 43, 53 & PPC

2. M/s Ultra Tech Cement Ltd

ULTRA TECH ‘B’ Wing, 2nd Floor, Mahakali Caves Road, Andheri (East) Mumbai – 400093, Ph : 022-66917800

PSC, OPC 43 & 53

3. M/s OCL India Ltd

KONARK Rajgangpur, Dist – Sundargarh Orissa, Pin – 770017 Ph : 0361-2668504, Fax : 2662131 Website : www.calcom.co.in

OPC 43 & PPC

4. M/s Dalmia Cement (Bharat) Ltd

DALMIA CEMENTS

Dalmiapuram Dist-Tiruchirappalli, Tamil Nadu – 621651

OPC 43 & PPC

5. M/s Chettinad Cement Corporation Ltd

CHETTINAD 4th Floor, Rani Seethal Hall Building, 603, Anna Salai Hall, Chennai – 600006 Tel No.044-42951800 Fax No.044-28291558 Email : [email protected] Website : www.chettinadcement.com

OPC 43, PPC & PSC

6. M/s Heidelberg Cement India Ltd

MY CEM 9th Floor, Infinity Tower ‘C”, DLF Cyber City, Gurgaon, Haryana – 122002 Ph : 0124-4503700, Fax : 0124-4147698

PPC

7. M/s My Home Industries Ltd

MAHA SAKTHI FOR PSC & PPC MAHA FOR OPC

43 GRADE

9th Floor, Block-3, My Home Hub, Madhapur, Hyderabad – 500081 Ph : 040-66929696 Fax : 040-66929797/98

OPC 43 ,PPC & PSC

8. M/s Parasakti Cements Ltd

PARASAKTI 123/3RT, Plot # 8-3-214/21, Srinivasa Nagar Colony (West) Hyderabad – 500038 Tel : 040-44119100/200 Fax : 040-23747562

OPC 43 & PPC

9. M/s Zuari Cement Ltd

ZUARI CEMENT No.6, MC Nichols Road, Chetpet Chennai – 600031 Ph : 044-28363958, 28365047

OPC 43 & PPC

10 M/s Toshali Cements Pvt Ltd

GAJAPATI 123/3RT, 2nd Floor, Sanjeeva Reddy Nagar, Hyderabad – 500038 Ph : 040-2300675 CORPORATE OFFICE 9-14-13, C.B.M. Compound, Near Mehar Apartments, Visakhapatnam – 530003

OPC 43, PPC, PSC

Page 68: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 155 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

11 M/s Saifco

Cement Pvt Ltd

SAIFCO Opposite Post Office, Batwara Srinagar – 190004 (J&K) Ph : 0194-2466061

OPC 43

12 M/s Prism Cement Ltd

PRISM 3/113, Vivek Khand, Gomto Nagar Lucknow – 226010 Ph : 0522-2396847, 2397589

OPC 43 & PPC

13 M/s Shree Guru Kripa Cement (P) Ltd

SARTAJ 4/4 Trikuta Nagar Jammu Ph : 0191-2472043

OPC 43 & PPC

14 M/s Barak Valley Cements Ltd

BVCL Debendra Nagar Badarpur Ghat, Distt – Karimganj Assam – 788803 Ph : 03845-269258

OPC 43

15 M/s Dhruv Industrial Company Ltd

DHRUV 49/27 Sinha Market General Ganj Kanpur – 208001

OPC 43 & PPC

16 Madras Cement

MADRAS CEMENTS

Auras Corporate Centre, 98-A, Dr. Radhakrishnan Salai Mylapore, Chennai – 600004, Ph : 044-28478666

OPC 43 & PPC

17 Saurashtra Cement

SAURASHTRA Gala No.A-1, Ground Floor, Udhyog Sadan No.3 MIDC, Central Road, Andheri (East), Mumbai – 400093, Ph : 022-32955557/67 Mob : 9320290081

OPC 43 & PPC

18 Lafarge Cement

LAFARGE Crescenzo, 1004, B-wing, 10th Floor, C-38/39, G Block, Bandra Kurla Complex, Bandra (East) Mumbai – 400051

OPC 43 & PPC

19 The Associated Cement Companes Ltd

ACC 414-421, Splendor Forum (4th Floor), 3, District Centre, Jasloa, New Delhi-110044. Ph -011 46583600

OPC 43 & PPC

20 Grasim Industries Ltd

GRASIM Birlagram, Nagda, Madhya Pradesh. Ph No.07366-246760/246766

OPC 43 & PPC

21 The India Cement

Dhun Building, 827, Anna Salai, Chennai-600002

OPC 43 & PPC

22 Andhra Cement Ltd

Durga Cement Works, Durgapuram, Dechepalli Guntur, Andhra Pradesh Pin-522414 Ph No.022 220239636

OPC 43 & PPC

23 Century Cements

CENTURY Industry House, 159 Church Gate Reclamation, Mumbai – 400020 Ph No.022 22023936

OPC 43 & PPC

24 Binani Cements Ltd

BINANI Mercantile Chambers, 12 JN Heredia Marg, Ballard Estate, Mumbai- 400001 Ph No. 022

OPC 43 & PPC

Page 69: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 156 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

22690506/10

25 Mangalam Cement Ltd

MANGALAM PO Adiyanagar, Morak, Dist-Kota, Rajasthan – 326520 Ph No.9351468076

OPC 43 & PPC

26 Birla Corporation Ltd

BIRLA Birla Building (3rd & 4th floor) 9/1, RN Mukherjee Road, Kolkata- 700001, Ph No. 033 30573700

OPC 43 & PPC

27 Orient Cement

ORIENT 5-9-22/57/D, 2nd & 3rd floor, GP Birla Centre, Adarsh Nagar, Hyderabad- 500063 Ph No.-044 23688600

OPC 43 & PPC

28 Shree Cement

SHREE Bangur Nagar, Beawar, Dist-Ajmr, Rajasthan-305901, Ph No. 01462 228101-06

OPC 43& PPC

29 JK Cement JK OPC 43& PPC

30 JK Laksmi Cement Ltd

JK LAKSHMI Jaykaypuram, Dist-Sirohi, Rajasthan Ph No.02971 244409/10

OPC 43 & PPC

31 Jaypee Rewa Cement

JAYPEE OPC 43& PPC

32 Ambuja Cement Ltd

AMBUJA Kodinar, PO-Ambujanagar, Taluka-Kodinar, Dist- Junagarh, Gujrat-362715, P No.02795 237000

OPC 43 & PPC

33 Sanghi Industries Ltd

SHANGHI 10 th floor, Kataria Arcade, Off SG highway, PO- Makarba. Dist Ahmedabad – 380051 Ph No 09825803690, 079-26838000

OPC 53 &PPC

Note: In addition to above manufacturers cement can also be procured from manufacturer as approved by E-in-C’s branch even after the date of submission of ‘Q’ bid. (b) The contractor shall furnish the particulars of the manufacturers of cement alongwith the date of manufacture to the GE for every lot of cement separately. The documents in support of the purchases of cement shall be verified by the site staff and GE. The cement so brought shall be fresh and in no case older than 60 days from the date of manufacture. Before placing the order for cement by the contractor, he shall obtain written approval from the GE regarding name of manufacture, quantity of cement etc. Cement shall be procured for requirement of not more than two months at a time. The cement shall be consumed in the work within three months after receipt. Cement shall confirm to the requirements of IS specification and each bag of cement shall bear relevant ISI Mark. The weight of each consignment shall be verified by the GE and recorded. The content of cement shall be checked at random to verify the actual weight of cement per bag.

5.2.2 USE OF PPC For using PPC, the following requirements should be met:-

(a) PPC should meet the strength criteria of 43 Grade OPC as laid down in IS-8112-1989

Page 70: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 157 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(b) The minimum period for curing and striking off form work shall be as under in lieu of that specified in clause 4.11.6.3 of MES Schedule Pt-I :-

(i) Curing :- Structural RCC work, PCC work, Plastering etc. : 14 days (ii) Striking off Formwork from Walls, columns and vertical sides of beams. : 3 to 4 days (iii) Slabs (Props left under) : 8 days (iv) Beams soffits (Props left under) : 9 days (v) Removal of props to slab/beam (aa) Spanning upto 6 M span : 16 days (ab) Spanning beyond 6 M span : 22 days

(vi) For cantilever portion of slab form work with support shall be retained until the completion of the casting of the entire frame work of the building.

(c) Mixing of OPC & PPC shall not be allowed in the same building except for plaster and mortar. However with strict control of the ground executives, different buildings can have different types of cement. (d) While procuring PPC, the following requirements are to be ensured and certificate to the effect is to be obtained by the contractor for each batch from the manufacturer and the same shall be submitted to the GE for approval to procure PPC. (i) The quality of fly ash is strictly as per IS-1489 (Part-I) - 2002. (ii) Fly ash is inter-ground with clinker not mixed with clinker.

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

(iv) The fly ash received from thermal power plants using high temperature

combustion above 1000oC should be used. (v) The quality of fly ash is strictly as per IS-14989 (Part-I)-2002

(e) For using PPC non availability of OPC shall not be insisted upon. Also no price adjustment shall be made for use of PPC. (f) In cold climate reasons, where temperature is lower than 150C, only OPC shall be used. (However, during working seasons in cold climate regions, where OPC is not available use of PCC may be permitted provided it shall be ensured that while using PPC atmospheric temperature should be more than 150C.

5.2.3. TESTING OF CEMENT: The manufacturer/ main producer shall carry out inspections and testing of cement in accordance with the relevant BIS provisions. The Contractor shall submit the Manufacturers Test Certificate in original alongwith the Test Sheet giving the result of each physical test as applicable and the chemical composition of the cement or

Page 71: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 158 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

authenticated copy thereof, duly signed by the manufacturer with each consignment. The Engineer-in-Charge shall record these details in the Cement Acceptance Register (Appx ‘A’) given here in after, after due verification. The GE shall also organize independent physical testing of random samples of cement drawn from each lot from the NATIONAL TEST HOUSE, SEMT WING CME, REGIONAL RESEARCH LABORATORIES, GOVERNMENT APPROVED LABORATORIES, ZONAL LABORATORIES as per IS 3535-1986 (Method of sampling hydraulic cement), IS-4031 (Method of physical test for hydraulic cements) and IS-4032-1985 (Method of chemical analysis of hydraulic cement) and record the results in the relevant portion of Cement Acceptance Register (Appx `A`) . In order to undertake departmental testing, requisite facilities alongwith materials, conveyance etc. shall be organized by the contractor without any extra cost to the Govt. The random samples of cement to be tested shall be drawn as per Quality Assurance Manual. The cost of materials for testing, samples, conveyance etc shall be borne by the contractor irrespective of the test result. However the cost of testing charges shall be governed in terms of condition 10(A) of IAFW 2249. In case as per the result of independent test, the cement is found to be not of requisite standard despite manufacturer’s test certificate, the contractor shall remove the total consignment from the site within 24 hrs at his own cost after written rejection order of consignment by the GE.

5.2.3.1 The record of random samples selected by the GE for testing shall be properly

maintained in the cement testing register giving cross reference to relevant consignment of cement and quantity received etc.

5.2.3.2 The contractor shall be required to set up adequate testing facilities at site to the

entire satisfaction of GE for conducting setting time test and compressive strength test as per IS codes referred to here-in-before for the samples collected from the lot brought at site. These tests shall be carried out within 7 days of receipt of cement at site. The test can alternatively be carried out at the Zonal laboratory, or any other recognized laboratory so designated by GE. The contractor shall be allowed to use the cement only after satisfactory compressive strength of 7 days. 7 days strength will be relied upon to accept the lot of cement; 28 days compressive strength test will be final criteria to accept/reject the lot.

5.3 STORAGE: Cement shall be stored over dry platform at least 20 cm high in such a

manner as to prevent deterioration due to moisture or intrusion of foreign matter. In case of store rooms, the stack shall be at least 20cm away from floors and walls. The stacking of cement shall not be more than 10 bags high. It shall be ensured that tested and untested cement are segregated and stored separately with distinct identification.

5.4 DOCUMENTATION: The Contractor shall submit original vouchers from the main

producer/manufacturers for the total quantity of cement supplied under each consignment to be incorporated in the work. All consignments received at the work site shall be inspected by the GE alongwith the relevant documents before acceptance. The original vouchers and the Test Certificates shall be defaced by the Engineer-in-Charge and kept on record in the Office of GE duly authenticated and with cross reference to the Control Number recorded in the Cement Acceptance Register. The Cement Acceptance Register will be signed by J.E (Civil), Engineer-in-Charge, GE and the Contractor. The Accepting Officer may order Board of Officers for random check of cement and verification of connected documents. The entire quantity of all cement shall also be suitably recorded in the Measurement Book for

Page 72: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 159 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

record purposes before incorporation in the work and shall be signed by the Engineer-in-Charge and the Contractor.

5.4.1 Identification of cement bags by the manufacturer shall be as per relevant BIS codes. 5.4.2 The entire lot of cement brought by contractor to the site shall be removed by

contractor under his own arrangements and at his own cost, whenever the test results are not found within the prescribed acceptable limits. Decision of GE in this respect shall be final and binding.

5.5 Proper accommodation for storage, preservation and maintenance of cement shall be

provided by the contractor at his own cost till consumption of cement in the work at the place(s) decided by GE. All arrangement for proper storage and safety of cement as indicated here-in-before shall be made by contractor at his own cost. The cement storage accommodation shall be provided with two locks at each door. The key of one lock at each door shall remain with the Engineer-in-Charge or his representative and that of other lock shall remain with the contractor’s authorized agent at site of works so that cement is removed from the godown/storage accommodation according to daily requirement with the knowledge of both the parties.

5.6 Schedule of supply of cement shall be worked out by contractor in consultation with

GE so as to match with the progress contemplated in CPM Chart prepared for this Project.

5.7 WEIGHING AND PAYMENT FOR CEMENT 5.7.1 Random samples of 5 bags per 100 bags shall be got weighed by Engineer-in-Charge

in presence of representative of contractor from each consignment to arrive at average weight per bag for calculating total quantity of cement brought at site for incorporation in the work. All arrangement for weighing of cement bags including labour etc shall be provided by the contractor at his own cost at work site.

5.7.2 The quantity of cement arrived at as aforesaid shall be considered for payment as

applicable in accordance with IAFW-2249, General Conditions of Contracts. 5.7.3 Payment for cement shall only be allowed after production of original purchase

vouchers, manufacturer’s test certificates for each consignment of cement brought by contractor and after the results of random testing carried out by GE are found satisfactory as specified herein-in-before.

Page 73: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA

No. C

EBZ/ JHA /TO

KEN

/ 22 OF 2017 -18

SER

IAL PA

GE

NO

. 160

PA

RT

ICU

LA

R S

PE

CIF

ICA

TIO

NS

(Co

ntd

…)

Signature of Contractor A

sst.Director (C

ontracts)

CEM

ENT SU

PPLY & A

CC

EPTAN

CE R

EGISTER

1. C

A No. & N

ame of W

ork 2.

Control N

o.* 3.

Nam

e of Manufacturer/Brand N

ame/G

de of Cem

ent (a) Manufacture …

……

….. (b) Brand …

……

……

(c) Grade …

……

……

. 4.

Quantity of C

ement & Lot N

o./Week N

o. (in bags): Qty …

……

……

(b) Lt No./W

eek No. …

……

……

5.

Manufacturer’s Test C

ertificate No. …

……

……

……

6.

Random

Test Details

(a) Physical test R

eport from …

…. Vide their letter N

o. ……

. (Nam

e of approval Lab/Engg College)

(c) C

hemical test report from

……

.. vide their letter No. …

…. (N

ame of approval Lab/Engg C

ollege) 7.

Details of Physical & C

hemical properties.

Physical R

equirement (As per IS 4031)

Chem

ical Requirem

ents (As per IS 4032) Specific Surface Area (M2/kg)

Soundness by Le Chatellar Soundness by Auto Clave Initial Setting Time (Minutes)

Final Setting Time (Minutes)

Com

pressive Strengths

(Mpa)

Temp during testing 0C Standard Consistency (%) Lime Saturation Factor (Ratio)

Aclumina Iron Ratio (Ratio)

Insoluble Resdue (%)

Magnesium (%)

Sulphuric Anhydride (%)

Loss on ignition (%)

Alkailes (%)

Chlorides (%)

03 Days

07 Days

28 Days

As per relevant IS

As per m

anufacturer’s test certificate

As per random

test certificate

R

emarks w

ith Signature

Accepted / R

ejected

Contractor

Junior Engineer

Engineer-in-charge

Garrison Engineer

Rem

arks of BOO

/ Inspecting Officer / C

WE

* To be allotted serially by GE Consignm

ent wise

Page 74: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 161 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

6. CONCRETE 6.1 All plain and reinforced cement concrete shall be as per IS-456 (2000)

6.2 AGGREGATE :-Coarse aggregate for all cement concrete work, unless otherwise

specified shall be crushed and graded hard stone. Coarse aggregate and fine aggregate (sand) shall be from the source as mentioned in Appendix ‘A’ and approved by the GE and shall conform to IS-383 and to the sample kept in GEs office.

6.3 WATER:- Quality of water to be used for mixing and curing of concrete work shall

conform to the requirement of clause No 5.4 of IS-456 (2000). GE and contractor will ensure that testing of water is carried out at three months intervals to comply with the requirement. Cost of testing of water will be borne by the contractor. The CWE will monitor the quality of water through test results to ensure that the water used for making concrete or mortar and for curing confirm to IS-456.

6.4 CEMENT CONCRETE The proportion and type of cement concrete and its grading in any particular building/location shall be all as shown in drawings or notes thereon. In case of varied provisions as in notes on drawings and sketches, provision as in notes shall take precedence. The proportion and type of mix and its grading, if not shown/described otherwise in drawings, it shall be as under:-

LOCATION TYPE OF MIX (a) Foundation concrete for

masonry walls/pillars PCC (1:4:8) type D-2 using 40 mm graded crushed stone aggregate

(b) Lean concrete below RCC column footing/ plinth beam

PCC (1:4:8) type D-2 using 40 mm graded crushed stone aggregate

(c) Sub base to floor

PCC (1:4:8) type D-2 using 40 mm graded crushed stone aggregate. Thickness of sub base to floor shall be as given in respective schedule of finishes. However, in case where thickness is not shown, 75 mm thickness shall be provided.

(d) Irrespective of whatever RCC is mentioned in the drawings, all RCC works except water retaining structure shall be in M-25 grade (Design mix) concrete as per IS-456-2000 using 20 mm graded crushed stone aggregate. All RCC work in water retaining structure i.e. UG Sump , OH tank, static water tank & similar structures shall be M-30(design mix).

(e) PCC in floors and other plain cement concrete work shall be as follows :- (i) 40 mm thick and above PCC (1:2:4) type B-1 using 20 mm graded crushed

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

crushed stone aggregate. (f) PCC bed blocks PCC (1:2:4) type B-1 using 20 mm graded crushed

stone aggregate. (g) PCC coping and benching PCC (1:3:6) type C-1 using 20 mm graded crushed

stone aggregate. (h) Surroundings to surface of

gully traps, padding under nahani traps/floor traps/ deep seal traps/ surrounding of WC seats

Lean concrete PCC (1:5:10) type E-2 using 40 mm graded crushed stone aggregate

Page 75: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 162 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

6.5 SPECIFICATION FOR DESIGN MIX CONCRETE M-25 & M-30

6.5.1 CEMENT :-Cement shall be as per clause 5 herein before

6.5.2 AGGREGATE (a) Aggregate shall conform to IS 383 Coarse aggregate (stone aggregate) 20 mm and below for all cement concrete work i.e PCC/RCC shall be out of granite/basalt/trap stone and coarse aggregate (stone aggregate) of 40 mm and above shall be of sandstone of approved quality all as specified in clause 4.4.1 to 4.4.7 (1) of MES Schedule Part I. Mixture of two types of stone shall not be permitted. Aggregate shall be non porous, hard, strong, durable, clean and free from various impurities and adherent coating and shall not contain any deleterious materials exceeding the limits specified in the above referred IS. When required by the Engineer-in-Charge, the contractor shall at his own expenses carry out any test laid down in IS383 and IS-2386 to verify that the aggregate complies with the requirements of the IS. The test will be carried out in any laboratory approved by the GE.

(b) Coarse aggregate shall consist of crushed graded stone aggregates 20mm and below. Coarse aggregate upto 40mm shall be machine crushed course aggregate above 40 mm may be hand broken.

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

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

(e) GRADING OF AGGREGATE The grading of coarse and fine aggregate shall be as per MES Schedule. Fine aggregate shall have grading as per grading Zone-II. The grading of coarse and fine aggregate shall be checked as frequently as possible. The frequency for the aggregate testing shall be determined by Engineer-in-Charge to ensure that the specified grading is being maintained.

6.5.3 BATCHING

This shall be done as per clause No 4.11.3 of MES SSR Part-I. Irrespective of what is specified in MES SSR and else wherein these tender documents, weigh batching shall be carried out for all design mix concrete. Volumetric mixing of concrete will not be permitted. Weigh batching alongwith system of measured water either through calibrated pump or calibrated tank is to be adopted strictly for all design mix concrete work. Contractor shall use latest calibrated fully automatic batching plant with digital print facility. Necessary calibration certificate will be produced for approval of GE before commencement of concrete work. Contractor shall maintain record of print outs of each lot of concrete from batching plant. The contractor shall also maintain pou card register.

Page 76: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 163 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

6.5.4 MIX PROPORTION AND STRENGTH

(i) Strength to be achieved As per IS-456-2000

(ii) Type of cement As per clause 5 here-in-before (iii) Target mean strength of

cement concrete To be taken as per mix designed as per IS-10262 clause 2.2

(iv) Aggregate/cement ratio by weight

As per mix design based on IS 10262 and IS-456-2000

(v) Workability As per clause 7.1 of IS-456-2000 slump shall be 25 mm to 75 mm compacting factor 0.85 to 0.92

(vi) Max free water cement ratio As per mix design based on IS-10262 and IS-456-2000

(vii) Degree of quality control Min Good (Refer Appx `A’ of IS-10262) (viii) Durability Exposure - Moderate (ix) Minimum cement content As per IS-456-2000 (x) Type of aggregate Crushed stone aggregate (xi) Max nominal size of

aggregate 20mm or as specified

(xii) Grade of concrete aggregate M-25 (design mix) & M-30(design mix)

NOTE:- (i) The minimum cement content for M-25 (Design mix) and M-30 (design mix) shall be as laid down in relevant IS. In case due to local site conditions or any circumstances design mix with cement content more than laid down in IS is approved, the contractor shall have no claim whatsoever on account of use of more quantity of cement. Lump sum amount quoted by contractor shall be deemed to include the quantity of cement as per design mix and nothing extra on this account is admissible. (ii) No element of wastage of cement shall be allowed while working out the cement consumption details for design mix concrete work. (iii) Mix design shall be prepared based on SP-23, handbook on concrete mixes and IS-10262. Recommendations guide lines for concrete mix design. (iv) The contractor shall use admixture as approved by GE to achieve good workability without extra cost to the Dept.

6.5.5. APPROVAL OF DESIGN MIX

(a) Soon after commencement of work, contractor shall arrange the design mix for M-25/30 grade concrete. Design mix concrete shall be got carried out from National Test House, SEMT, CME, and Regional Research Laboratories or from any Govt approved labs such as Govt Engineering Colleges and shall be got approved from GE before implementation in the work. In case contractor fails to submit the samples of design mix soon after commencement of work, the delay shall solely be attributable to the contractor and no claim of whatsoever nature shall be admissible on this account.

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

Page 77: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 164 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(c) Frequency of sampling shall be as per clause 15 of IS-456. Each sample shall consist of three numbers of preliminary test cubes (except as stated in para (d) below) of size 15x15x15 cm, and shall be made as per clause 2.8, 2.9 and 2.10 of IS-516. The concrete cube shall be tested as per IS-516 at site laboratory. The cubes will be tested after 28 days from the date of casting.

(d) One sample for every design mix in the initial stage shall consist of six numbers of preliminary test cubes of size size 15x15x15 cm, and shall be made as per clause 2.8, 2.9 and 2.10 of IS-516. The concrete cube shall be tested as per IS-516 at site laboratory. Out of six cubes, three will be tested after seven days (on 8th day) from the date of casting and three will be tested after 28 days from the date of casting.

(e) The test after seven days (ie on 8th days) is intended only to give an early indication of the strength likely to be achieved. The strength thus achieved should be comparable with the above design mix report with specified design parameter. However, 28 days compressive strength shall alone be the criterion for acceptance and rejection of the concrete.

(f) GE can also carryout seven days strength test of more samples at his option. However if the test report is found satisfactory, then the cost of testing including cost of cubes shall be borne by the Deptt. But if the result is found unsatisfactory, then the cost of cubes and cost of testing shall be borne by the contractor. The cost of conveyance of test cubes shall however be borne by the contractor in all cases.

(g) On the result of the above test, the mix actually to be used shall be agreed to and approved by the GE. The approval of the GE shall not relieve the contractor of his responsibility for obtaining the required minimum strength of quality concrete in the works.

(h) All testing charges including cost of cubes, conveyance etc. shall be born by the contractor except that, the cost of optional seven days test be regulated as stipulated in Para (f) here-in-before.

6.5.6 ACCEPTANCE CRITERIA.

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

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

(c) Standard deviation to be rechecked after collecting the result of actual concrete work (compressive strength actually achieved at site) to review for Design mix.

6.6 Testing of cubes shall be carried out at the site laboratory as per Annexure ‘I’

Page 78: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 165 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

6.7 PLACING AND CURING OF CONCRETE Placing & curing of concrete shall be as specified in SSR Part-I & as per IS.

6.8 MIXING AND COMPACTION OF CEMENT CONCRETE

(i) All RCC works shall be done using Ready mix concrete or fully-Automatic batching plant of capacity 12-15 Cum /hour at site, at the option of contractor.

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

6.9 HOT WEATHER CONCRETING

Para 14.1 of IS-459 (2000) specifies that during hot and cold weather, the concreting should be done as per the procedure set out in IS 7861 (Part-I) & IS 7861 (Part-II). Provision contained in IS 7861 (1975), reaffirmed 1990 shall be taken in to account and nothing extra on this account shall be paid by the Dept. the procedure/combination of procedures to be followed for bringing down the temperature of concrete shall be decided by the GE as per site requirement.

6.10 WINDOW CILLS / RCC LINTELS (a) All windows/vents shall be provided with cills. Cills shall be type -2 as shown on drawing No CEBZ/TD/55/2011 Sheet 1/1. Irrespective of whatever shown on drawings, cills shall be polished green marble, 20 to 25 mm thick set and bedded in 10 mm thick cement mortar in (1:3). The portion between two frames of windows shall be filled with cement mortar (1:3.). Cills shall be in single piece. Cills shall be embedded 25mm on both the sides and shall have 50mm projection on outer face. Exposed edges of cill shall be moulded and polished. (b) RCC lintels over door, windows and clear openings up to 1.5 metre clear span may be precast or cast in situ at the discretion of the contractor. (c) All precast articles shall be set in the cement and sand mortar (1:3). (d) In the event of deviation, pricing shall be done at SSR rates for cast in situ work, adjusted by contractor’s percentage.

6.11. FORM WORK (a) Form work shall be as per clause 7.15 of MES SSR Part-I and shall comply with requirement of Para 4.11.6 of MES SSR Part-I and notes given in drawing CEBZ/STD/01 sheet 1/9 to 9/9. Form work shall be only steel/plywood. (b) Only steel props shall be used to support the formwork of slabs and beams. (c) Deviation with regards to form work shall however be based on fair finish concrete surfaces. (d) Screws need not be used in the formwork except at the discretion of the contractor for his own convenience.

6.12 FINISH TO CONCRETE SURFACE (a) Unless otherwise specified, exposed surfaces of concrete (other than in contact with casing and of precast concrete) shall be finished to a fair and even surface without using extra cement. (b) Exposed faces of RCC/concrete surfaces which are ultimately required to be finished by application of white/colour washing/ distempering/ painting shall be plastered with a thin layer of cement mortar (1:3), 5 mm thick and finished even and smooth after removal of form work (refer clause 4.11.16.2(b) of MES SSR Part-I.

Page 79: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 166 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(c) Exposed surfaces of RCC lintels, beams, and columns etc, which are continuous with the plastered surfaces of walls, shall be finished as for adjoining walls. (d) Exposed surfaces of concrete other than those referred to in Para (b) & (c) above, shall be finished even and fair without application of any plaster after removing irregularities and protruding, form work marks and stoping air holes with cement and sand mortar (1:3) (refer clause 4.11.16.2(a) and (c) of MES SSR Part-I. (e) Top surface for PCC ramp, unless otherwise specified shall be with chequered finish achieved by making impressions of expanded metal, while concrete is green. (f) Use of mortar/plaster shall neither be permissible for correcting levels, unevenness or elevation etc nor shall such plaster be used to incorporate the thickness.

6.13 PCC RAMP(EXCEPT 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. The top surface of ramp shall be provided with chequered finish achieving by making impression of expanded metal/IRC fabric as decided by GE.

6.14 DAMP PROOF COURSE : 6.14.1 Damp proof course shall be 40 mm thick in PCC (1:2:4) type B-0 using 12.5 mm

graded crushed stone aggregate mixed with integral water proofing compound conforming to IS-2645. The percentage of water proofing compound shall be as per manufacturer’s instructions. The same shall be taken as 3% (by weight of cement) while pricing of any deviation order in omit portion. A layer of bitumen 85/25 shall be applied on top of DPC.

6.14.2 Damp proof course shall be laid to the full width of walls, including under door

and other opening at plinth level. Damp proof course shall not be provided for portion below door for 100/ 115 mm thick walls, dwarf walls and at locations where RCC / PCC plinth band or RCC plinth beams are provided. In case brick work is coming up to plinth level over RCC/PCC band/plinth beam, DPC shall be provided irrespective of whether shown on drawing or not.

6.15 READY MIX CONCRETE

6.15.1 The re levant detai ls of Design Mix Concrete as specified earl ier shall be appl icable along with the following specific details for Ready Mix Concrete.

6.15.2 The contractor shal l use ready mix concrete (RMC) of grades as specified. RMC shal l conform to the requirements as per IS-4926 and IS 456-2000.

6.15.3 RMC shall be procured by the contractor f rom any one of the RMC suppliers given below as approved by GE after verifi cation of the plant and various infrastructure, facil i ties including testing and quality control of materials and concrete at the plant lab and their method of transportation and placing of concrete at si te etc. As far as possible the supply of RMC sha ll be within dayl ight hours.

Page 80: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 167 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(i) M/s L & T

(ii) M/s BIRLA

(iii) M/s FLETCHER

(iv) M/s PRIYA DARSHINI

(v) M/s ACC

6.15.4 Specif ication for materials/water etc as given earlier shall hold good for RMC. However, i t is further ampli fied here in af ter.

6.15.5 CEMENT: Cement shall be of the makes given herein be fore. Cement shall be Grade 43 conforming to IS 8112-1989.

6.15.6 COARSE AGGREGATE & FINE AGGREGATE: Coarse aggregate and fine aggregate shall conform to the requirement of IS 383: 1970.

6.15.7 WATER: Water shall conform to requirements, as per Clause 5.4 on serial page No . 14 of IS 456:2000.

6.15.8 ADMIXTURES: Admixtures used shall conform to IS 9103:99 (Revised) and shall be from any reputed make as decided by RMC manufacturer.

6.15.9 Slump of concrete shall be as per IS 456:2000.

6.15.10 Init ial mix design from RMC manufacturer shal l be submitted by the contractor in quadruplicate with complete data adopted for mix design along with test results of all materials and concrete. The initia l mix design should take into account the aspects such as loss of workabili ty and strength during transportation, ti ll p lacement of concrete.

6.15.11 RMC manufactured and supplied shal l be in conformity with the init ial mix design approved by the GE. Any change shall be made only with approval of GE after necessary revisions to the mix design.

6.15.12 The contractor sha ll ensure that all facili ties are made available by the manufacturer of RMC at the plant for the department off icials to inspect the materials incorporated, tests carried out for al l materials, concrete etc. Copies of all the tests carried out for materials used/concrete shall a lso be made available to the department.

6.15.13 The concrete shall be transported in concrete transit agitators conforming to IS-5892.

Page 81: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 168 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

6.15.14 The concrete shall be del ivered and placed in foundation, slabs, beams cast with the slabs etc., by pumping. For locations like columns, p linth beams, lintel beams/bands, where putting the RMC using pumping is not possible/ not desirable considering the thrust of f low of concrete, the RMC wil l be required to be placed on a nearby PCC platform and then conveyed from there manually and placed in these locations. The decision as to whether the RMC can be placed by pumping or not shal l be decided by GE whose decision shall be final and binding. The tenderer will not have any extra claim on this account.

6.15.15 The pumps and pumping arrangements shall be inspected and approved by GE, while approving the RMC manufacturer.

6.15.16 No water/admixtures shal l be al lowed af ter initia l mixing of concrete at the plant.

6.15.17 Slump test shall be carried out at si te by the department in the presence of contractor and representative of RMC manufacturer. The concrete shall be placed in position within the designed init ia l setting t ime and at the end of ini t ial setting time, the remaining concrete shall be rejected.

6.15.18 In addition to the tests carried out by the RMC manufacturer at the plant si te, sampling and testing of concrete shall be carried out at the si te af ter del ivery as per IS: 456-2000 by the department along with the representatives of the contractor and the RMC manufacturer. However, cost of testing shall be borne by the contractor. The concrete, which does not meet the requirement of acceptance cri teria as per IS 456-2000 shall be rejected and the contractor shall make good the same at his risk and cost.

6.15.19 The records indicating the fol lowing details duly signed by the competent representative of RMC manufacturer/contractor and Engineer-in-Charge shal l be maintained.

(i) Date of delivery ( ii ) Time of mixing

(iii) Time of delivery at si te ( iv) Quantity and Grade of RMC

6.15.20 The contractor shall enter in to an agreement with the approved RMC manufacturer to ensure compliance of above aspects. The overall liability to the department, for the RMC supplied shall rest with the contractor only. The department shall not be liable for any breakdown or problems with the RMC manufacturer.

6.15.21 The contractor may install semi-automatic batching plant of capacity 10-12 cum/hr with digital print facility in lieu of RMC.

Page 82: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 169 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

7. BRICK WORK 7.1 BRICK WORK WITH FLY ASH BRICKS (ABOVE PLINTH/ SUPER STRUCTURE)

(a) Irrespective of whatever is shown on drawing/ notes on drawing and specified elsewhere, all brick work in super structure (above plinth level) shall be of fly ash bricks (Pulverized fuel ash – lime bricks) conforming to IS 12894-2002. Bricks shall have compressive strength not less than 75 Kg/Sq cm. Water absorption of bricks shall not exceed 10%. The size of bricks’ shall be 230x115x75mm as approved by GE. Bricks shall be machine made by using Fal-G technology for manufacturing. Fly ash bricks shall have min 10 % content of OPC 43 Grade cement. The chemical test report of fly ash brick shall be submitted before incorporation in work. GE shall also get the chemical test done from approved lab. The cost of transportation and tests shall be borne by the contractor.

(b) Bricks shall be procured from locally available vendors conforming to relevant IS code as approved by GE.

7.2 BRICK WORK (UP TO PLINTH LEVEL OR BELOW PLINTH BEAMS):

Brick work below plinth level shall be carried out with old size sub class ‘B’ bricks specified as under:-

(a) BRICKS:

(i) Bricks shall be well burnt (Chimney kiln burnt) old size bricks of best quality locally available of size 230mm (length) x 115mm (width) x 75mm (height) and shall confirm to samples kept in GE’s office. Slight distortion of edges shall be permissible if it does not affect the bonding of bricks. Bricks shall have minimum crushing strength of 50 Kg per sqcm and maximum water absorption of 20%.

(ii) Tolerance of each dimension of bricks up to 8% (both plus or minus) on actual

size shall be permitted. For other requirements of bricks, MES Schedule Part-I clause 5.6.1 to 5.6.9 shall be referred.

(iii) In the event of any deviations (both plus or minus) involving brick work, pricing shall be made on the basis of prorate rates for old size bricks sub class ‘B’ designation 50 given in MES Schedule Part-II subject to contractor’s percentage for pricing deviations.

NOTES:-

Irrespective of the type/size of bricks shown on drawings, contractor shall use old size bricks only subject to following express conditions:-

(a) In case of difference in levels due to thickness of brick courses and thickness of RCC lintels, cills, shelves and the like as shown on drawings, the levelling shall be done by providing PCC (1:3:6) Type C-I levelling course and its cost shall be deemed included in the lump sum as offered by the contractor.

(b) Centre line dimensions between walls shown on drawings shall remain unchanged resulting in increase/decrease in internal/outer dimensions as the case may be.

(c) No adjustment both ‘Plus’ or ‘minus’ shall be made in the quoted lump sum on account of changes necessitated in foundation, floor, lintels, cills, plaster, roof and the like and any other items of work affected.

Page 83: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 170 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(d) Irrespective of whatever is shown in drawing the width of one brick wall shall be 230mm and width of half brick wall shall be 115mm.

(e) At all the vertical joints of RCC columns and brick wall FI 25x3mm size, 300mm long with split end both sides @ 500mm C/C shall be provided during casting of RCC column, so that after striking of form work of column, half part of FI shall be embedded in brick wall all as directed by Engineer-in-charge. The cost of same shall deemed to be included in lump sum quoted by tenderer.

7.3 BRICK WORK FOR FLY ASH AND BRUNT CLAY BRICKS 7.3.1 Brick work in walls with one brick thick and above shall be built in CM (1:6). 7.3.2 Brick work in half brick thick wall and under, independent pillars, brick parapet

walls of any thickness and steps shall be built in CM (1:4) unless shown otherwise on drawings.

7.3.3 Provn of horizontal reinforcement and vertical RCC band to half brick walls shall

be as per drawing No CEBZ/STD/01 sheet 1/9 to 9/9. 7.3.4 Where not shown in the drawing PCC bed blocks shall be twice the width of

beams in length, covering the entire thickness of wall and 150mm/200mm thick (depending upon type of brick) below the RCC beams resting on masonry work.

7.3.5 (a) Sand for mortar, brick work and all such other works shall be as specified

in Clause 5.4 of MES Schedule Part I and shall be procured from sources approved by GE.

(b) Sand shall be washed, if deleterious materials are beyond the limits specified in the IS.

7.4 BRICK STEPS :-Brick work shall be in CM (1:4), PCC in foundation shall be

(1:4:8) type D-2, sides and risers shall be plastered 15mm thick in CM (1:4), treads floor shall be as specified for adjoining verandah/passage.

8. STONE MASONRY 8.1 STONE

(a) Stone required for masonry and any other work unless otherwise specified shall be GRANITE/BASALT/BLACK TRAP/SAND STONE and shall be equal or better than sample’s kept in GE’s office.

(b) The stone shall otherwise conform to the provision in MES Schedule Part I for various purposes.

8.2 MASONRY

(a) Stone masonry in foundation, plinth and superstructure (where shown in drawings) shall be random rubble masonry brought to course all as specified in Para 6.10 of MES Schedule Part I and shall be built in CM (1:6).

(b) Facing shall be as specified in clause 6.9 of MES Schedule Part I. No facings shall be executed on surface covered by earth filling. The joints of hidden work shall be neatly stuck and pointed flush in the same mortar as the work proceeds.

Page 84: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 171 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(c) The Contractor may provide PCC (1:3:6) type C-1 bond/through stones in lieu of stone bond stones without any price adjustment. Size of PCC bond stone shall be 15 cm x 15 cm with length equal to thickness of wall.

(d) The bed joints of quoins and jamb stones shall be hammer dressed to the extent as described for the masonry work but shall not have depression limits more than 20mm. These need not be chisel dressed as specified in MES Schedule Part I.

(e) In the event of deviations, the rates given in the MES Schedule of rate as applicable for random rubble masonry with stone bond stones shall be applicable.

(f) If work superior to that specified here in before is provided by the contractor to suit local practices, no price adjustment for such superior work shall be made.

9. BLANK 10 WOOD WORK AND JOINERY 10.1 TIMBER

(a) Unless otherwise specified elsewhere in these particular specifications or indicated on drawings, 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 Ges office.

(b) Timber for all joinery and 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 (2009).

(c) 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-II.

(d) 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.

10.2 TOLERANCE

(a) Unless otherwise specified all work both carpenter and joiners, 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.

(b) Timber members up to 3.0 metre length shall be in one piece.

Page 85: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 172 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

10.3 SURFACE FINISH :- Surface finish of timber in contact with or buried in masonry/plaster and surfaces of timber hidden from the view shall be cleaned sawn. All other surface shall be wrought.

10.4 PELLETING :-Counter sunk holes for bolts and screws on wrought surfaces shall be

plugged with tightly fitting plugs and plane finished with surrounding surfaces.

10.5 PLUGGING :- Plugging to walls shall be as per Para 7.29 of MES SSR Part-I.

10.6 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 Para 7.21 of MES SSR Part-I. The wooden screws shall be bright finished. The size and designation shall be as specified in IS/in MES SSR. Where it is not specified the same shall be as directed by the Engineer-in-Charge.

10.7 JOINERY

(a) Dimensions of various parts of joinery as shown on drawings shall supersede those stipulated in MES SSR. However, rates for joinery 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 wooden door shutters where not shown on drawings or specified shall be 35 mm.

10.8 WOODEN SHUTTERS FOR DOORS

(a) Shutters shall be factory made second-class hard wood (Non coniferous) Bonsum (Phoebe species)/ Chaplash (Artocarpus chaplash)/Hollock (Terminalia myrio capra) kiln seasoned and chemically treated.

(b) (i) FACTORY MADE PANELLED DOORS :- Factory made panelled 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 chaplash)/ Hollock (Terminalia myrio-capra) 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)

(ii) FACTORY MADE FLY PROOF DOORS :- Factory made fly proof door shutters shall be made of kiln seasoned and chemically treated second class hard wood (Non coniferous) Bonsum (Phoebe species)/ Chaplash (Artocarpus chaplash)/Hollock (Terminalia myrio-capra) fixed with galvanised wire cloth of 1.0 mm average width of aperature not less than 0.50 mm nominal dia wire as stipulated in MES SSR and drawings.(c) The overall sizes and dimensions of door shall be as indicated on drawings for wooden doors.

(d) The overall door shutters shall conform to the IS-1003

Page 86: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 173 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(e) Factory made wooden doors shutter shall be obtained from one of the manufacturer given in Appendix ‘C’. Contractor will produce manufacturer’s test certificate as per BIS code along with each consignment

NOTE :-

(i) Plugging to walls shall be done with wooden plugs as per clause 7.29 of MES Schedule Part-I. (ii) 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.

10.9 PVC DOOR SHUTTER:-

10.9.1 Irrespective of whatever shown on drawing PVC door shutter shall be Particle Board Core Solid PVC Moulded Door Shutter 28 to 30 mm thick factory made Solid PVC Moulded Door shutter shall be of 2, 4 or 6 raised panel design with solid core of particle board of 24mm thick (12mm x 2) as indicated. The particle board shall be lipped with 25mm thick baton made from PVC sheets on the stile where hinges are to be fitted. On the three other sides the lipping shall be of 15mm thick PVC baton. 2mm thick moulded prelam PVC sheet shall be stuck on the front face of the particle board suitable prepared to accept the moulded design and 2mm thick plain colour PVC sheet shall be stuck on the back face of the particle board with thermosetting adhesive. The 2mm PVC sheets shall be stuck with lipping by using solvent cement and supplying and fixing in the frame at site as per specifications and drawings.

10.9.2 PVC SOLID FRAME FOR DOOR SHUTTER : - PVC Solid door frame of size 50mmx47mm made out of 5mm wood grain printed PVC sheet and edges will be painted to match with printed sheet, reinforced with MS square tube, supplying and fixing in opening as per specification and drawing.

10.9.3 PVC frame and shutter shall be procured from manufacturer specified in Appendix `C`. 10.10 FLUSH DOOR SHUTTERS 10.10.1 Flush door shutter shall be provided at locations shown in drawing. 10.10.2 Flush door shutter shall be 25mm thick. Flush door shutters shall be solid core

construction with melamine face prelaminated particle board both side decorative finish (Shade as approved by GE) , exterior grade, bonded with phenol formaldehyde BWP grade conforming to IS-3087-1985 Type I. The thickness of SS mat finish touch plate shall be 3mm. Pressed steel frame shall be as specified in clause 11.15 here-in-after.

10.10.3 Flush door shutters shall be procured from manufacturer specified in Appendix `C`. 10.10.4 VENEERED PARTICLE BOARD :-All veneered particleboard shall be ISI marked

conform to the requirement of IS 3097. The board shall be BWP grade bonded with phenol formaldehyde synthetic resin.

10.11. PLYWOOD :-All plywood except for panelled doors, panels shall be BWP grade

conforming to IS-303 and shall be ISI marked. 10.12 PARTICLE BOARD :-Particleboard shall conform to requirements of IS- 3087

(specification for wood particle boards (medium density) for general purpose). Adhesive used shall be phenol formaldehyde. Particleboard shall be of ISI marked.

Page 87: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 174 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

10.13 PRELAMINATED PARTICLE BOARD :-Pre-laminated particleboard where indicated on drawings shall conform to IS 12823exterior grade, both faces/ one face laminated as shown on drawings. Where the thickness is indicated as 19/20mm, same shall be provided with 18mm.

10.14 TEAK WOOD EDGING

(a) Sides of the particle board shall be provided with the teak wood edging where shown on drawings. The thickness of edging shall be 4mm if not shown in drawing/specified elsewhere. (b) Edging shall be fixed by using the synthetic resin adhesive and with appropriate size of screws/ head less nails @ 300mm c/c dipped in synthetic resin adhesive.

10.15 BUILDERS HARDWARE

(a) 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. 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. (b) Irrespective of whatever shown / indicated on drawings, all items of builder’s hardware other than hinges shall be aluminium anodised. (c) Aldrop bolt shall be 300 mm long. (d) All builders’ hardware’s fittings shall be fixed with screws/bolts to match the fittings. (e) Shoot of aldrop bolt shall be not less than 19 mm and shall be provided on external panelled door shutters one on each door irrespective of what is shown on drawings. (f) Hasp and staples required in the work shall be safety type all as specified in clause 9.10 of MES SSR Part-I. (g) Catch ball spring required in the work shall be of brass and all as specified in clause 9.14 of MES SSR Part-I. (h) All builders hard ware shall conform to relevant IS and shall be as per sample kept in GE office.

11. STEEL AND IRON WORK

11.1 Quality of steel to be incorporated in the work shall be as follows.

(a) High strength deformed steel bars produced by Thermo Mechanical treatment process (In short called as TMT bars) for reinforcement.

Of grade Fe 500 / Fe 500D / Fe 550 /Fe 550D and meeting all other requirement of IS 1786-1985 (Reaffirmed) 1990. (Different grade of steel shall not be used in same building)

(b) Mild steel for miscellaneous works

Shall conform to IS-432(Part-I). Grade wherever not shown/ indicated otherwise shall be of Grade I.

(c) Structural steel Steel for general Structural purpose shall be Grade Fe-410 WA ISI marked (IS-2062) for all type of steel Structures including those subject to dynamic loading. Structural steel ordinary quality shall confirm to IS-1977

(d) Galvanised steel sheets (Plain & corrugated)

Conforming to IS-277.

(e) Fabric reinforcement for concrete

Conforming to IS-1566

Page 88: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 175 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

11.2 (a) For pricing deviations involving TMT bars the rates given in SSR part-II

(subject to contractor’s percentage) shall be applied irrespective of the grade of TMT bars.

(b) For pricing deviations involving steel for general structural purpose Gde Fe-410WA, the rate shall be applicable as per Gde Fe-410-W given in SSR Part II adjusted by applicable percentage for respective parts of Schedule ‘A’.

11.3 WELDING 11.3.1 Welding of steel and ironwork shall be done in an approved manner with electric

arc welding. 11.3.2 Electric welding shall be metal arc welding as specified in Para 10.15 of MES

Schedule Part-I. 11.3.3 Welding electrodes shall be of quality suitable for welding of structural steel and

shall comply with requirement of IS-814 for covered electrodes for metal arc welding of mild steel.

11.3.4 Unless otherwise specified/shown on drawings, the fillet welds shall be of 6mm

size. 11.3.5 All butt welds shall be full penetration welds. 11.3.6 Testing of welds shall e as specified in drawing. 11.4 REINFORCEMENT 11.4.1 Reinforcement shall be bent to shape and provided as indicated on the

drawings. 11.4.2 All laps and crossings shall be tied with mild steel wire (annealed) of size not

less than0.9 mm dia. 11.4.3 Unless otherwise shown on drawing, bends to a radius of 4 times the dia of bar

shall be provided in respect of tor steel bars. In case of deviations involving reinforcement bars, the length of each bar for the purpose of calculating laps shall be taken as 10 (Ten) metres for omit purpose.

11.4.4 Unless otherwise shown on drawings, spacing of chairs shall be 75cm centre to

centre below the cranked up bars to keep the bars in position. 11.5 REINFORCEMENT STEEL AND STRUCTURAL/NON-STRUCTURAL STEEL 11.5.1 TYPE OF STEEL 11.5.1.1 REINFORCEMENT STEEL

(a) Wherever mild steel bars have been shown on drawings TMT bars of same size and grade Fe 500 or Fe 550 shall be used in lieu. (b) Wherever deformed bar(s) have been shown in drawings, TMT bars of the same size and grade Fe-500 or Fe 550 shall be used in lieu. (c) However 6mm bars (MS and CTD bars) wherever shown on drawings, the same shall be amended to 8mm TMT bars without changing spacing/numbers.

Page 89: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 176 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

The grade shall be as explained in (a) and (b) above.The provisions in (a), (b) & (c) above shall be carried out by the contractor at no extra cost to the Govt.

11.5.1.2 STRUCTURAL STEEL

(a) Unless otherwise shown in drawing / specified elsewhere, Structural Steel shall conform to IS 2062-1999, Grade Fe-410-WA for all types of steel structures including those subject to dynamic loading. (b) Unless otherwise specified elsewhere, mild steel in grills/guard bars, railing, flat iron, hold fast and in various members of steel windows and steel doors shall be of ordinary quality conforming to IS 1977-1975 Grade Fe-310-O.

11.5.2 SOURCE OF PROCUREMENT 11.5.2.1 REINFORCEMENT STEEL : All TMT steel bars shall be of grade Fe 500 / Fe

500d/ Fe 550 / 550D meeting all other requirements of IS-1786 and shall be procured directly from either of the following manufacturers:-

1 STEEL AUTHORITY OF INDIA LIMITED (SAIL)

Central Marketing Organization, Northern Region, 17th Floor; Scope Minar, Laxmi Nagar. Distt. Centre , Delhi-110092

2 TATA IRON & STEEL COMPANY (TISCO or TATA STEEL) Bombay House, 2, 4 Homi Modi Street, Mumbai-400001, India Tel : (91 22) 2049131, Fax : (91 22) 2049522, 2870840 Email : [email protected]

3 RASHTRIYA ISPAT NIGAM LIMITED (RINL) Visakhapatnam Steel Plant, Visakhapatnam - 530031, India Tel : (91 891) 518226, 518376, Fax : (91 891) 518316, Email : [email protected]

4 M/s SRMB SRIJAN LTD Srmb House, 7, Khetra Das lane, Kolkata – 700012 Tel : 033 - 6600 6600Fax : 033-2211 0483

5 M/s JINDAL STEELS AND POWER LTD Plot No. 2, Sector- 32, Gurgaon- 122001, Haryana Tel- 91 1662 222471-84, Fax - 91 1662 220476

6 M/s STEEL EXCHANGE INDIA LTD. My Home Laxminivas Apartments, Ameerpet, Hyderabad-500016, A.P Tel- 040-23403725 Fax - 040– 23413267, Email - [email protected]

7 M/s JAI BALAJI INDUSTRIES LTD 1401-1402, Nirmal Tomar, 14 th Floor, 26 Barakhamba Road, New Delhi-110001 Ph - 033-22489808/22488173 Fax – 033-22430021/22426263, E-mail - [email protected]

8 M/s SPS STEEL ROLLING MILLS LTD 68, Ballyunge Circular Road, Kolkata-700019, Ph-033-2895160/67 Fax- 033-22894386, Email- [email protected]

9 M/s SHYAM STEEL INDUSTRIES LTD. Shyam Towers, EN-32, Sector-V, Salt Lake, Kolkata-700091 Tel-033-40074007, Fax - 033-40074010, [email protected]

10 M/s CONCAST STEEL & POWER LTD, KOLKATA 21 Hemant Basu Sarani, Suit Nos -511 & 512 5th Floor, Kolkata -700001, Tel - 91 - 33 2213 0481-87

Page 90: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 177 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

11 M/s ADHUNIK METALIKS LTD , ORISSA

Lansdowne Towers, 2/1A Sarat Bose Road, Kolkata – 700020, 12 M/S SHRI BAJRANG POWER & ISPAT LTD, RAIPUR, CHATTISGARH

Vill- Borjara, Urla Industrial Area, Raipur - 493 221, Chhattisgarh Tel : 0771 4288019/29/39

13 M/s JSW STEEL LTD , KARNATAKA Jindal Manison, 5A, Dr G Dehsmukh Marg, Mumbai - 400026

14 M/s ELECTROSTEEL STEELS LTD, BOKARO, JHARKHAND G K Tower, 2nd & 3rd Floor, 19 Camac Street, Kolkata, WB- 700017 Board No. 91 - 33 - 2283-9990

15 M/s SHYAM METALICS & ENERGY LTD (BRAND :SEL) Vishwakarma 1st floor 86 C, Topsia Road Kolkata 700046

16 M/s KAMACHI SPONGE & POWER CORPORATION LTD (BRAND ; KAMACHI) ABC Trade dentre 3rd floor (inside devi theatre Complex) Old No 50, New No 39, Anna salai Chennai 600002

Note: In addition to above manufacturer’s steel can also be procured from any other primary producer as approved by E-in-C's Branch even after date of submission of 'Q' bid.

11.5.2.2 STRUCTURAL STEEL:- It shall be of grade Fe-410 WA ISI marked and shall

be procured directly from primary producers as approved by E-in-C’s Branch ie SAIL/ RINL/TISCO/JSPL. Further, in case of non availability of structural steel with primary producer manufactures, the same can be procured from approved producers / Secondary producers approved by E-in-C’s branch New Delhi (till the date of receipt of tender) with minus price adjustment with prior approval of accepting officer. The minus price adjustment shall be done @ 5% of accepted rates i.e, SSR Rate enhanced by deviation percentage / contractor’s percentage as applicable as mentioned in the contract . In case any section is not being rolled / manufactured by primary producer, there shall not be any price adjustment on account of procurement of this section from approved secondary producers.

11.5.2.3 Galvanised Steel sheet & Fabric Reinforcement for concrete: These shall be ISI

Marked and shall be procured directly from Main manufacturers as approved by E-in-C’s Branch .

11.5.2.4 However reinforcement steel, structural steel, Galvanised steel sheets and

Fabric Reinforcement for concrete shall be permitted to be procured from authorised dealers of main producers in case the total smaller contracts of value not exceeding Rs 7.5 lakhs.

11.5.2.5 Steel sections for railing, gates, fencing, guard bars, grills, steel chowkhat,

holdfasts etc., which do not constitute structural members, can be procured from main / primary /secondary producers/BIS marked manufacturers or their authorised dealers at the option of Contractor without any minus price adjustment. Test will not be insisted upon for such steel sections

11.5.2.6 The contractor should place their demand/requisition of steel with the producers

with adequate lead time.

Page 91: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 178 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

11.5.2.7 Steel, when procured from primary producers/approved secondary producers/authorized conversion agents of main/ primary producers (stipulated in above paras) shall have to be procured directly from the storage depots of the main / primary producers/approved secondary producers/authorized conversion agents and not from their authorized agents/ dealers.

11.5.2.8 The particulars of the manufacturer/supplier of steel shall be submitted by the

contractor to the Garrison Engineer prior to procurement for every lot of steel separately. The original documents in support of purchase of steel shall be verified by the site staff and Garrison Engineer and certified true copy of the result shall be retained in GE’s office. The form given here in after will be used for this purpose.

Page 92: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 179 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

STEEL SUPPLY & ACCEPTANCE REGISTER 1. CA No & Name of Work : ___________________________________ 2. Contract No :____________________________________ 3. Name of Manufacture’s TC No :____________________________________ 4. Manufacturer :____________________________________ 5. Random Test Details

(a) Physical test report from ____________________________ vide their letter No._________ (Name of NABL approved lab / Govt .Engg College) (b) Chemical test report from ____________________________ vide their letter No.________ (Name of NABL approved lab / Govt Engg College ). 6. Type of Steel, Dia & Qty: (a) Type: TMT/CRS (b) Dia : ___mm (c) Actual Wt : ___MT (d) Conversion Wt : ___MT

Chemical Test Mechanical Test

Car

-bon

%

Sulp

hur%

Phos

phor

ous%

Su

lphu

r % +

Ph

osph

orus

%

Man

gane

se%

Silic

on %

Cor

rosi

on R

esis

tant

el

emen

t

Wt p

er M

tr

Yie

ld S

tress

(N/m

m2 )

Tens

ile

Stre

ngth

(N

/mm

2)

Per

cent

age

Elon

gatio

n

Bend

test

Re-

bend

Tes

t

Rem

arks

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 As per IS-1786 – 2008

As per Manufacture’s test cert

As per indep-endent Test

Remarks with Signature Accepted/Rejected Contractor Junior Engineer Engineer –in –Charge GE Remarks of BOO/Inspecting officer/CWE-------------------------------------

Page 93: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 180 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

11.6 TESTING OF STEEL 11.6.1 The manufacturer is to carry out inspection and testing of steel in accordance

with the relevant BIS provisions. The contractor shall submit the manufacturer’s test certificate in original along with the Test Sheet giving the result of each mechanical test as applicable and the chemical composition of the steel or authenticated copy thereof duly signed by the manufacturer with each consignment. The Engineer-in-Charge shall record these details in Steel Acceptance Register (as per proforma given herein-before) after due verification and send a certified true copy of test sheet to GE for his records. Any particular size of bar/steel section of any consignment, not meeting the requirement shall be rejected and the same shall be removed from the site by the contractor at his own cost and the contractor shall have no claim on this account.

11.6.2 Testing shall not be insisted upon for steel given in Para 11.5.2.7 above.

11.6.3 INDEPENDENT TESTING 11.6.3.1 The GE/CWE shall also organize independent testing of random samples of

steel drawn from various lots from National Test House, SEMT Wing CME Pune, Regional Research Laboratories, Govt approved laboratories, Zonal laboratories as per the recommended minimum frequency as in Para 11.6.4. In addition samples from each lot shall be tested for quality and elongation as per the parameters given in STEEL SUPPLY & ACCEPTANCE FORM. The elongation shall not be less than 18 %.

11.6.3.2. REINFORCEMENT STEEL

(i)Independent testing of steel by the GE shall be optional at the discretion of the GE in case of procurement of steel from main producers and testing charges shall be borne in accordance with Condition 10 A of IAFW-2249 i.e. testing charges shall be borne by the Deptt if the test results are found in order, otherwise these shall be borne by the Contractor. (ii)Independent testing of steel by the GE shall be mandatory in case of procurement of steel from secondary producers/authorized conversion agents of main producers and testing charges shall be borne by the contractor irrespective of the outcome of test results. (iii)In both the cases at (i) & (ii) above, the contractor at his cost shall provide all facilities required for the testing and cost of materials consumed in tests, samples, conveyance etc shall also be borne by the contractor.

11.6.3.3 STRUCTURAL STEEL

(i) Independent testing of structural steel by the GE shall be optional at the discretion of the GE in case of procurement from main producers and testing charges shall be borne in accordance with Condition 10 A of IAFW – 2249 i.e., testing charges shall be borne by the Deptt if the test results are found in order, otherwise these shall be borne by the contractor. (ii) Independent testing of structural steel by the GE shall be mandatory in case of procurement from secondary producers/authorized conversion agents of main producers and testing charges shall be borne by the Contractor irrespective of the outcome of test results. (iii) In both the cases at (i) & (ii) above, the contractor at his cost shall provide all facilities required for the testing and cost of materials consumed in tests, samples, conveyance etc shall also be borne by the Contractor.

Page 94: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 181 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

11.6.4 FREQUENCY FOR TESTS ON STEEL 11.6.4.1 REINFORCEMENT STEEL

Nominal mass test, Tensile test, Bend and Rebend test shall be carried out as per minimum frequency given below: -

Nominal Size of Bars Frequency (a) Bar size less than

10 mm One sample (3 specimens) for each test for every 25 tonnes or part thereof.

(b) Bar size 10 mm to 16 mm

One sample (3 specimens) for each test for every 35 tonnes or part thereof.

(c) Bar size over 16 mm One sample (3 specimens) for each test for every 45 tonnes or part thereof.

11.6.4.2 STRUCTURAL STEEL: The tests shall be carried out as per the frequency

mentioned below:- Type of Test Frequency

(a) Tensile Test One test for every 25 tonnes of steel or part thereof. (b) Bend Test One test for every 25 tonnes of steel or part

thereof. NOTE: 1. For various tests, Acceptance criteria, tolerance etc refer to Steel supply & Acceptance Form given here in before and relevant BIS Codes.

2. For steel items, for which, independent test is mandatory, as specified above, payment shall be released against these items only after satisfactory test report. Any item of steel, failing in test, shall be rejected and the particular consignment removed from the site by the contractor at his own cost.

11.6.5 DOCUMENTATION: The contractor shall submit original purchase vouchers

from the manufacturer for the total quantity of steel supplied under each consignment to be incorporated in the work. All consignments received at the work site shall be inspected by the GE along with the relevant documents before acceptance. The original purchase vouchers and the test certificates shall be defaced by the Engineer-in-Charge and kept on record in the office of the Garrison Engineer duly authenticated and with cross reference to the consignment number recorded in the steel Acceptance Register. The steel Acceptance Register shall be signed by the JE, Engineer-in-Charge, GE and the Contractor. The entire quantity of all steel items shall be suitably recorded in the measurement book as not to be abstracted, before incorporation in the work and shall be signed by Engineer-in-charge and the contractor.

11.7 STORAGE ACCOUNTING, PRESERVATION AND MAINTENANCE OF STEEL 11.7.1 The storage, accounting, preservation and maintenance of steel supplied by the

contractor shall be done as per standard engineering practice till the same is incorporated in the work and the cost of the same shall be deemed to be included in the unit rate/amount quoted by the tenderer. The GE shall inspect at regular interval to verify that steel lying at site is stored, accounted, preserved and maintained as per the norms. The steel shall be stored so as to differentiate each consignment separately. If the GE is not satisfied with the storage / preservation of any size of bar/section of steel, he may order for any test(s) of steel as applicable for that size of bar/section of steel and as specified in tender documents /relevant IS code to recheck the acceptability criteria for the same. The contractor shall bear the cost of necessary testing(s) in this regard and no claim whatsoever shall be entertained.

Page 95: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 182 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

11.7.2 Movement of steel shall be recorded in In/Out steel register as per following proforma. Each entry in the register shall be signed by the contractor and Engineer-in-Charge.

IN/OUT STEEL REGISTER

Sl No Date Steel IN Steel OUT Qty Balance Qty

(Tons) Section Control

No Qty

(Tons) Section Reasons*

1 2 3 4 5 6 7 8 9 * Note: (i) The following reasons may be mentioned for taking out steel from storage:

- (a) For testing purpose (b) For use in work (c) Rejected steel taken out of site

(ii) All the transaction in the register shall be signed by Contractor / his representative and Engineer-in-Charge/JE.

11.7.3 SCHEDULING AND SUPPLY :-Schedule of supply of steel will be finalised by

GE in consultation with contractor and the same will be incorporated in CPM chart so that supply of steel is monitored in a way to avoid any delay in completion of the work. The schedule of supply of steel will be vetted by Accepting Officer or Officer nominated by the Accepting Officer from time to time

11.8 MEASUREMENTS AND PAYMENT OF STEEL 11.8.1 The entire quantity of all steel items shall also be suitably recorded in the

Measurement Book for record purposes as ‘Not to be abstracted’ before incorporation in the work and shall be signed by the Engineer-in-Charge and the contractor.

11.8.2 The nominal mass conversion factors for various steel Sections/ size of finished bars as given in relevant IS codes shall be considered standard for measurement.

11.8.3 The contractor shall plan to procure steel considering the time required for approval and testing of steel well in advance. No extension of time on grounds of delay in procurement of steel or testing/retesting of steel shall be admissible.

11.8.4 The payment of steel shall only be allowed after production of original purchase vouchers, test certificates by the contractor for each consignment of steel and results of testing carried out by the department are found satisfactory after testing as specified herein before.

11.8.5 FABRICATION OF STEEL STRUCTURES: - The structural steel work shall be carried out all as specified in MES Schedule Part-1, Section – 10 and in drawings. The quality of fabrication and erection at site shall be got certified to the satisfaction of the department by any of the certifying bodies as approved by Accepting Officer.

11.9 HOLDFAST/LUGS

(i) Flat iron holdfast/lug shall be provided by welding as and where shown on drawings except those to be provided to wooden chowkhat, which shall be fixed with screws as per details shown on drawings. (ii) Flat iron holdfast shall be embedded in PCC (1:3:6) type C-1 block of size 15 cm (height of block) x30 cm (length of block) x width of masonry wall.

Page 96: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 183 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(iii) Holdfasts/lugs shall be hot tarred and sanded before fixing wherever doorframe and windows frame side is coming in contact with RCC column, dash fasteners shall be provided in lieu of holdfast.

11.10 PRECOATED STEEL WINDOWS AND VENTILATORS:- (a) The term steel window use in the particular specifications shall mean ‘Rolled

formed GI section ECO 4000 series (box type) windows and ventilators’/‘Rolled formed GI section ECO 3000 series (box type) windows and ventilators, as shown in main drawing and all as shown & described in Drg No. CELZ/C-TD/102 Sheet 1/2 & 2/2 &‘ Drg No. CELZ/C-TD/101 Sheet 1/2 & 2/2

(b) Steel windows (glazed) shall be provided with grills made of 10mm MS square bars welded to 6mm x 12mm MS flat. Distance between bars should not be more than 100mm centre to centre. Grill shall be given two coats of synthetic enamel paint over a coat of zinc chrome primer & fixed to window frame with screws.

(c) Hinges for shutters (glazed) shall be SS pivot hinges. (d) Steel windows shall be fixed to concrete/masonry/PCC block masonry as per

notes on respective drawings. (e) Peg stays and handles for steel windows shall be as per notes on respective

drawings. (f) Centre hung windows shall be mounted on antifriction brass pivots. (g) Steel windows shall be factory made using ISI marked sections. (h) Powder coating should be with pure Polyester powder upto 50-60 microns thick

over a coat o Epoxy primer of 5-7 microns. (j) Factory made steel windows and ventilators shall be procured from the firm as

per Appx ‘C’ as approved by GE.

11.11 GRILL Grills shall be provided all as shown on drawing.

11.12 GUARD BARS TO STEEL WINDOWS & VENTILATORS

(a) The term ‘window’ used in the particular specifications shall mean ‘windows/ventilators’ (b) All steel windows shall be provided with guard bars as shown on drawings. However, in case of double windows in the same opening guard bars shall be provided to glazed windows only. (c) Guard bars to steel windows unless otherwise shown on drawings shall be mild steel 12 mm square. The guard bars shall be integrated during the manufacture of the windows.

11.13 FAN HOOKS

Fan hook shown in drawings shal l be prov ided wherever ceil ing fan/fan hook is indicated in drawings. The lump sum tendered by the contractor for the bui ld ing under schedule ‘A’ Part - I shal l be deemed to include for the cos t of the same.

11.14 PRESSED STEEL DOOR FRAMES

(a ) Pressed steel door frames wherever shown in drawings shal l be fabri ca ted wi th 1 .25 mm thick MS plain sheet. Pressed steel door f rames shal l conform to IS -4351. Tole rance over prof i le shal l be 2 mm.

(b) Pressed steel door frames shall be procured from any of the manufacturers given in Appendix ‘C’.

Page 97: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 184 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(c) Space in pressed steel doorframes shall be filled with PCC (1:3:6) type C-0. (d) Frames shall be supplied by manufacturers with a shop coat of zinc chrome primer. (e) 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 & gauzed door shutter, two nos 12 mm square bar shall be provided at bottom of frame.

11.15 STEEL FOR REINFORCEMENT

(a) The provision of MES SSR Part-I clause 10.18 that ends of deformed bars are not bent to form hooks is not applicable to this contract. ‘L’ shaped bends shall be provided to deformed bars all as per RCC notes on drawing No CEBZ/STD/01 sheet 1/9 to 9/9 (as applicable). (b) The overlaps for reinforcement given in drawings No CEBZ/STD/01 sheet 1/9 to 9/9 (as applicable) shall take precedence over provisions given in Para 10.19 of MES Part-I. (c) For making adjustment arising out of deviation involving reinforcement bars, the length of each bar for the purpose of calculation of laps shall be taken as 10 metres. (d) Adequate numbers of chairs as given in drawing No CEBZ/STD/01 sheet 1/9 to 9/9 (as applicable) shall be provided in all reinforced sections to prevent top layer of reinforcement from sagging and the cost of the same shall be deemed to be included in lump sum quoted for schedule ‘A’ Part-I (Building works).

11.16 WOVEN WIRE CLOTH :- Wire gauge/fly proofing wherever indicated in

drawings shall be amended to read as ‘WOVEN WIRE CLOTH’. The wire cloth shall be conforming to IS-1568. Wire cloth shall be stainless steel wire with not less than 0.50 mm nominal diameter of wire and 1.0 mm average width of aperture.

11.17 ROLLING SHUTTER : - Steel rolling shutter shall confirm to IS-6248 and shall

be as specified in clause No 10.23 of MES SSR Part-I. Rolling shutter shall be with 1.25 mm thick lathing and shall be gear operated type with chain wheel and hand chain.

12 ROOF COVERING 12.1 RCC ROOF SLAB

(a) Intermediate slab shall be laid to level (b) RCC roof slab shall be laid to slope as indicated in drawings (c) Roof slab shall be projected as shown in respective drawings (d) Exposed surfaces of sofit of RCC slabs shall be plastered in cement

mortar (1:3), 5 mm thick and finished even and smooth (e) Irrespective of what is shown on drawings full bearing of RCC slab shall

be provided on external wall. 12.2.1 WATER PROOFING TREATMENT TO RCC ROOF SLAB (FOR NON

ACCESSIBLE ROOFS & TERRACE) (EXCEPT GARRAGES) 12.2.1.1 Irrespective of whatever is shown/specified in schedule of finishes drawing, the

water proofing treatment to RCC roof slabs (except garages) shall be carried

Page 98: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 185 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

out by providing 10mm thick rendering in CM (1:4) mixed with water proofing compound as per manufacturer’s instructions whilst the concrete is still green (for the purpose of deviation, WPC shall be taken as 3% by weight of cement) the surface shall be finished even and smooth without using extra cement and water pounding shall be carried out by pounding water continuously for seven days. If any leakage/seepage observed, the same shall be rectified by pressure grouting under the pressure of 5 Kg/Sqcm using cement based cement grout. After the surface is repaired, the slab shall be again tested for water tightness to the entire satisfaction of GE. On completion of pounding test and when the surface completely dry subsequent treatment as specified in clause 11.44 of SSR Part-I shall be carried out by using atactic propylene modified prefabricated membrane (3mm thick with non-woven polyester mat) over a coat of primer @ 0.40 lit/Sqm as specified in clause 11.44.2.1 of SSR Part-I. The APP membrane shall be laid by torch application method.

12.2.1.2 Technical characteristics of the membrane shall be as under.

Ser No.

Characteristic Specifications

(i) Thickness Minimum 3mm (ii) Weight Minimum 3.5Kg per Squaremeter (iii) Softening point Min 1500 C (iv) Cold flexibility (-) 50 C (v) Reinforcement Non-woven polyester mat 160 gm/sqm (vi) Tensile strength: Length

wise >750N/5cm

Tensile strength: Cross wise

>400N/5cm

(vii) Elongation: Length wise Min 40% Elongation: Cross wise Min 50%

(viii) Heat resistance Does not drip at 1250 C (ix) Tear strength: Length

wise, N >300

Tear strength: Cross wise, N

>250

(x) Water absorption, % < 0.15

12.2.1.3 The side laps shall be minimum 100mm and the end lap shall be minimum 150mm. All over laps and joints shall be sealed as per manufacturer’s instructions.

12.2.1.4 After laying the membrane, Apply coat of bituminous aluminium paint @ 200

gm/Sqm (minimum) in two coats.

NOTE: - Water proofing treatment up to forth course shall be done through authorized applicator of manufacturer.

12.2.2 TESTING:- Frequency of test – At least one test consists of three sample specimen at random from each lot. The APP modified membrane with non woven polyester reinforcement shall be got tested from the test houses as mentioned here under:-

Page 99: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 186 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(a) Chemical & Metallurgical services T.S No. 63, SIDCO Industrial Estate Ekkaduthangal, Chennai – 600097, Fax No. 44-2312944

(b) Central Institute of Plastic Engineering & Technology (Ministry of Chemical and Fertilizers, Govt. of India) Gundy, Chennai – 600032, Fax No. 91-2344673

(c) National Test House Alipore Calcutta (d) Shree Ram Test House, New Delhi (e) National test House Andheri, Mumbai 12.2.3 WATER PROOFING TREATMENT TO CANOPY/CHAJJAS : - Provide 15 mm

thick plaster in cement mortar (1:4) mixed with water proofing compound as per manufacturer’s instructions on RCC slab/chajjas while the concrete is still green and finished even and smooth without using extra cement. For the purpose of deviation, WPC shall be taken as 3% by weight of cement.

12.3 SECURITY DEPOSIT TOWARDS WATER PROOFING TREATMENT TO

ROOF COVERED UNDER CLAUSE NO 12.2.1 HEREIN BEFORE 12.3.1 Should the GE at any time during constructions or reconstruction or prior to the

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

12.3.2 The amount calculated as per table given below shall be retained from the

contractor’s final bill amount as security deposit for the water proofing treatment and the same shall be released after satisfactory completion of guarantee period as stated above. The contractor may alternatively submit fixed deposit receipt for the said sum from a scheduled/Nationalised Bank in lieu of the sum to be retained out of the final bill :-

Amount of water proofing treatment to roof at contract rate

Amount to be retained from contractors dues rounded to nearest thousand rupees

(i) Up to Rs 50.00 lakh 2% of amount subject to minimum of Rs 5000/- and enhanced by 25%

(ii) Over Rs 50.00 lakh and up to Rs 100.00 lakh

Rs 1.00 lakh + 1.50% of amount exceeding Rs 50.00 lakh and enhanced by 25%

(iii) Over Rs 100.00 lakh and up to Rs 500 lakh

Rs 1.75 lakh + 1% of amount exceeding Rs 100.00 lakh and enhanced by 25%

Page 100: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 187 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

12.3.3 The security deposit referred to in clause 12.3.2 herein before may be refunded to the contractor after expiry of the period of 10 years from the certified date of completion by the GE, provided always that the contractor shall first have been paid the final bill and have rendered ‘No demand certificate’ IAFW-451 condition 10, 48 & 68 of General Conditions of Contracts (IAFW-2249) shall be deemed to be amended to the extent mentioned above.

12.4 Materials required for waterproofing shall be purchased by the contractor from

the manufacturers or their authorised agent only and brought to site. The GE before approval shall verify name of authorised agent from the manufacturer.

12.5 GUARANTEE FOR WATER PROOFING TREATMENT :- The contractor shall

give a service guarantee of 10 years for the water proofing treatment. The aforesaid guarantee period of 10 year shall reckon from the certificate date of completion of work.

13 FLOORING 13.1 GENERAL

(a) Provisions contained in clause 13.25,13.26,13.27,13.28 & 13.32 of MES Schedule are to be adopted for laying floors and pavements. (b) Floors shall be laid to levels or to falls as shown on drawings and as directed by the Engineer-in-Charge. Floor finish shall be extended over dwarf walls, doors and other openings. (c) Treads and steps on entrance, risers and skirting shall have matching finish i.e. PCC etc. as indicated on drawings. (d) In case of openings without door shutters, the finish of main room shall be extended for the full width of the opening.. (e) The dividing line between the floors of different types wherever they so meet between adjoining rooms, shall be determined on the basis of the finish visible when the doors are closed and the applicable finish shall accordingly be provided. (f) Floor finish over PCC sub base shall be laid all as specified in MES Schedule. Floor topping of Cast-in-situ, P.C.C shall be finished even and smooth without using extra cement. (g) Sub floor may not be laid in panels. Under-layer and topping layers of cast-in-situ cement floors shall be laid in square or rectangular panels as directed by Engineer-in-Charge, Length of panel not exc. 2.0 metre and length to width ratio not exc. 1.5 times in rectangular panels. (h) Dividing strips for PCC floor shall be of glass and width 2mm less than the thickness of floor. Thickness of glass strips shall be 3mm. (j) Joints in, PCC footpaths, steps and ramps shall be raked and filled with a mixture of hot blown grade bitumen conforming to IS-702 and sand in the ratio of 1:3.

13.2 SUB BASE TO FLOOR

(a) Bay system of use of glass dividing strips not to be adopted in case of sub base. (b) Where thickness and type of sub base is not shown on drawings the same shall be 75 mm thick. PCC (1:4:8) type D-2 using 40 mm graded crushed stone aggregate. (c) Where hardcore has been shown on drawings to sub base of floor, the same shall be provided as specified herein before. Thickness of sub base of hardcore where not shown shall be compacted 150 mm thick.

Page 101: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 188 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

13.3 CEMENT CONCRETE FLOOR (a) PCC floor up to 50 mm thick shall be laid adopting panel dimension not exceeding 1200 mm x 1200 mm with 4 mm thick (nominal thickness) sheet glass as dividing strips irrespective of whether shown in drg or not. The width of the glass strips shall be 2 mm less than the thickness of the floor and these strips shall be visible in the finished floor. (b) Wherever 75 mm PCC (1:2:4) type B-1 using 20 mm graded stone aggregate in flooring is shown in schedule of finishes drawing with glass dividing strip the panel dimension shall be not exceeding 1200 mm x 1200 mm with 3 mm thick (nominal thickness) sheet glass. The width of glass strip shall be 2 mm less than the thickness of floor and these strips shall be visible in finished floor. (c) Where thickness of PCC floor is not shown on drawing the same shall be 40 mm thick PCC (1:2:4) type B-1 (d) Unless otherwise specified / shown on drawings, top of PCC floor shall be finished even and smooth with using extra cement while PCC is still green. Plaster is prohibited. (e) PCC floor except (a) & (b) here in before shall be laid in alternate bay system with panel dimension not exceeding 2mx2m. Glass dividing strips shall not be provided. (f) Wherever 100 mm PCC (1:2:4) type B-1 using 20 mm graded stone aggregate in flooring is shown in schedule of finishes drawing, the same shall be provided as specified in schedule of finishes

13.4 NON SKID CERAMIC TILES :- Non skid ceramic tiles where ever indicated in

schedule of finishes shall be Ist class superior/premium quality confirming to grade B-II (A) as per IS- 13712-1993. non skid ceramic tiles shall be of size not less than 300mmx300mm (min) and 7 to 8mm thick. Tiles shall be light coloured as approved by GE. Tiles shall be laid set and jointed in neat cement slurry and pointed with white cement (mixed with colour pigment to match colour of tile) all as shown in schedule of finishes. Sub base and screed etc shall be as mentioned in schedule of finishes drawing. In case details are not shown, the tiles shall be laid over 15mm thick screed bed in CM (1:4) over 25mm thick PCC (1:2:4) type B-0 over 75mm thick PCC (1:4:8) type D-2 over rammed earth. In first floor and above tile shall be laid over 15mm thick screed bed in CM (1:4) over 25 mm thick PCC 1:2:4 type B-0.

13.5 INTER LOCKING PRECAST BLOCK FLOORING

Interlocking pre-cast coloured block shall be 60/80mm thick. The make of tiles shall be same as of cement flooring tiles specified in Appx ‘C’. The colour/size/pattern/design of blocks shall be as approved by GE. The block shall be laid over 25mm thick sand cushioning over 100mm thick PCC (1:4:8) type D-2 using 40mm graded stone aggregate over rammed earth. The joints shall be filled with sand.60mm thick block shall be M-35 grade and 80mm thick blocks shall be M-40 grade (IS-15658 marked).

13. 6 MIRROR POLISHED KOTA STONE SLAB/TILE FLOORING

13.6.1 Mirror polished kota stone slab/tile flooring shall be laid all as specified in clause 13.47 of MES SSR Part-I and as directed by the Engineer-in-Charge. Thickness of stone slab shall be 20 to 25 mm. Size of the stone shall not less than 550x550mm except toilet/bath/WC of area less then 2 Sqm where the size of kota stone shall be 250 x 250mm.

Page 102: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 189 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

13.6.2 In ground floor Kota stone tile/slab of size as specified in schedule of finishes drawings shall be laid over 20 mm thick bedding (screed) layer in cement mortar (1:3) over 75mm thick sub base PCC (1:4:8) type D-2 using 40 mm graded stone aggregate over rammed earth. In first floor, other floors and on brick steps kota stone shall be laid over 20mm thick bedding layer in CM (1:3) as specified in schedule of finishes drawing.

13.6.3 Irrespective of whatever shown in schedule of finishes drawing, Kota stone shall

be mirror polished. 13.7 PLINTH PROTECTION

(a) Plinth protection shall be provided to the buildings as shown on drawings (in main plan) or any other drawing. (Drain along with plinth protection, wherever shown on drawings shall also be provided. (b) The plinth protection shall be with 50 mm thick PCC (1:3:6) type C-1 using 20 mm graded stone aggregate over 75 mm thick hard core over rammed earth. Plinth protection shall be laid to slope 1 in 30 in alternative bays not exceeding 3 metres in length. Exposed surfaces shall be finished even and fair without using extra cement. (c) Joints of plinth protection shall be filled with bitumen mastic (1:3).

13.8 CABLE DUCT IN SUB STATION BUILDING (a) Irrespective of whatever shown on drg. No. WD/BPL/04/2016 Sheet 1/1, the size of cable duct shall be 600mm wide and 500 mm deep as per drg. No. CEBZ/TD/45/2011 Sheet 1/1. (b) Brick work shall be with subclass ‘B’ brick old size built in CM (1:4) as specified herein before. (c) Concrete below wall shall be PCC (1:4:8) type D2 using 40 mm graded stone aggregate. (d) 15 mm thick plaster in CM (1:4) mixed with water proofing compound shall be provided on fair faces of brick work , surfaces finish even and smooth without using extra cement. (e) Coping PCC 1:2:4 type B1 using 20 mm graded stone aggregate, surfaces finish even and smooth without using extra cement. (f) 10 mm thick M.S plate chequered finish cover shall be provided over cable duct.

(e) Rest as per drawing No. CEBZ/TD/45/ 2011 Sheet 1/1 14. PLASTERING AND POINTING 14.1 GENERAL

(a) Prepared surface to be plastered and pointed, wet the surface thoroughly. (b) Curing of plasterwork shall be properly done. The contractor may use a spray pump or similar device without any price adjustment taking precaution against damage to plaster due to impact of splicing water. (c) The contractor shall take every precaution right from the commencement of plasterwork to prevent any craziness that may appear on the surface of plaster and shall be responsible to make good any portion of plasterwork which in the opinion of the GE requires removal and redoing. (d) Unless otherwise shown on drawings/specified, external plaster surfaces shall be finished to fair and even surfaces and internal plastered surfaces shall be finished to even and smooth surface without using extra cement. (e) The thickness of plaster/dado/skirting is the finished thickness (exclusive of dubbing) over proudest portion

Page 103: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 190 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(f) Plastering at the junction of walls and floors and to all internal and external angles shall meet at right angle as directed by Engineer-in-Charge. Plastering shall be returned in openings involved. (g) Internal plastering shall be carried out to the full width of jambs for the door, windows and openings ie up to external edge of the wall. (h) Sand for plastering and pointing shall be from the source mentioned in Appendix ‘A’ and as approved by the GE. (j) A horizontal groove of size 15 mm wide and 6 mm deep shall be provided in the internal plaster at junction of the wall, lintel band, beam & ceiling. (k) Where plinth protection is not provided the external plastering/pointing shall be carried out up to 150 mm below the ground level. (l) Joint of masonry to be plastered/pointed shall be racked out as the work proceeds as specified in the MES schedule. (m) Semi circular plaster grooves 15 mm wide 6 mm deep shall be provided internally at all the junction of RCC column/slabs/beams with masonry of external walls and shall be filled with crack seal compound.

14.2 CEMENT PLASTER (INTERNAL)

Internal plaster wherever indicated on drawings shall be 10 mm thick in cement mortar (1:6) on brick masonry and 15mm thick in CM (1:6) on stone masonry surfaces and shall be finished even and smooth without using extra cement.

14.3 CEMENT PLASTER (EXTERNAL)

External plaster shall be provided to all PCC block walls/ stone wall / brick wall. Rendering shall be done in two coats. 1st coat shall be 10mm thick in CM (1:6) and 2nd coat shall be 5mm thick in CM (1:4) mixed with water proofing compound finished even and fair without using extra cement. Water proofing compound shall be added as per manufacture’s instructions. In case of deviation WPC shall be considered as 3% by weight of cement. Rendering shall be finished even and fair.

14.4 KEYED POINTING - Irrespective of what so ever shown in schedule of finishes

drawing, keyed pointing on external stone masonry surfaces shall be as under:- All stone walls shall be keyed pointed as specified in Para 14.29.5.3 of SSR Part-I. Keyed pointing shall be in CM (1:3) using grey cement.

14.5 CEMENT PLASTER IN SKIRTING :- Cement plaster in skirting shall be 10

mm over PCC block wall/brick wall and 15mm over stone masonry wall. Skirting shall be provided in two coats. First coat shall be 5mm on PCC block wall/ brick wall and 10mm on stone masonry wall in cement mortar 1:4 and setting coat shall be 5mm thick in cement mortar (1:2) trowelled to a smooth and even finish using extra cement. It shall be in line with plastering and separated with groove. Junction of floor and skirting shall be rounded to minimum radius of 5mm.

14.6 GLAZED CERAMIC TILE DADO/SKIRTING

(a) Where ever ceramic tile dado shown on drawing, Irrespective of what ever shown in schedule of finishes, dado shall be provided with glazed coloured concept tile of size 450mm x 300 mm, 7 to 8 mm thick and shall be got approved from GE before incorporation in the work. Quality of tiles shall be 1st class superior/premium quality confirming to grade B-III as per IS-13712-1993. Make of tiles shall be as specified in Appendix ‘C’. (b) Tile shall be fixed with neat cement paste over cement mortar screed as per schedule of finishes drawing and as specified in clause 13.40 of SSR Part I. Joints of dado shall match with the joints in floor tiles.

Page 104: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 191 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

14.7 POLISHED KOTA STONE IN SKIRTING/DADO :- Polished kota

stone skirting/dado shall be of size not less than 550x 100 mm. Kota stone shall be as specified here-in-before except thickness, which shall be 12 to 15 mm thick. Backing coat shall be 10mm thick in CM (1:3). Stone shall be laid bedded and jointed neat grey cement slurry. The tiles shall be cleaned and rubbed after they are set. The joints shall match with the joints in floor.

15 WHITE WASHING/COLOUR WASHING/CEMENT PAINT/OIL EMULSION

DISTEMPER/ EXTERIOR EMULSION PAINT ETC (a) Surface finishes visualising white wash, colour wash etc shall be provided all as indicated in respective schedule of finishes drawings. (b) Where whitewash is indicated in drawings, apply three coats of white (lime) wash including preparation of surfaces. Where colour washing is indicated in drawings, apply two coats of colour wash over a coat of white wash. Tint of colour wash shall be approved by GE. (c) White washing and colour washing shall be applied with proper brushes as specified in clause 15.12 of MES SSR Part-I, contractor may, at his discretion, do the same by means of spry pump without any extra cost to the Government. (d) Where dry distemper is indicated in drawing, the same shall be amended to read as oil emulsion distemper. (e) For oil emulsion distemper, apply two coats of oil emulsion distemper of the tint approved by GE. Prepare surface as specified in MES SSR Part-I and apply alkali resistant primer before applying two coats of distemper. (f) Where snowcem/cement paint is indicated on drawings, apply two coats of snowcem/cement paint over a coat of primer. Priming shall be done with white cement. The tint shall be approved by GE. Preparation, application and other instructions shall be followed as stipulated in clause 15.15 of MES SSR Part-I. (g) Where weather proof water based emulsion paint indicated on drawing, shall be two coats of weather proof water based emulsion paint (acrylic paint exterior) of the tint approved by GE. Preparation of surface and apply acrylic primer as specified in MES SSR Part-I. Preparation, application and other instructions shall be followed as stipulated in clause 17.17 of MES SSR Part-I. Primer and paint shall be of same make. (h) At places where no finish has been shown in drawings, internal plastered surfaces and ceiling shall be provided with three coats of white wash and external plastered surfaces shall be provided with two coats of cement paint over a coat of primer as specified here in before.

NOTE: - Unless otherwise shown on drawings soffit and sides of lintels, shelves, parapet, cooler rest, staircase landing and waste slab shall be white washed three coats as specified.

16 GLAZING TO STEEL WINDOWS/VENTILATORS

(a) Glazing in windows/ventilators in following locations shall be with 4 mm thick frosted glass:-

(i) All toilet/bath/WC (b) Irrespective of whatever specified or indicated in the drawing, glazing in all locations other than (a) above shall be in float glass. (c) Unless otherwise specified or indicated in the drawing, thickness of glass shall be 4 mm (nominal thickness). (d) 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.

Page 105: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 192 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(e) Glazing shall be cleaned as specified in clause 16.13 of MES SSR Part-I.

17 PAINTING 17.1 TARRING Prepare surface and apply two coats of tar mixture to the following:-

(a) Timber surface in contact with or buried in earth/concrete/brick work/plaster. (b) Mild steel (except reinforced bars) surfaces in contact with or buried in earth / plaster.

17.2 PAINTING GENERAL (a) Members specified to be painted shall first be passed by the Engineer-in-Charge and marked as such before commencement of painting work. Each coat of paint shall be passed by the Engineer-in Charge before successive coat is applied. (b) If the under coat of paint is not executed within 06 months after applying the priming coat, the priming coat shall be redone by the contractor without any extra cost to the Government. (c) Surface inaccessible for applying further coats shall be painted before fixing. (d) First quality (grade) paint shall only be used. The make of the paint shall be as specified in Appendix ‘C’. (e) The primer and paint shall be of the same manufacturer.

17.3 PAINTING TO IRON AND STEEL WORK

(a) All exposed steel work and E/M exposed steel items shall be painted with two coats of synthetic enamel paint over a coat of zinc chrome primer after preparation of surfaces. (b) All galvanised iron articles and reinforcement bars shall not be painted. (c) External faces of steel doors shall be painted in camouflaging pattern as directed by Engineer-in-Charge. (d) Priming coat shall be applied before fixing in position.

17.4 PAINTING TO TIMBER SURFACES

(a) Unless otherwise shown in schedule of finishes or specified in these specifications, prepare surfaces and apply two coats of synthetic enamel paint grade-I over one coat of pink wood primer all as specified in clause 17.6 of MES SSR Part-I. (b) Priming coat shall be applied before fixing. (c) All surfaces of timber exposed to view and for which type of finish is not specifically catered for either in drawings or in their particular specifications shall be treated with two coats of paints over a coat of primer as mentioned in sub Para (a) above.

17.5 CREOSOTING:-

Surfaces of timber hidden from view (such as wood work below flooring/above ceiling) shall be treated with two coats of creosoting all as specified in MES SSR Part-I.

18. SUNDRIES 18.1 HDPE WATER TANK

(a) Water tanks shall be provided as shown on drawing.

Page 106: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 193 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(b) Water tank shall be single piece rotational moulded polyethylene, (cylindrical vertical with top closed) double layer (ISI marked). The outer surface of the tank shall be painted with suitable heat protective paint (white in colour). (c) The lump sum shall also include for the following:- (i) Galvanised steel tube medium grade 10cm long projected inside and outside of tank with bore as indicated in drawing for inlet and outlet including high pressure brass ball valve with polythene float brass rod and fly nut conforming to IS-1703. (ii) Galvanised steel tube 15mm bore medium grade 10 cm long projected inside and outside for wash out. (iii) Galvanised steel water tube medium grade 15mm bore from service tank to the nearest spout of RWP in case of roof with parapet and upto 300mm above plinth level in case of roofs with no parapet for over flow. (iv) Galvanised steel tube medium grade projected 10 cm inside and outside of tank for vent. (d) Capacity and number of water tank shall be provided as shown on roof plan/schematic diagram of water supply. In case capacity of tank is not shown in details the same shall be 500 ltrs. Water tank shall be placed over PCC platform (1:2:4) type B-1, with minimum thickness of concrete 75mm Bottom surface of tank shall be horizontal and tank shall be fixed in position all as shown on drawing No CEBZ/TD/91/2011 Sheet 1/1. (e) Water tank shall be of any of make specified in Appendix `C`.

18.2 PRECAST RCC JALLI : - Pre-cast RCC Jalli shall be of RCC (1:2:4) type B-0 of

pattern and thickness as shown on drawing. Reinforcement shall be as per drawing. Jallies shall have fair and even surface and pre-cast jallies shall be set, jointed and pointed in CM (1:3). If type and thickness is not shown on drawings the same shall be 50mm thick, type ‘E’.

18.3 NUMBER PLAQUE : - All buildings shall be provided with a diamond square 30

cm x 30 cm x 20 mm thick plaster plaque in cement mortar (1:2) finished smooth using extra cement duly painted in black (three coats) of synthetic enamel paint including priming coat and number letter (each of 12 cm height) as directed by Engineer-in-Charge. The number of each building on main entrance door shall also be painted as directed by Engineer-in-Charge.

18.4 INFORMATION PLAQUE (TABLET)

(a) All building/structure shall be provided with plaque (tablet) furnishing the following information in plaster engraving in and painted as directed by GE (i) Job No, CA No, Year and name of work (ii) Name of contractor, GE and Engineer-in-Charge (iii) Date of commencement, completion phase wise and expiry of

maintenance period (iv) Date of expiry of warranty period against ATT and water proofing

treatment (b) Plaster shall be 20 mm thick in cement mortar (1:4) (c) Location of plaque shall be as decided by the GE

18.5 OPENING FOR EXHAUST FAN : -Opening for exhaust fan shall be provided all

as specified and shown on drawings. In case location is not shown on drawings, the same shall be decided by Engineer-in-Charge.

18.6 CORNER SHELVES : - Corner shelves shall be 20 to 25 mm thick machine cut

polished Granite stone slab and shall be provided in location shown on drawings.

Page 107: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 194 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

18.7 HOOK/PEGS SET OF TWO/THREE/SIX :-Hook/pegs shall be 4 mm square

anodised aluminium and fixed with chromium-plated screws. The size of hook shall be 12.5 mm if not shown on drawing and shall be fixed on wooden plank as specified in respective drawing.

18.8 CURTAIN ROD (CR) :-

Curtain rod shall be all as shown in drg No CEBZ/TD/87/2011 sheet 1/1 18.9 RAIN WATER PIPE (RWP)

(a) The location, size & type of rain water pipe & fittings shall be as shown on drawing, if not indicated on drawing the same shall be of UPVC (Unplastic PVC) type `A`, 100 mm dia conforming to IS: 13592-1992 all as specified in clause 18.27A of MES SSR Part-I (2010). Jointing of pipe shall be carried out as per manufacturer’s instructions. Pipe & fittings shall be secured to walls at all joints with mild steel holder bat clamps all as specified in clause 11.37.5 of MES SSR Part-I. (b) Grating and shoe shall be provided at inlet and outlet of RWP and splash stone shall be of 20mm thick cuddappa stone 600x600mm size as shown on drawings.

18.10 CURTAIN RAILS : - Curtain rails shall be of MS pipe & socket of heavy grade

and shall be provided with details and locations shown in drawing. 18.11 MS RUNGS:- MS rungs shall be provided at locations marked on drg. MS rungs

shall be 20 mm dia MS round bars as shown in drg No CEBZ/TD/84/2011. MS rungs shall be provided staggered at 30 Cms C/C.

18.12 SPOUTS : -Irrespective of whatever is shown on drawings, spout shall be GI

light grade pipe (ISI marked) and shall be provided all as shown on the drawings. Unless otherwise indicated on drawings, the dia of the spouts shall not be less than 40mm and shall be projected 300mm from the external face of wall/ parapet.

18.13 THREE OR TWO TIER GRANITE/KOTA OR MARBLE STONE SHELVES

(a) Three tier Granite/Kota/Marble stone shelves shall be provided as shown on drawing and supported with 115 thick brick wall in cm (1:4) as shown in drawings. (b) Shelves shall be kota (20 to 25 mm thick) /marble/granite (18 to 20mm thick) stone machine cut and polished both side. Shelves shall have minimum 50 mm bearing on walls on all the sides. (c) Surface of walling shall be provided with 15 mm thick plaster in cement mortar (1:6) finished even & smooth without using extra cement unless otherwise finishes specified in schedule of finishes drawings. (d) All plastered surfaces shall be finished with same finished as specified for respective room/location. (e) Bottom platform shall be of PCC 1:2:4 type B-1 and finished same as that of floor of respective location.

19. PLUMBING AND SANITARY FITTINGS :- The lump sum tendered by the tenderer for the buildings shall include for the cost of supplying, fixing and testing as specified of the following sanitary fittings/fixtures for the respective buildings including all accessories and plumbing to the extent mentioned herein after. All

Page 108: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 195 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

sanitary fittings shall be white glazed vitreous china, first quality, ISI marked. Make of fittings shall be as per Appendix ‘C’ (a) Water closet with flush tank. (b) Wash hand basins (c) Mirrors (d) Soil waste, vent and rain water pipes (e) Gully traps, nahani traps and floor traps (f) Water tanks (h) Peg sets of 2 or 3 (j) All other fixtures/fittings as shown on drawings

19.1 WATER CLOSET (INDIAN TYPE ORISSA PATTERN) :-Water closet Indian

type Orissa Pattern shall comprise as under:- (a) Vitreous china squatting pan, water closet apparatus Orissa pattern of size 580mmx440mm white/coloured with integral foot rests conforming to IS-2556 of Part-III 1981 with CI ‘P’ trap or CI ‘S’ trap long arms 900 mm from the centre of socket, set in cement concrete irrespective of whatever shown on drawing. (b) Low level flushing cistern 10 litre capacity body moulded from virgin

polypropylene of make specified in Appendix ‘C’ with clock valve based on buoyancy principle and controlled by a water clock including brass chromium plated bend, float valve 15 mm bore with polythene ball delrin valve made from acetal and polythene connection complete including ‘Z’ type brackets. (c) 32mm bore readymade flush PVC pipe bent to shape and 1.00 to 1.25 metre long (including bent portion) complete and jointing to WC with hemp and cement. (d) The pan shall be set in lime concrete (1:3) at least 15 cm around and finished just below the rim to receive the specified thickness of floor unless shown otherwise on drawings. NOTE:- (i) Where flushing cistern cannot be fixed in wall in wall due to window lintel as per sanitary plan, the same shall be fixed on the side wall with additional bend, the cost of which shall be deemed to be included in the lump sum cost of building in schedule ‘A’ Part-I. (ii) Wherever Indian pattern WC shown in drawing the same shall be amended to read as Indian type Orissa pattern WC.

19.2 NAHANI TRAPS :- Nahani traps shall be provided in locations as shown on

drawings. Nahani trap shall be of cast iron as per IS-3989 and shall have outlet of nominal diameter of 75 mm. Traps which are adjacent to outer wall shall be provided with long outlet so that joints falls out of buildings.

19.3 GULLY TRAPS :- Gully traps shall be salt glazed stone ware quality rebated

top square body size 150 mm trap type ‘P’ round mouth 100 mm bore outlet jointed to drain pipe in cement mortar (1:1) including cement concrete (1:5:10) type E-2 bedding square RCC cover with 50 mm projection on either side as shown on the drawings.

19.4 WASH HAND BASIN

(a) Size of wash hand basin flat back shall be 55 cm x 40 cm (over all) and oval type 450 x 600mm wherever shown on drawing.

Page 109: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 196 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(b) Wash hand basin shall have flat back/oval type with the following:-

(i) Chromium plated brass chain and plug and waste fittings. (ii) The centrally fixed brass chromium plated 15 mm bore pillar tap. Pillar tap

shall be fancy type conforming to IS 8934 and clause 18.16.1 of SSR Part-I (ISI marked).

(iii) Waste pipe with 32mm bore chromium plated brass coupling with check

nut fixed to wash hand basin (iv) One pair of stout, painted cast iron brackets screwed to and including

wooden plugs (v) 32mm bore PVC heavy duty waste pipe connection from wash hand

basin to NT.

(vi) 15mm bore PVC pipe connection white 45cm long with 2 Nos brass coupling for each pillar tap.

19.5 LOOKING MIRROR

(a) Mirrors shall be 5.5 to 6 mm thick polished sheet glass flawless firmly mounted on 6 mm thick plywood backing in PVC frame of approved quality shape moulded and shade. The edge of plywood shall be finished smooth be sand paper. (b) Each vitreous china type wash basin shall be provided with one number mirror of size as shown on drawing. If size not shown on drawing the same shall be 45cmx60cm.

19.6 PILLAR TAPS : - Pillar taps shall be of fancy type conforming to IS-8934 (1978)

and clause 18.16.1 of SSR Part-I (ISI marked) brass chromium plated. 19.7 SOIL WASTE AND VENT PIPES

(a) Unit rate for the building of Schedule ‘A’ Part-I shall be deemed to include for cost of the soil, waste and vent pipes along with requisite fittings such as bends, junctions, inspection eves and all plumbing work complete. (b) Soil, vent and waste pipe including their fittings in all location (except waste pipes), in location mentioned in clause 19.11 (c) & (d) shall be cast iron 100 mm bore with cement joint except portions embedded under floor/wall which shall be with lead joint. Soil pipe shall be extended 90 cm above roof level to serve as vent pipe and shall be provided with CI cowl at top.

(c) Waste pipe from sanitary fittings, like sinks/WHBs (without bottle trap) up to Nahani traps shall be 40 mm PVC pipe except where the pipe is embedded in the wall/floor. Waste pipe embedded in the floor/walls shall be 40 mm dia GI pipe medium grade and shall run along the walls and not across the floor.

(d) Waste pipe from Nahani trap/floor trap up to gully trap shall be CI 75 mm bore with cement joint except joints embedded under floor or masonry which shall be with lead. Drain pipe from gully trap shall be 100 mm bore SGSW pipe class ‘A’ duly embedded packed and haunched against the sides of pipe in PCC (1:4:8) type D-2.

Page 110: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 197 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(e) Soil pipe up to 2.0 metre from external face of the wall and waste pipe up to gully trap and drain pipe up to 2.0 metre length from gully trap as specified above shall be deemed to be included in the unit rate of buildings under Schedule ‘A’ Part-I. Any variation in length of pipe shall be adjusted through deviation order.

(f) (i) All cast iron pipes shall be spun centrifugally cast IS-3989 marked.

(ii) All cast iron pipe fittings shall be ISI marked (IS-3989).

(g) Whether indicated on drawings or not, soil pipe to take sludge from water closets and waste pipes to take water from Nahani traps shall be provided all as specified herein before. (h) CI accessories such as bends, pieces (single/double) etc shall be provided as required and /or as shown on drawings. All exposed accessories above ground level shall have oval access door (single pattern) to enable access to each straight section of the joints. (j) Each and every joint of soil/waste pipe being embedded in to floor/walls shall be tested with smoke test as laid down in the MES SSR-2009 in presence of Engineer-in-Charge and then he will certify that the joints are satisfactory and no leakage was noticed. A copy of this certificate shall be forwarded to the GE and CWE for records. (k) All CI pipe shall have 30 mm clearance from the finished face of wall and shall be fixed with MS clamp and as specified in SSR Part-I.

(l) All cast iron pipes shall be without ear. 19.8 HOOK/PEG SET OF 2/3 :- Peg set shall be 4 mm square anodised aluminium

and fixed with chromium plated screws. The size of hooks shall be 12.5mm if not shown on drawing and shall be fixed on wooden plank.

19.9 FIXED GLAZING

(a) Fixed glazing wherever shown in the drawing shall be provided with 5.5 mm thick glass panes fixed with glazing clip & putty to the frame.

(b) Size of glass panes shall be all as specified in the respective drawings. (c) Section used in the work shall be ISI marked. 20 INTERNAL WATER SUPPLY

20.1 Sample for pipes and fittings shall be provided by the contractor for approval of GE before orders for supply.

20.2 The pipe and fittings shall be CPVC, SDR 11 grade ISI marked. Make shall be as per Appendix `C’.

20.3 Screw down bib taps and stop cocks shall be of brass polished body bright finish ISI marked. Make shall be as per Appendix `C’.

20.4 The water supply installation shall be tested hydraulically at a pressure of 2.5 Kg/Sq cm in the presence of Engineer-in-Charge for at least 24 hours continuously to ensure leak proof connections. All arrangements for testing shall be made by the contractor at his own cost. Any defects noticed shall be rectified to the entire satisfaction of Engineer-in-Charge.

Page 111: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 198 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

20.5 The mounting height of various fittings shall be as directed by Engineer-in-Charge.

20.6 As far as possible joints shall be avoided in the pipes laid under floor. 20.7 (a) As far as possible water supply pipe line shall be run exposed on

external face of walls of the buildings. Water supply pipe line inside the buildings in toilets, bath, WC and kitchen for all type of accommodation shall be concealed.

(b) Necessary cuttings/leaving/ forming holes, chases etc in walls floor and

ceiling and making good involved shall be deemed to have been included in the unit rate quoted by the contractor for respective buildings under Schedule ‘A’ Part-I. No adjustment shall however, be made on this account for pricing any deviation in quantities indicated as provisional items under Schedule ‘A’ Part-II (Internal water supply).

21 INTERNAL ELECTRIFICATION 21.1 GENERAL 21.1.1 All work of internal electrification shall be executed by fully qualified licensed

electricians all as per the latest Engineering practice and latest IS codes/IE Rules. Certificate of qualification shall be produced on demand by Engineer-in-Charge.

21.1.2 The position of electrical fittings and fixtures shown on drawings are tentative. The exact position of these shall be as directed by Engineer-in-Charge at the time of execution without any price adjustment.

21.1.3 The runs of wires and locations of fittings shall be marked on walls and soffits of roof/floor slabs for the wiring in a sample block for the approval of Engineer-in-Charge. The contractor may have to realign the wiring and or relocate the fittings required for final approval at no extra cost to Government. The entire work shall be completed on the basis of sample block.

21.1.4 Looping in system of wiring shall invariably be used throughout the installation. 21.1.5 Contractor shall produce sample of all the fittings accessories, materials etc for

approval by the GE, before incorporation in the work. 21.1.6 Notwithstanding, the fact that an equipment has passed the inspection carried

out during the stage of manufacture, the contractor is not relieved from his obligations to conform to the quality, workmanship, guarantee of performance etc.

21.1.7 Any defective material, equipment or workmanship which may come to the notice of the GE or his representative after installation shall be liable for rejection and the contractor shall to replace such materials, equipments etc or rectify the defects at his own cost.

21.2 WIRING 21.3 CONDUIT WIRING 21.3.1 The system of wiring shall consist of PVC insulated and PVC un-sheathed

copper conductor/PVC insulated copper conductor in stove enamelled steel/PVC conduit as specified in Schedule ‘A’.

21.3.2 Prior to laying and fixing of conduits the contractor shall carefully examine the drawings indicating the layout, satisfy himself about the sufficiency of number and sizes of conduits, location of junction boxes, sizes and location of switch boxes and other relevant details.

Page 112: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 199 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

21.3.3 Joint between conduits and accessories shall be securely made to ensure earth continuity.

21.3.4 RIGID PVC CONDUIT AND CONDUIT ACCESSORIES

Conduit and conduit accessories shall conform to relevant Indian Standards. Each length of rigid PVC conduit and accessories shall be marked with the following:-

(a) Manufacturers name or trademark (b) Nominal size of the conduit 21.3.5 Each length of conduit and conduit accessories may also be marked with ISI

certification mark. 21.3.6 Separate conduit shall be used for normal light, fan, exhaust fan, 5 Amp socket. 21.3.7 In case of concealed wiring, conduits shall be laid before casting in the slab so

as to conceal the entire run of conduits and ceiling outlet boxes. Vertical drops shall be buried in columns or walls.

21.3.8 All wiring from FFL up to a height of 100 cm shall be drawn through welded steel conduit, concealed in walls. Contractor’s rates for the respective item of point wiring shall included for this provision.

21.3.9 All the fan boxes shall be covered with 3 mm thick phenolic laminated sheet and contractors rate for the point wiring for fan shall included this provision.

21.3.10 Conduit pipes shall be fixed by heavy gauge saddles, secured to suitable wood plugs or other plug with screws in an approved manner at an interval of not more than half metres. Saddles shall be fixed at a distance of 30 cm from the centre of such fittings. All necessary bends in the system including diversion shall be done by bending pipes of by inserting suitable solid or inspection type normal bends, elbows or similar fittings, or fixing cast iron inspection boxes whichever is more suitable. Conduits fittings shall be avoided as far as possible a conduit system exposed to weather, where necessary solid type fittings shall be used.

21.3.11 The conduit of each circuit or section shall be completed before conductors are drawn in the entire system of conduit after erection shall be tested for mechanical and electrical continuity throughout and permanently connected to earth wire by means of suitable earthing clamp efficiently fastened to conduit pipe in a workman like manner for perfect continuity between earth wire and conduit. Gas or water pipes shall not be used as earth medium.

21.3.12 Inspection type conduit fittings such as inspection boxes drawn boxes, bends, elbows and tees shall be so installed that they can remain accessible for such purposes as to withdrawal of existing cables or the installing or additional cables.

21.4. PVC INSULATED SINGLE CORE 1100 VOLTS GRADE CABLE 21.4.1 The conductor shall be of copper wires. Cables shall be as specified in Schedule

‘A’ and shall conform to IS 694 and 8130 and shall be ISI marked IS- 694. 21.4.2 SUNK TYPE BOXES : - Boxes for housing electrical accessories recessed into

wall shall be of sheet steel and conform to IS 5133. The boxes shall be painted black with two coats of black bituminous paint. The boxes shall be covered with 3 mm thick plastic sheet. Point wiring shall be deemed to include the above provisions.

21.5 MCB AND DB 21.5.1 MINIATURE CIRCUIT BREAKER (MCB)

MCBs shall be as specified in clause No 19.46 of MES SSR Part-I. MCBs shall be ISI marked IS- 8828.

Page 113: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 200 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

21.5.2 DISTRIBUTION BOARD (DB)

Distribution boards shall conform to relevant IS and controlled by circuit breaker as specified in schedule ‘A’. Distribution board shall be provided as specified in clause 19.107 and 19.108 of MES SSR Part-I. Distribution boards and MCBs shall be of same make. Suitable earth terminal shall be provided on the distribution boards for bonding to earth.

21.6 SWITCHES/SOCKET OUTLETS 3 PIN 5 AMPS SP/6 PIN 15 AMPS

Switch/socket outlets shall be provided as specified in clause 19.114.1 and 19.114.5 of MES SSR Part-I. Switches and sockets outlets shall be ISI marked. Switches – IS-3854, Socket outlet- 1239-1988.

21.7 EARTHING 21.7.1 All the non-current carrying metal parts of electrical installation shall be earthed

properly. All metal conduits, cable sheaths, switch gear, distribution board, light fittings, MS boxes and alloying parts made of metal shall be bonded together and connected by means of earthing conductors to an efficient earthing system. All earthing shall be in conformity with IE Rules.

21.7.2 Neutral conductor, pipe conveying water, structural steel work, metallic

enclosures, metallic conduits and lightening protection system conductors shall not be used as means of earthing an installation of even as a link in an earthing system. The electrical resistance measured between earth connection at the main distribution board and any other point on the completed installation shall be low enough to permit the passage of current necessary to operate circuit breakers and shall not exceed phase current. All metal clad switches and other equipment carrying single phase current, shall be connected to earth by a single connection. All metal clad switches, carrying medium voltage shall be connected with earth by two separate and distinct connections.

21.7.3 No earth pit shall be made within 2.0 metre of a wall or foundation. Effort shall be

made to locate in grass lawns or near flower beds or water taps. The distance between two earthing pits shall be at least 2 metres.

21.7.4 RCC COVER FOR EARTH PIT

RCC cover for earth pit shall be 40 mm thick mix of concrete for cover shall be (1:2:4) type B-1 using 20 mm graded crushed stone aggregate and reinforced with 8 mm dia high strength deformed TMT steel bars @ 100 mm c/c both ways. Handle shall be of 8 mm dia high strength deformed TMT steel bars and shall be fixed in such as way that the gap between cover and handle is at least 150 mm.

21.7.5 Concrete chamber shall be PCC (1:3:6) type C-1. All internal surfaces of the

chamber shall be given 15 mm thick plaster in cement mortar (1:4). Funnel in chamber shall be made out of GI sheet. It shall be leak proof and provided with wire gauge duly soldered.

21.7.6 Charcoal dust and salt filling shall be done in layers as shown in electrical plate.

Surplus soil shall be disposed off and site left clean and tidy on completion. 21.8 TESTING 21.8.1 The installation after completion of work shall be tested for following:-

Page 114: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 201 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(a) Insulation Resistance (i) The insulation resistance shall be measured by applying between earth and the whole system of conductor or any section thereof with all fuses in place and all itches closed, and except in earthed concentric wiring, all lamps in position or both poles of installation otherwise electrically connected together, a, DC voltage of not less than twice the working voltage, provided that it does not exceed 500 volts for medium voltage circuits. Where the supply is derived from three-wire (ac or dc) or a poly-phase system the neutral pole of which is connected to earth either direct or through added resistance the working voltage shall be deemed to be that which is maintained between the outer or phase conductor and the neutral. (ii) The insulation resistance in megohms of an installation measured as in (i) shall be not less than 50 divided by the number of points on the circuit, provided that the whole installation need not be required to have an insulation resistance greater than one megohm. (iii) Control rheostats, heating and power appliances and electric signs, may, if desired, be disconnected from the circuit during the test, but in that event the insulation resistance between the case or frame work, and all live parts of each rheostat, appliance and sign shall be not less than that specified in the relevant Indian Standard specification or where there is no such specification shall be not less than half a megohm. (iv) The insulation resistance shall also be measured between all conductors connected to one pole or phase conductor of the supply and all the conductors connected to the middle wire or to the neutral on to the other pole of phase conductors of the supply. Such a test shall be made after removing all metallic connections between the two poles of the installation and in these circumstances the insulation resistance between conductors of the installation shall be not less than that specified in (ii) above. (v) On completion of an electric installation (or an extension to an installation) a certificate shall be furnished by the contractor, countersigned by the certified supervisor under whose direct supervision the installation was carried out. This certificate shall be in a prescribed form as required by the Engineer in charge.

(b) Testing of Earth Continuity Path :- The earth continuity conductor including

metal conduits and metallic envelopes of cable in all cases shall be tested for electrical continuity and the electrical resistance of the same along with the earthing lead but excluding any added resistance or earth leakage circuit-breaker measured from the connection with the earth electrode to any point in the earth continuity conductor in the completed installation shall not exceed one ohm.

(c) Testing of Polarity on Non-linked, Single-Pole Switches

(i) In a two wire low voltage installation, a test shall be made to verify that all non-linked, single-pole switches have been fitted in the same conductor throughout and that such conductor has been connected to an outer or phase conductor or to the non-earthed conductor of the supply. (ii) In a three-wire or four-wire installation, a test shall be made to verify that every non-linked, single-pole switch is fitted in a conductor connected to one of the outer or phase conductor of the supply.

21.8.2 The test shall be carried out in the presence of the Engineer-in-Charge and shall

be signed by Engineer-in-Charge and the contractor. Three copies of test sheet shall be submitted by contractor. In case the earth result does not fall within the

Page 115: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 202 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

specified limit, as mentioned in IS/IE Rules, the contractor shall dig earth pit beyond 2.5 metres deep to obtain the desired earth results.

21.8.3 All testing instruments labour, materials and incidentals necessary to conduct the

test shall be arranged by the contractor at his own cost. 21.9 WIRING DIAGRAM/DRAWINGS : - Wiring diagram, inventory of the buildings

and test records/reports in five copies shall be submitted by the contractor after completion of work.

21.10 MAKES OF MATERIALS : - Makes of materials shall be as given in

Appendix ‘C. The contractor shall provide these materials from one of the manufacturers only.

22 EXTERNAL WATER SUPPLY 22.1.1 The scope of work in this tender covers external water supply to various

buildings included in the tender and includes all works described in various items of Schedule ‘A’ Particular specifications and as shown on drawings.

22.1.2 The tenderer shall be responsible for supplying installing/laying, connecting,

testing and commissioning of the items covered in the tender all as specified and directed by Engineer-in-Charge. The work shall be of high standard and executed as per sound Engineering practice as per SSR/IS/Manual on water supply and treatment of Min of works and housing. Test shall be carried out on the specified length of pipeline laid and after testing the proceeding and succeeding end of pipes shall be connected by means of suitable flanged joints with jointing materials at no extra cost. The field test pressure shall not be less than double the working pressure.

22.1.3 During the currency of work and also on completion of work, testing shall be

carried out for all items and installations as a whole as per SSR/IS/Manual on water supply and treatment of Min of works and housing to the entire satisfaction of GE and a record shall be maintained duly signed by the Engineer-in-Charge and the contractor. For testing of pipe lines Para 5.4.3 and Appendix 10 of manual on water supply and treatment of Min of Works and Housing shall strictly be followed.

22.1.4 IS-3114 and IS-2065 shall specifically be read and adopted strictly. 22.2 PROTECTION AGAINST POLLUTION NEAR SEWERS AND DRAINS

Para 9.11.1 of the Manual of water supply and treatment of the Min of Works and Housing shall be adopted.

22.3 TESTING

The contractor will be responsible for the arrangement of testing. All the equipment, testing material etc will be arranged by the contractor at no extra cost.

22.4 The water supply work shall be carried out by properly skilled and licensed

fitters/plumbers under the supervision of qualified supervisors/Engineers. The contractor shall, on demand by Engineer-in-Charge produce such evidence of qualifications of his workmen/supervisors/Engineers at the time of commencement of work and at any time thereafter/during the currency of work.

Page 116: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 203 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

22.5 SAMPLES AND MATERIALS 22.5.1 All materials (equipments, pipes, valves, fittings and accessories etc) to be

incorporated in the work shall invariably be ISI marked and of the makes specified herein-after or in Appendix `C’ and approved by the GE. In case any ISI marked items is not available in the country, this shall be of the make approved by GE.

22.5.2 In case ISI does not exist for any item, it may conform to current BS/DIN/ASTM

specifications, in which case a copy of relevant standard shall be submitted by tenderer.

22.5.3 Manufacturers test certificates as per ISS test procedures for items to be

incorporated in works shall be submitted by contractor. 22.6 RECORD 22.6.1 On completion of work, the contractor shall submit one tracing cloth print and

three (blue print) copies of detailed layout plans showing (a) Actual position of pipe lines, valves etc with details (b) The following record for all buried pipelines

(i) Size and type of pipe (ii) Location of the pipes in relation to buildings, roads etc with depth (iii) Cross section showing whether pipes are laid in culverts or ducts

giving their sizes, type and depths (iv) Location of other pipes, which run along with or across the pipe

route (v) Position and depth of all cables, sewers, ducts etc which are met

as obstructions to the pipe routes. 22.7 STEEL AND IRON WORK 22.7.1 All the structural steel shall conform to IS-2062 (standard quality) Fe-410-WA

and shall be cut to length as required workmanship shall be as stipulated in MES SSR Part-I.

22.7.2 All exposed surfaces of steel/iron work shall be painted with two coats of

bituminous paint unless stated otherwise in the description of the Schedule ‘A’ item.

22.8 GI PIPE AND FITTING

These shall conform to IS-1239 and fittings shall be suitable for the class/grade of pipe. Make shall be as per Appendix ‘C’.

22.9 VALVE PIT 22.9.1 Cement concrete required for foundation shall be with PCC (1:5:10) type E-2

using 40 mm graded stone aggregate and for coping with PCC (1:2:4) type B-1 using 20 mm graded stone aggregate.

22.9.2 Walls of valve pit chamber shall be in bricks/PCC Block in CM (1:6), built in cement mortar (1:6) as specified herein before.

22.9.3 Internal and exposed surfaces of valve pit chamber both concrete and stone masonry surfaces shall be plastered with cement mortar (1:4), 15 mm thick, finished even and smooth.

22.9.4 Cover with angle iron frame work for valve pit chamber shall be provided all as

shown on drawings. The thickness of MS sheet for cover shall be 3 mm.

Page 117: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 204 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

22.9.5 Frame holding bolts shall be given a thick coat of bitumen/tar before embedding in concrete.

22.9.6 Cover shall be painted all as specified in Schedule ‘A’ herein-before. 22.9.7 Excavation and earth work shall be in any type of soil and removed to a distance

not exceeding 50 metres all as directed by Engineer-in-Charge. 22.10 WORKMANSHIP OF STEEL WATER TUBING (GI PIPES)

The contractor shall use proper bends, elbows, tees at turning corners. Bending of pipes is not permitted except where the pipe has to follow the contour of masonry work or where a fitting cannot be inserted. The bends shall be gradual and firm with the written permission of the Engineer-in-Charge.

22.11 GATE VALVES/BIB COCKS Gate valves shall be IS-778 and bib cock shall

be IS-781 marked.

23 EXTERNAL ELECTRIFICATION 23.1 SCOPE OF WORK

The scope of work covers external electrification to various buildings in this tender and includes all works described in various items of Schedule ‘A’ particular specifications and as shown on drawings.

23.1.1 The layout of various electrical equipments, fittings/accessories cables etc shown on various drawings attached with this tender are tentative. The exact layout shall be as directed by Engineer-in-Charge and approved by GE in writing to suit the site requirements. Contractor is to ensure written approval before taking work in hand. No price adjustment, whatsoever, shall be admissible to the contractor on this account.

23.1.2 Specifications of materials and workmanship in these external electrification services shall be as specified in MES SSR except where specifically mentioned in these documents. General Rules preamble to various section rates, special conditions, method of measurement etc given in MES SSR shall apply to this contract unless otherwise specified in these documents.

23.1.3 The tenderer shall be responsible for supplying, installing, laying, connection, testing and commissioning of the items covered in the tender all as specified and directed by Engineer-in-Charge. The work shall be of high standard and executed as per sound Engineering practice as per MES SSR/IE Rules/IS/National Electrical Code.

23.1.4 During the currency of work and also on completion of work testing shall be for all items/the installation as a whole as per MES SSR/IS to the entire satisfaction of GE and as record shall be maintained duly signed by the Engineer-in-Charge and contractor.

23.1.5 (i) The tenderer shall include all requisite components accessories like cable

glands, cables, CTs selector switches shrouds, indication lamps. Auxillary relay connectors, toggle switches, handles, cable indicating discs, brackets and clamps of all kinds instrument wiring, instrument fuses interlocks and all such other requirements for completion of the entire work though not specifically brought out in Schedule ‘A’ and in these specifications. The tendered rates shall be deemed to include all connected works required for supplying, erecting, testing and commissioning of the entire equipments, supplying and connecting cables in ducts etc.

(ii) Unless otherwise specified civil engineering works required for installation of the equipments such as grouting of poles and equipments, trench cutting and back filling in ground and in road crossings etc shall be deemed to included.

Page 118: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 205 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(iii) Wherever the cable crosses the existing path/road, the contractor shall dig only half the width of path/road at a time. If required, necessary diversion shall be provided. Proper warning sings and red light shall be displayed and watchmen posted to prevent accident at crossings and diversions. After the cables are laid tested and trenches refill the road/path disturbed shall be made good to conform to the original specifications. The contractor shall be deemed to have visited site to works and made himself familiar.

23.1.6 The electrical works shall be carried out by properly skilled an licensed electricians under the supervision of qualified electrical supervisors/engineers as per IE Rules. The contractor shall on demand by Engineer-in-Charge produce such evidence of qualifications of his workmen/supervisors/engineers at the time of commencement of work and at any time thereafter/during the currency of work.

23.1.7 The items covered in this tender and incorporated in work shall be capable of delivering satisfactory/services/operation without detriment to its life under the climatic condition of the proposed site.

23.1.8 Before taking up any item of work of this tender in and are not belonging to Min of Defence, the contractor shall give adequate notice to the local authorities through MES. He shall be responsible and guarding excavation which might be a source of danger to the public.

23.2 TIMELY PLANNING/PROCUREMENT ACTION BY CONTRACTORS

Tenderer shall submit detailed catalogues/pamphlets/drawings of major electrical supply items flame proof fittings, LT panels, HT & LT cables, LT & HT poles, ACSR conductors etc to the GE for approval within one month of placement of work order. The GE would convey his decision within two weeks and thereafter procurement action shall be initiated by the contractor and twelve weeks after acceptance of tender the contractor shall produce documents evidence to the effect that he has placed orders for various equipments of makes specified in the tender on the manufacturer or his authorised dealers to the GE and the Accepting Officer.

23.3 SAMPLES AND MATERIALS

(i) All materials (equipments, fittings, cables, accessories etc) to be incorporated in the works shall invariably be ISI marked and of the make specified herein after or in Appendix `C’ and approved by GE and ISI marked. In case any ISI marked items is not available in the country, this shall be BIS conforming to BIS and of the make approved by GE. (ii) Amendments to IS issued till the date of issuing of tender are deemed to be included. (iii) In case IS does not exist for any item, it shall conform to the current BS/DIN/ASTM, specifications in which case a copy of relevant standard shall be submitted by tenderer. (iv) The contractor after obtaining written approval of makes and samples shall obtain the materials and equipments from an approved firm or through their authorised agents and shall ensure that the materials are brought to site in the manufacturers original packing with seal intact. (v) The contractor is required to submit the original purchase vouchers/cash memos duly machine numbered and dated in respect of purchase of the articles showing all taxes, excise duty, excise duty gate pass number, make and numbers as required. The purchase vouchers shall be produced to the Engineer-in-Charge for his verification of materials/equipments and obtaining the approval/permission of GE for release of payment/incorporation in the works. On

Page 119: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 206 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

approval the Engineer-in-Charge shall deface the purchase vouchers etc and the defaced original purchase vouchers with two zerox copies thereof shall be submitted by the contractor to the Engineer-in-Charge for reference and record. The original purchase vouchers shall be released to contractor after technical checks and payment of final bill. (vi) No foreign exchange shall be made available by the Department. (vii) Manufacturers test certificate as per IS test procedures for items to be incorporated in works shall be submitted by the contractor.

23.4 RECORD DRAWINGS : -On completion of work the contractor shall submit the

tracing (on cloth) and three copies of detailed layout plans showing (a) Actual position of transformers, cable runs, HT/LT poles, overhead line etc with details. (b) Detailed schematic diagram and S/S layouts, with equipments details. © The following record for all buried cables:- (i) Size and type of cable and manufacturers number. (ii) Location of the cables in relation to buildings, roads etc with depth. (iii) Cross section showing where cables are laid in pipe or ducts giving their

sizes, type and depths together with an indication of any separate available. (iv) Position and type of all joints (v) Location of other cables which run along with or across the cable route. (vi) Accurate length from joint to joint (d) Record of service lines as per MES SSR.

23.5 SAFETY PROCEDURE AND PARCTICES

In all major electrical installations such as Sub station industrial establishments, transmission and distribution lines and cable networks safety procedures and instructions for working on low medium and high voltage mains and apparatus and safety practices listed in IS-5216 (Guide for safety procedures and practices in electrical works) shall be followed to the extent applicable. The contractor shall provide workmen with safety devices and appliance.

23.6 FIRE SAFETY

All electrical equipment shall satisfy the requirements laid down in IS-1646 code of practice for fire safety of buildings (general) electrical installations and IS-3034 code of practice for fire safety of industrial buildings, electrical generating and distributing stations to the extent applicable.

23.7 GI TUBING

GI tubing shall conform to IS-1239 and as described in MES SSR. 23.8 CONCRETE PIPE

For laying under road crossings etc shall be class NP-2 conforming to IS-458 and as specified in MES SSR.

23.9 PHASE SEQUENCE

Proper phase sequence will be ensured in the entire practical system during and by testing for commissioning. Proper phase sequence colour cording/marking will be maintained through out the installation and suitable marking/painting will be provided.

23.10 CABLES

(a) HT XLPE cable shall be manufactured by using sioplas and dry curing with nitrogen gas technology confirm to the requirements laid down in IS : 7098

Page 120: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 207 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(Part-II) issued by BIS. Contractor shall submit the acceptance test of HT XLPE cable as stipulated in clause 18.2.1 of IS-7098 Part-II. The acceptance test of cable is mandatory before approval of same by GE. (b) LT cables shall be XLPE insulated, heavy duty armoured all as specified in Schedule ‘A’ conforming to relevant IS. © All cables shall bear ISI certification marks. These shall be brought at site wound on cable drum, ends sealed and with manufacturers test certificate. (d) Cable shall be laid in trenches, fixed to walls/drawn in pipes/ducts and jointed and tested complete all as specified in clause 19.74 to 19.96 of MES SSR Part-I.

23.11 CABLE COVER Cable cove shall be all as specified in item of schedule `A`

23.12 STEEL AND IRON WORK

(i) All the structural steel shall comply with IS specifications conforming to IS-2062 (Standard quality) Fe-410WA and shall be cut to length as required and workmanship to conform as stipulated in MES SSR. (ii) All exposed surfaces of steel/iron work shall be painted with two coats of aluminium paint over a coat of red oxide primer unless stated otherwise in the description of schedule ‘A’ items or specified here-in-before.

23.13 (a) Tripping/protection system of HTOCB ie relays shall be tested by

secondary injection system at site after installation before commissioning at the contractors cost which is deemed to be included in rates quoted. Relay setting would be done to provide proper discrimination downstream ie between SCB/MES panel main incoming all as directed by GE. (b) Suitable lugs shall be provided at all cable and terminations and these shall be crimped with hydraulic, crimping machine. Cost of this work is deemed to be included in the rates quoted.

23.14 FOUNDATION BOLTS, NUTS, INSERTS ETC (a) All foundation and other fixing bolts, nuts, brackets, cables trays and other

hardware etc necessary for the erection shall be provided by the contractor and his rates shall include for the same. Adequate spacing shall be provided for lifting and handling each item of equipment.

(b) Necessary foundation pockets with channels shall be provided wherever

required and / or directed by GE.

23.15 GANG OPERATED AIR BREAK ISOLATORS POLE MOUNTED These shall be 11 KV, 3 phase, 200 Amps capacity, all as specified in MES SSR and shall be mounted HORIZONTAL. Navtal lock (6 livers) with duplicate keys will also be provided by the contractor. Make shall be as per Appendix ‘E’.

23.16 STEEL TUBULAR POLES/ STRUTS AND STAY ASSEMBLIES

(a) Steel tubular poles shall be swaged type and shall confirm to IS 2713 (Part 1 to 3) 1980. Size of the pole shall be as specified in Schedule ‘A’ and as per clause 19.3 of MES SSR Part-I. The pole shall be erected as specified in clause 19.50, 19.51 & 19.52 of MES SSR Part-I.

Page 121: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 208 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(b) 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. (c) The contractor shall produce certificate from the manufacturer to establish that the poles conform to and have been produced as per the IS specifications. (d) The plinth blocks/muffs shall be finished even and fair without using extra cement. (e) 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.

23.17 ACSR CONDUCTOR

(a) ACSR conductor shall conform to IS-398. (b) ACSR conductor shall be fixed all as specified in clause 19.56 to 19.65 of

MES SSR Part-I (c) Makes of ACSR conductor shall be as per Appendix ‘C’

23.18 HT INSULATORS

HT insulators shall be porcelain vitreous brown in colour free from any defects and shall conform to IS-731. They shall bear the certifications marks of the IS as regards their quality and soundness in all respects. Dimensions of parts of insulators shall conform to IS-2486 (Part-I& II). Disc insulators shall conform to IS-3188. Manufacturers test certificate shall be provided for approval.

37.19 LT INSULATORS

These shall be vitreous white in colour and shall conform to IS-1445 and shall be free from any defects.

23.20 STEEL CROSS ARMS

(a) These shall be of MS angle or channel sections all as specified in Schedule ‘A’ and in MES SSR. (b) The rates quoted by the contractor include cutting, bending, welding and also fixing with necessary clamps made of MS flat iron, drilling holes, nuts, bolts and washers etc. The rates shall include painting with two coats of aluminium paint over a coat of red oxide primer.

23.21 EARTHING 23.21.1 Earthing shall be done in accordance with latest IS-3043 code of practice for

earthing and MES Schedule (Part-I) and IE Rules. The contractor shall obtain approval of Engineer-in-Charge before commencement of earthing work and it shall be executed in the presence of an authorised MES representative.

23.21.2 Normal earthing unless otherwise specified in Schedule ‘A’ shall be done with galvanised iron or steel plate 600x600x6 mm as per Electrical plate No 3 of MES SSR Part-I. Depth of earth plate given in Schedule ‘A’ is the minimum but this may be increased by the Engineer-in-Charge depending upon the soil conditions. Tubing GE used for earthing protection/watering shall be of medium quality.

23.21.3 LT switch gears/equipments, wherever to be earthed with normal earthing shall be earthed with 25 x 4/32 x 6 mm GI strip connection to earth electrode. Two separate earth point shall be made in such cases for two independent path to earth. In other cases such connection to electrode shall be of 8 gauge (4mm) GI wire as specified in Schedule ‘A’

Page 122: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 209 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

23.21.4 The earth electrode shall be located at least 2 metres from the footing of nearest foundation, exact distance however being decided by GE at site considering the depth of excavation and structural safety. Distance between any two electrodes shall strictly be as per IS-3043. The overall continuity resistance of any electrode shall not exceed one ohm.

23.21.5 Test links (test point) shall be provided in earth circuit for carrying out resistance measuring test. The earth resistance of the whole system shall be as per IS/STEC pamphlet HOT/IE Rules as near as possible to zero ohm and shall not in any case exceeding one ohm.

23.21.6 All joints in main earthing and between the main earthing strip and branch

connections shall have the overlapping surface properly treated and jointed to prevent oxidation. Straight joints shall have overlap of 50 mm. All joints shall be revetted sweaved and brazed. Four 6 mm dia copper rivets (2 in 2 rows) shall be used for jointing the main/branch earth strips.

23.21.7 Concrete pit chamber shall be PCC (1:3:6) type C-1. All internal surface of the

chamber shall be given 15 mm thick plaster in cement mortar (1:4). Funnel in chamber shall be made out of CI, It shall be leak proof and provided with wire gauge duly soldered.

23.21.8 RCC cover for earth pit shall be all as specified in PS herein before. 23.21.9 Char coal dust and salt filling shall be done in layers as shown in electric plate.

Surplus spoil shall be disposed off and site left clear and tidy on completion. 23.22 DANGER BOARD

Danger/notice board conforming to IS-2551 shall be provided on all HT panels/kiosk and also on LT poles/equipment catering to 3 phase 415/433 volts.

23.23 STEP UP TRANSFORMERS 23.23.1 The transformers shall confirm to IS-2026. These shall be outdoor type, copper

wound step up plinth mounted as specified in Schedule ‘A’. 23.23.2 The transformer oil shall be fresh, conforming to IS-335.

(i) The transformer shall be double copper wound (One set of HT and one set of LT winding) 3 phase, oil insulated, air cooled, core type and shall be insulated with high class material with high dielectric strength and slow aging characterises and shall be able to with stand impulse voltage corresponding to the values laid down in IS.

(ii) The transformer shall be capable of withstanding the thermal and mechanical effects of short circuits at the terminal for a period of at least 5seconds without any injury. The max anticipated symmetrical 3 phase short circuit level at 33 KV and 400 Volts and 1250 KVA as per IS respectively.

(iii) The dehydrating breather shall be fixed to each conservator vessel at normal height, connected through pipe to conservator tank and shall be complete with first fill of dehydrating agent.

(iv) Transformer shall be provided with an explosion vent diaphragm of standard material in the tank as well as at the free end and shall be connected directly to main tank top and designed for the release of any excessive pressure in the tank due to internal fault that may be generated in the transformer or in the

Page 123: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 210 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

cooling equipments. An equaliser connectors between conservator tank top and vent should be provided. To prevent any dirt of insect entry inside, the free end of the pipe shall be fitted with a wire net. The vent should point outside.

(v) The dial thermometer fitted on the transformer shall be 100 mm dia,

vapour pressure type, with a range of 0 to 120 degree with one indicator, to indicate instantaneous temperature. In addition, it shall be provided with a maximum temperature indicating pointer and resetting device.

(vi) The transformer shall be provided with “OFF LOAD” tap changing arrangement on HV side for constant KVA output. It should be suitable for exterior operation without removing the transformer cover, lockable type.

(vii) The transformer oil shall be tested for dielectric strength of 40 KV at minimum 2.5mm gap.

23.23.3 The transformer shall be provided with the following:-

(a) 3 Nos HV outdoor porcelain bushing for outdoor transformer/suitable size cable box 33 KV UG cable with cable glands for indoor transformer on HV side.

(b) LV, 3 phase neutral cable box with disconnecting chambers suitable for connectors or provisions of sufficient number of cable glands depending of size.

(c) LV neutral bushing brought outside for direct earthing. (d) Conservator with drain plug and filling pipe with cover.

(e) Tapping switch handles with indicator and locking arrangement. (f) Rating and diagram plates.

(g) Plain oil level gauge (indicator) on the conservator tank with normal, max and min oil level markings.

(h) Silica gell breather. (j) Explosion vent.

(k) Lifting lugs. (l) Jacking lugs/pads. (m) Drain valve and plug. (n) Cooling Radiators. (o) Air release plug (p) Cover lifters. (q) Thermometer pocket (r) Bi-directional rollers. (s) Earthing terminals for main transformer. (t) Inspection cover. (u) Filter valve and drain valve. (v) First fill of transformer oil.

23.23.4 All materials and each part of the equipment shall be subject to routine tests in

accordance with the relevant IS. Works test shall include:- (a) Routine tests in accordance with relevant IS.

(b) Measurement of Zero phase sequence impedance. 23.23.5 Site test shall include.

(a) Insulation resistance test. (b) Oil sample tests (dielectric strength)

(c) Test to prove correct operation of tap change switches and rating test.

Page 124: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 211 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(d) Capacity test by connecting to artificial (water) load. A test certificate duly signed by contractor and Engineer-in-Charge would be produced for above tests.

23.23.6 Make of the transformer shall be as per Appendix ‘C’.

23.23.7 Losses on 50% load and losses on 100% load shall not be exceeded beyond

permissible limit given by ECBC-2006. NOTES:- (a) Transformer shall be got tested at manufacturer’s premises. (b) Manufacturer’s original test certificate/ operating manual/ original

purchase voucher shall be submitted by the contractor for transformer. (c) Contractor shall submit complete drawings with specification of materials

and the same shall be got approved by GE for transformer. (d) Transformer shall be got tested & commission by SEI. 24. TESTING OF MATERIALS

(a)It will be mandatory for the contractor to establish his own laboratory, at his own cost at site on commencement of work for carrying out the tests of materials specified in Annexure herein before for the works costing Rs 1 crore and above. The contractor will be permitted to set up a site laboratory at his own cost for the works costing less than Rs 1 crore at his option. All equipment of the laboratory will be got calibrated by the contractor from the authorised test house at commencement of work and thereafter on yearly basis and tests certificate produced to the GE.

(b) It will be mandatory for the contractor to carry out all the tests specified in the Annexure- I in addition to other tests specified else where such as cement, steel etc in the tender documents. The cost of material and transportation to different laboratories will be borne by the contractor in addition to testing charges given in succeeding Paras.

(c) The contractor shall employ a competent technical representative having minimum qualification of Diploma in civil Engineering for carrying out tests in site laboratory. This will be in addition to Engineers(s) required to be employed for supervision of works as required vide condition 25 of IAFW-2249.

(d) The tests shall be carried out in the presence of Engineer-in-Charge. (e) There will be no recovery by the department for the tests specified to be carried out in site laboratory established by the contractor as per Annexure-I (level ‘B’) here in before. (f) A percentage/selective checks as desired by the Accepting Officer shall be got done independently in the Zonal/Govt Approved laboratory, the expenditure for such tests shall be borne by the Department. However, the cost of material and transportation charges shall be borne by the contractor. In case the test results are found at variance from the site laboratory, then the results obtained from the Zonal/Govt approved laboratory will be final and binding.

(g) For the works costing less than Rs 1 crore, if the contractor does not opt to establish site laboratory, the materials required to be tested in site laboratory as

Page 125: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 212 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

indicated in Annexure –I shall be got tested by the contractor in site laboratory if established by the Department or in the Zonal laboratory and the recovery as specified in Annexure- I (level ‘B’) shall be effected from the contractor.

(h) The recovery in respect of tests required to be carried out in Zonal laboratory of Annexure –I shall be made as per rate mentioned in Annexure I (level ‘B’).

(i) The recovery in respect of tests required to be carried out in National Test House/Engineering College of Annexure- I (level ‘C’) shall be effected by the Department, and the cost of these tests shall be paid directly by the contractor to this Institution and no reimbursement thereof shall be made.

(j) The cost of charges for the tests carried out in SEMT Wing of materials listed in Annexure –I shall be recovered from the contractor at rates stated in Annexure- I (level ‘C’) Submission of samples for testing to SEMT wing will be at the sole discretion of GE.

NOTE : - (a) IS referred in these Annexure, if found variance due to any reason, IS as applicable be considered and no claim/correspondence on this account will be entertained. Decision of the GE on this account shall be final, conclusive and binding. (b) Latest revisions and number of IS up to the date of receipt of tender will be applicable. (c) Testing charges shall be recovered from the contractor at the rate enhanced by 60% (sixty percent) in addition to the rates in these annexure.

25 ROAD, PATH/HARD STANDING& CULVERT 25.1 EXCAVATION AND EARTH WORK

Before commencement of excavation or earth filling, the representative of the GE and the contractor will be required to take the levels jointly of existing ground surface at intervals decided by the GE (The decision of the GE shall be final and binding in this respect) and plot the same on longitudinal and cross sections to be prepared by the Engineer-in-Charge. These cross sections shall also show the proposed formation level after consolidation and shall be signed by the GE and the contractor in token of their acceptance and sent to CWE Office for record within two months from the date of commencement.

25.2 ROLLING FORMATION SURFACES

(a) The formation surfaces shall be rolled to the required gradient and camber with power roller including sprinkling the surfaces with water as required. (b) Where rolling is not feasible, prior permission of GE shall be obtained in writing for hand ramming. The laying of base course will commence only after the earth formation is approved by the GE.

25.3 DRAINAGE OF EARTH FORMATION

At all times, the formation surface shall be kept drained by the contractor. The contractor shall provide such temporary open drain as may be necessary to prevent accumulation of water from any cause whatsoever.

25.4 Stone metal for soling, WBM and premix carpet shall be from the sources as per

Appendix ‘A’ and as approved by GE.

Page 126: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 213 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

25.5 The grading of crushed or broken stone aggregate for WBM shall conform to

grading No 2 as specified in clause 20.A.3 of MES SSR Part-I. 25.6 Screening for WBM shall be of grading ‘B’ 25.7 Binder for tack coat shall be VG-10 grade and for semi dense asphaltic concrete,

premix carpet and sand seal coat shall be bitumen VG-30 grade. Bitumen shall not be issued under Schedule ‘B’. Paving bitumen VG-10/VG-30 shall be procured by contractor at his own from manufacturers or their authorised agents and shall be brought at site of work in manufacturers sealed containers all as per clause 20A.11.4 of MES SSR Part-I.

25.8 Workmanship shall be in accordance with relevant clauses and paras of MES

SSR Part-I. 25.9 Measurement of material and finished work shall be done in accordance with

MES SSR Part-I & Part-II. 25.10 Stone edging shall not be provided where the stone berms are provided. 25.11 The compaction of approved filled earth shall be carried out as specified in

clause 3.22 of MES SSR Part-I. The compaction of earth filling in embankments shall be carried out under optimum moisture conditions so as to obtain at least 95% of standard proctor density for each layer.

25.12 STONE PAVINGS .

Stone pavings as described in respective item of Sch `A’ shall be provided all as specified in MES SSR Part-I.

25.13 CONCRETE PAVEMENTS

Concrete pavement shall be provided as described in Sch ‘A’ 25.14. BITUMEN

Binder for tack coat shall be VG-10 grade and for asphaltic concrete, premix carpet and sand seal coat shall be bitumen VG-30 grade. Bitumen shall not be issued under Schedule ‘B’. Paving bitumen VG-10/VG-30 shall be procured by contractor at his own from manufacturers or their authorised agents and shall be brought at site of work/hot mix plant in manufacturers sealed containers all as per clause 20A.11.4 of MES SSR Part-I. Bitumen shall be conforming to IS-1973-2006.Bitumen required for work shall be procured by contractor under his own arrangement from the producers listed below:-

(a) Bharat Petroleum. (b) Indian Oil Corporation. (c) Hindustan Petroleum

The contractor shall submit original receipted vouchers and test certificate for each lot of bitumen. Contractor shall also make the facility of testing of bitumen from any recognised lab/National test house and the cost of each test shall be borne by the contractor.

25.15 TESTING OF BITUMEN

The contractor shall submit the manufacturer’s test certificate of bitumen for each lot of bitumen in original. Sheets given shall have the results of each physical

Page 127: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 214 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

test as applicable in accordance with relevant IS/IRC provision. The test certificate and test sheet result shall be furnished with each batch of bitumen. The GE shall carryout independent testing as per the test mentioned in relevant IS of random samples of bitumen from various lots. The testing shall be carried out from any recognized/authorized lab as approved by the Accepting Officer. The decision as to where the testing of bitumen is to be done shall be taken by GE. In case the bitumen is not of requisite standard despite manufacturer test certificate, the contractor shall remove the total material from the site at his own cost after written rejection order of the bitumen by the GE. The cost of test and transportation of sample to the approved lab/test house shall be borne by the contractor irrespective of the results of testing.

25.16 STONE AGGREGATE (FOR ROAD WORK)

Stone for WBM & Soling shall be machine crushed sand stone complying with SSR Part-I requirement. Stone aggregate for premix carpet shall be of machine crushed granite/basalt/black trap crushed stone complying with SSR Part-I requirement.

25.17 SAND (FOR ROAD WORK)

Fine aggregate or sand shall consist of natural sand or crusher run screenings or a mixture of both and shall be clean, hard, durable, uncoated, coarse dry particles and be free from injurious amounts of dust, soft or flaky particles or organic matter or other deleterious substances and shall conform to approved samples kept in the office of GE.

25.18 It will be mandatory for contractor to carry out all the following test as specified in

relevant IS. The cost of materials and transportation to different laboratories will be borne by the contractor in addition to testing charges:-

(a) Coarse aggregate:-

(i) Los angles abrasion value as per IS 2386 Part-IV (ii) Aggregate impact value as per IS 2386 Part-IV (iii) Combined Flakiness Elongation index as per IS 2386 Part-I 25.19 APPLICATION OF TACK COAT

The binder shall be heated to its appropriate temperature and applied uniformly over the prepared surfaces by mechanical sprayer. The tack coat shall be applied immediately before spreading the mix.

25.20 PREPARATION OF MIX

Hot mix plant shall be used for mixing of aggregate and binder. For small quantities improvised drum mixing may be used as approved by the GE. The binder shall be heated to specified temperature. The aggregate shall be suitably warmed or heated before loading into hot mix plant. The correct qty of each size of aggregate shall be fed into mixer with specified quantity of binder. Each batch shall be mixed to ensure thorough coating.

25.21. SPREADING The mix shall be spread by mechanical spreader (Pavers), small quantities may be spread by hand, if permitted by GE. In that case mix shall be raked to a sufficient thickness so as to get compacted thickness as specified. The edges (longitudinal and transverse) of previously laid carpet shall be cut back to its full depth and exposed surface painted with hot coat of bitumen and new mix shall be placed in contact with it.

Page 128: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 215 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

25.22. PREMIXED BITUMINOUS CARPET Aggregate for premixed bituminous carpet shall confirm as per clause 20.A.5.1, Mix designation shall be of grading-2 as per clause 20.A.7.3 The premix Bituminous carpet shall be laid 2 lines, grade and typical cross section indiacted on drawings and as specified in clause 20.A.27. Preparation, application, transportation, laying, spreading, rolling, quality control etc shall be all as per relevant clauses of 20.A.27 of SSR PART-I.

25.23. PREMIXED SAND SEAL COAT

Sand for seal coat shall be confirming as per clause 20.A.28.4 Preparation, application, transportation, laying, rolling, quality control etc shall be all as per relevant clauses of 20.A.28 of SSR Part-I.

25.24. PRECAST INTERLOCKING PAVER BLOCKS ; - Interlocking pre-cast coloured

block shall be 60/80mm thick. The make of tiles shall be same as of cement flooring tiles specified in APPX ‘C’. The colour/size/pattern/design of blocks shall be as approved by GE. The block shall be laid over 25mm thick sand cushioning over 100mm thick PCC (1:4:8) type D-2 using 40mm graded stone aggregate over rammed earth. The joints shall be filled with sand. 60mm thick block shall be M-35 grade and 80mm thick block shall be M-40 grade (IS-15658 marked). The blocks shall be rubber moulded, anti-fungus.

26. SEWAGE DISPOSAL

26.1 The work of sewage disposal shall be executed as specified in items of respective Schedule ‘A’ (Sewage disposal) and shown in drawings. 26.2 All RCC pipes shall be class NP2 pipe. Pipe shall be laid accurately to line and gradient. Laying, jointing, curing and covering of RCC pipe shall be done as per clause No.18.74.3 to 18.75 of MES Schedule Part-I. Width of excavation of RCC pipes for purpose of Payment shall be authorized width as defined in clause 3.2 of MES Schedule Part II.

26.1 SEPTIC TANK

(a) EXCAVATION AND EARTH WORK

Excavation and earth work in soft/loose soil and disposal of excavated soil to a distance exceeding 250 metre and not exceeding 500 metre. Returning, filling shall be done with approved earth/CNS as shown on drawings.

(b) CEMENT CONCRETE (i) Cement concrete in foundation and sub base below flooring of septic tank shall be provided all as shown on drawings. The mix of concrete shall be (1:5:10) type E-2 using 40 mm graded stone aggregate. (ii) All other plain cement concrete shall be PCC (1:2:4) type B-1 using 20 mm graded stone aggregate. Surfaces of PCC floor shall be finished even and smooth using extra cement. (iii) All reinforced cement concrete work shall be M-25 (Design mix) as specified herein before.

(c) Brick shall be all as described herein before, shall be built in cement mortar (1:4). (d) PLASTERING

(i) All plaster shall be 12 mm thick in cement mortar (1:3).

Page 129: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 216 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(ii) Plaster to all internal surfaces of walls of septic tank shall be with an admixture of integral water proofing powder conforming to IS specifications and bearing ISI mark on container. Quantities of water proofing powder to be used shall be as per manufacturer’s instructions. Deviations, if any shall be priced taking waterproofing powder as 3% by weight of cement. All internal plastered surfaces shall be finished even and smooth without using extra cement. (iii) Plaster to surfaces of top of slab and external faces of walls up to 15 cm below ground level all-round shall be without adding waterproofing powder to the cement.

(e) PAINTING :-All steel and iron work shall be painted three coats (primer under and finishing coat). Under and finishing coat shall be of bituminous paint of the approved brand. (f) TARRING :-Portion of MS rungs etc built into wall shall be tarred and sanded before being built in.

(g) CI PIPES :-Irrespective of what is indicated in the drawings, vent and air inlet pipes for septic tank shall be 100 mm dia. cast iron. Pipe shall be spun centrifugally cast conforming to IS: 3989 (contractor may at his discretion provided ISI marked pipe without any price adjustment) and fittings/accessories shall be as per 3989 (ISI marked). The pipe shall project 200 cm high above top of roof slab of septic tank. Top of vent pipes shall be provided with CI cowl with cement joint and fittings shall conform to IS-3989 (ISI marked).

(h) RCC PIPES

(i) RCC pipes and fittings shall be all as specified herein after. (ii) RCC vertical inlet and outlet pipes in septic tank shall be fixed to walls as shown on drawing each with 2 Nos 40 mm x 6 mm MS flat iron holder bats with tails embedded 15 cm in to the walls.

(j) Manhole covers shall be 50 mm thick Precast RCC. (k) Septic tank shall be filled with water and tested by the contractor to the entire satisfaction of the Engineer-in-Charge before handing over the work. (l) Unit rate quoted by the contractor for septic tank shall include for 150 mm bore SWG pipe (ISI marked) inlet and outlet pipes up to and including 1 metre beyond the external face of wall. Pipe shall be bedded with PCC (1:4:8) type D-2 using 40 mm graded stone aggregate. (m) Depth of TWL shall be 300 mm as shown in drawings. Any variation in depth of TWL as per site requirement shall be adjusted through deviation order.

26.2 SOAK WELL

It shall be provided all as shown on drawing and specified as under:-

(i) Excavation in any type of soil. Surplus excavated material shall be removed up to distance not exceeding 50 metre. (ii) Concrete below wall shall be PCC 1:5:10 type E-2 using 40 mm graded stone aggregate. (iii) Brick masonry shall be built in cement mortar (1:4) as specified here-in –before. (iv) Depth of bottom of inlet pipe shall be taken 1.50m from GL for quoting lumpsum under respective schedule ‘A’. Any variation in depth of inlet pipe shall be regularised through deviation order. (v) Vent pipe shall be spun centrifugally caste iron 100 mm bore conforming to IS -3989. Top of CI pipe shall be provided with CI cowl with cement joint.

Page 130: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 217 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(vi) Plain cement concrete shall be 1:2:4 type B-1 , using 20 mm graded stone aggregate and reinforced cement concrete shall be M_20 design mix all as specified here-in-before. (vii) Manhole cover shall be pre-cast RCC cover set in cement mortar (1:4) (viii) stone rubble filling shall be done with aggregate of gauge 80 t0 150 mm. (ix) Inlet pipe shall be 150mm bore reinforced concrete pipe clad NP-2 or SWG pipe and cost of pipe upto 1metre beyond external face of wall shall be included in lump sum cost under schedule ‘A’. Bedding and haunching to pipe shall be PCC (1:4:8) type D-2 using 40 mm graded stone aggregate. (x) Reinforcement shall however be of TMT bars instead of deformed bars shown on drawings

27. SECURITY CHAIN LINK FENCING & GATE: -

(a) The work of secur ity chain link fenc ing & gate shall be carr ied out as per items of Sch ‘A’ and as shown on drawings and as d irected by Engineer- in-Charge. For general works like excavation & ear thwork, concrete, masonry work, plas ter, etc refer re levant clauses here-in-before for build ing work. (b) Chain link fence shall be made of galvanised wire and shall conforming to IS-2721-2003. Dia of wire and the length of side of the mesh of chain link fence and the dia of line wire shall be as indicated or as directed. The wires shall be free from scale, irregularities, imperfections, flaws, sand splits and other defects. Zinc coating shall be free from scale, irregularities, imperfections, flaws, sand splits and other defects. Zinc coating shall be smooth, even and bright. Chain link in fencing shall be fixed to the fencing posts as indicated or directed. (c) STEEL GATE

Steel gate shall be provided all as shown on drawing No. CEBZ/TD/103/11 sheet 1/1.

(i) Excavation & earth work shall be in any type of soil. (ii) PCC (1:4:8) type D-2 using 40mm graded stone aggregate as in

foundation, mass concrete. (iii) All RCC work shall be RCC M-25 design mix as specified here-in-before. (iv) MS work i.e. reinforcement, angle iron, guard bars, locking arrangements

etc. All as shown on drawings and as specified here-in-before. (v) Rendering 10mm thick in CM (1:4) on concrete surfaces. (vi) Two coat of cement base paint on all concrete/plastered surfaces. (vii) Two coat of synthetic enamelled paint over a coat of primer (red oxide)

including preparation of steel surfaces. (viii) Reset all as shown on drawings.

28. AREA DRAINAGE :- The work of area drainage shall be executed as specified in items of respective schedule ‘A’ (Area drainage) and shown in drawings. For general works like excavation & earthwork, concrete, masonry work, plaster, etc refer relevant clauses here-in-before for building work.

29 CABLE DUCT :- The work of cable duct shall be executed as specified in items

of respective schedule ‘A’ (cable duct) and shown in drawings. For general works like excavation & earthwork, concrete, masonry work, plaster, etc refer relevant clauses here-in-before for building work.

29.1 EXCAVATION EARTHWORK AND SITE DEVOLEPMENT

Page 131: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 218 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

The work of site clearance excavation & earth work shall be carried out as pwer items of Schedule ‘A’ and as shown on drawings and as directed by Engineer-in-Charge. For general works like excavation & earthwork, refer relevant clauses here-in-before for building work.

30 . SITE CLEARANCE: -

After completion of works the entire site of work shall be cleaned all as per provisions specified in MES Sch Part -I (2009). Contractor rates shall be deemed to include for levelling/cleaning of area around the buildings, removal of any debris as directed by Engineer-in-Charge to a distance or on clause No 5.6 here-in-before, removing cement splashes, white wash splashes on floors, walls. Contractor shall handover the buildings neat & clean. Rates quoted shall be deemed to cover this aspect

31 RECORD DRAWINGS : -On completion of work the contractor shall submit the tracing

(on cloth), three copies of record drawing and PSMB of all the buildings. The quoted rate shall deemed to include this provision.

32. MANNING AND OPERATION OF SOLAR PLANT

32.1 Scope of work under this contract comprises of manning & operation for 03 Nos Solar Power Plants located at Military Hospital (300kW capacity of solar power plant) , Army Aviation unit (275kW capacity of solar power plant) and Caleb Vihar at Jhansi (425kW capacity of solar power plant). The Sch ‘A’ lists out the items in brief and further amplified in succeeding Paras for efficient, smooth functioning of the system to meet the end use of satisfactory maintenance of plant. 32.2. The contractor shall advise his operating personnel to take all precautions and always be alert so as to prevent any accident. In case of any accident/injury, or partial disability, the contractor shall be solely responsible for setting all claims / compensation, Department will have a right to recover any sum indicated / claim by labour commissioner / Court directives. Contractor may get his personnel insured as desired by him at his own discretion & expenditure. 32.3. The tradesman deployed shall be ITI qualified and suitable experience in the field and assistant/helper shall be high school qualified with 5 years experience in relevant field and shall be able to maintain all documents. The contractor shall submit details of qualifications & experience before commencement of the work for approval of Engineer-in-Charge. Being Defence installation the contractor shall ensure the antecedents of personnel are known.

32.4 The plant operator will be responsible for the following:-

(a) Operation of Central AC plant including AHU , cooling tower, pump sets, electric panel & all connected equipments of central AC system.

(b) Maintaining of log sheets.

(c) Find out the faults and rectify.

33. OPERATION ON COMMENCEMENT OF CONTRACT. 33.1. The installations with an inventory of various items, equipment & electrical / sanitary fittings will be handed over for proper accounting & upkeep. The taking over on expiry of contract shall be all as per inventory and any damage/ loss shall be made good by contractor before payment of final bill. GE’s decision will be final and binding.

Page 132: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 219 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

33.2. The tenderer shall submit names & addresses of the workers to be employed with their qualifications and police verifications for operation & maintenance of the plant for providing security passes by Engineer-in-charge after necessary scrutiny / check by the Security Agency. In requirement, contractor shall get the same & no extra amount is deemed to be paid on this account. 33.3. The installation standing order issued by GE/Engineer-in-Charge will be strictly adhered to, any violation by the contractor’s side will be severely dealt with including handing over them to police custody specially if any individual is found in intoxicated condition. Contractor shall ensure & strictly warn the individual on this account. 33.4. The installations is totally under the control of contractor with adequate space for stores, spares and T & P required for operation and maintenance. Plant shall be kept fully functional and contractor shall ensure replacement immediately at no extra cost to department. 33.5. The installation shall be frequently visited by the MES officer and need to emphasis for proper upkeep in a presentable state all the time. Surrounded areas in the fenced are up to 6 meter all round plant room shall be cleared of bushes / shrubs and grass to give a neat & clean appearance of the area under contractor’s control. 34. MAINTENANCE OF RECORDS:- 34.1. The contractor shall be fully conversant with the daily, monthly, checks/ maintenance need on various equipment installed. 34.2. The operating staff shall maintain the following neatly:-

(a) Daily log sheet as per Performa. (b) A register of record of periodical maintenance carried out date wise and will be

signed both by contractor and Engineer-in-Charge.

(c) Necessary daily log sheets and periodical register shall be provided by the contractor without additional cost and quoted rate is deemed to include for the same and the register will become the property of the Govt.

(d) Attendance register and duty roaster.

34.3 GENERAL:- 34.3.1. Blank 34.3.2 The particulars & state of installation covered under scope of the M & O Schedule are known to contractor since the same has been provided by him. 34.3.3. The staff on shift duty engaged for operating and maintaining the installation shall neither leave any installation unattended nor leave the premises unattended under any circumstances. 34.3.4. If during surprise checks by the representative of department, staff found missing during operating timings or installation found running un-attended, a penalty @ Rs 1000 /- per

Page 133: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/ JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 220 PARTICULAR SPECIFICATIONS (CONTD.)

PART- I

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

Hrs shall be recovered from the dues of contractor. More-over for the defects (not functioning of plant) shall be made good by the contractor at his own cost. 34.3.5 The contractor shall be personally responsible and shall instruct his staff to control the operations of the installations. 34.3.6 No unauthorised person will be allowed to enter the premises under security fencing. 35. DRESS CODE ;-

The operator engaged by contractor for the operation of plants (3 nos.) shall wear the dress as directed by Engineer –in-charge. Pant and shirt shall be of similar colour for the entire operator. The name plate in black background and name written in white letter shall be worn by the operator on left side of the chest. The contractor shall be responsible to provide proper dress to all operators.

36. List of Drawings mentioned in drawing No. WD/STD/01/2017 Sheet 1/1 shall be treated as cancelled.

Page 134: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 221

Signature of Contractor Asst. Dir (Contracts)

LIST OF DRAWINGS NAME OF WORK: PROVN OF GRID INTERACTIVE SOLAR POWER PLANTS AND

COMPREHENSIVEOPERATION &MAINTENANCEAT MIL HOSPITAL, ARMY AVIATION UNIT AND CALEB VIHAR AT JHANSI

SL. NO

DESCRIPTION DRAWING NO SHEET NO

DATE OF DRAWING

LAST DATE

OF REVISIO

N 1 2 3 4 5 6 1 SITE PLAN SUB STATION BUILDING

2 PLAN, ELEVATIONS, SECTION,

ROOF PLAN, TOILET DETAILS & INTERNAL ELECTRIFICATION PLAN ETC.

WD/STD /01/2017 1/1 18.09.2017 -

STRUCTURAL DRAWINGS (SUB STATION) 3 PLAN, ELEVATIONS, SECTION,

ROOF PLAN, TOILET DETAILS & INTERNAL ELECTRIFICATION PLAN ETC.

ST/BPL/JHA/05/2017 1/1 15.09.2017 -

4

PLAN, ELEVATIONS, SECTION, ROOF PLAN, TOILET DETAILS & INTERNAL ELECTRIFICATION PLAN ETC.

ST/BPL/JHA/07/2017 1/1 15.09.2017 -

5 PLAN, ELEVATIONS, SECTION, ROOF PLAN, TOILET DETAILS & INTERNAL ELECTRIFICATION PLAN ETC.

ST/BPL/JHA/08/2017 1/1 15.09.2017 -

STRUCTURAL TD DRAWING

6 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 1/9 03.07.2006 21.07.20

09 7 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 2/9 03.07.2006 8 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 3/9 03.07.2006 9 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 4/9 03.07.2006 10 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 5/9 03.07.2006 11 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 6/9 03.07.2006 12 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 7/9 03.07.2006 13 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 8/9 03.07.2006 14 GENERAL CONSTRUCTION NOTES CEBZ/STD/01 9/9 03.07.2006

Page 135: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 222

Signature of Contractor Asst. Dir (Contracts)

1 2 3 4 5 6 15 RCC PROTECTION CEBZ/STD/05 1/1 31.10.2006 16 TYPICAL DETAIL OF RCC LINTEL

CHAJJA & SHELVING CEBZ/STD/06 1/5 31.10.2006

17 TYPICAL DETAIL OF RCC LINTEL CHAJJA & SHELVING

CEBZ/STD/06 2/5 31.10.2006

18 TYPICAL DETAIL OF RCC LINTEL CHAJJA & SHELVING

CEBZ/STD/06 3/5 31.10.2006

19 TYPICAL DETAIL OF RCC LINTEL CHAJJA & SHELVING

CEBZ/STD/06 4/5 31.10.2006

20 TYPICAL DETAIL OF RCC LINTEL CHAJJA & SHELVING

CEBZ/STD/06 5/5 31.10.2006

21 MASONRY FOUNDATION FOR SINGLE STOREY LOAD BEARING WALLS, NON BEARING WALLS, NON LOAD BEARING CURTAIN WALLS AND DWARF WALLS.

CEBZ/STD/13 1/3 14.11.2006

22 MASONRY FOUNDATION FOR SINGLE STOREY LOAD BEARING WALLS, NON BEARING WALLS, NON LOAD BEARING CURTAIN WALLS AND DWARF WALLS.

CEBZ/STD/13 2/3 14.11.2006

23 MASONRY FOUNDATION FOR SINGLE STOREY LOAD BEARING WALLS, NON BEARING WALLS, NON LOAD BEARING CURTAIN WALLS AND DWARF WALLS.

CEBZ/STD/13 3/3 14.11.2006

24 TYPICAL DETAILS OF CNS & MSM FILLING BELOW FOUNDATION AND FLOORS AND TYPICAL DETAILS OF GRADE BEAMS

CEBZ/STD/20 1/1 20.08.2007

TD DRAWINGS 25 ARCHITECTURAL NORMS & GENERAL

NOTES CEBZ/TD/01/2011 1/2 01.08.2011

26 ARCHITECTURAL NORMS & GENERAL NOTES

CEBZ/TD/01/2011 2/2 01.08.2011

27 SCHEDULE OF FINISHES CEBZ/TD/02/11 1/3 01.08.2011 28 SCHEDULE OF FINISHES CEBZ/TD/02/11 2/3 01.08.2011 29 SCHEDULE OF FINISHES CEBZ/TD/02/11 3/3 01.08.2011 30 PANEL & FLY PROOFING DOORS

(PRESS STEEL FRAMES) CEBZ/TD/03/11 1/4 01.08.11

31 PANEL & FLY PROOFING DOORS (PRESS STEEL FRAMES)

CEBZ/TD/03/11 2/4 01.08.11

32 PANEL & FLY PROOFING DOORS (PRESS STEEL FRAMES)

CEBZ/TD/03/11 3/4 01.08.11

33 PANEL & FLY PROOFING DOORS (PRESS STEEL FRAMES)

CEBZ/TD/03/11 4/4 01.08.11

34 PVC DOOR WITH PVC FRAMES TYPE-I (PLAN ELEVATION, SECTION & DETAILS)

CEBZ/TD/07/2011 1/1 01.08.2011

35 TYPICAL DETAILS OF PRESS STEEL WINDOWS AND VENT WITH GUARD BARS

CEBZ/TD/14/11 1/7 01.08.11

36 TYPICAL DETAILS OF PRESS STEEL WINDOWS AND VENT WITH GUARD BARS

CEBZ/TD/14/11 2/7 01.08.11

Page 136: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 223

Signature of Contractor Asst. Dir (Contracts)

1 2 3 4 5 6 37 TYPICAL DETAILS OF PRESS STEEL

WINDOWS AND VENT WITH GUARD BARS

CEBZ/TD/14/11 3/7 01.08.11

38 TYPICAL DETAILS OF PRESS STEEL WINDOWS AND VENT WITH GUARD BARS

CEBZ/TD/14/11 4/7 01.08.11

39 TYPICAL DETAILS OF PRESS STEEL WINDOWS AND VENT WITH GUARD BARS

CEBZ/TD/14/11 5/7 01.08.11

40 TYPICAL DETAILS OF PRESS STEEL WINDOWS AND VENT WITH GUARD BARS

CEBZ/TD/14/11 6/7 01.08.11

41 TYPICAL DETAILS OF PRESS STEEL WINDOWS AND VENT WITH GUARD BARS

CEBZ/TD/14/11 7/7 01.08.11

42 TYPICAL DETAILS OF ALUMINIUM WINDOWS AND VENTILATORS (OPENABLE)

CEBZ/TD/16/11 1/3 01.08.11

43 TYPICAL DETAILS OF ALUMINIUM WINDOWS AND VENTILATORS (OPENABLE)

CEBZ/TD/16/11 2/3 01.08.11

44 TYPICAL DETAILS OF ALUMINIUM WINDOWS AND VENTILATORS (OPENABLE)

CEBZ/TD/16/11 3/3 01.08.11

45 DETAILS OF NOTICE BOARD 1830 X 1220, 2440 X 1220, 900 X 600 WITH GLASS COVER

CEBZ/TD/27/11 1/1 01.08.11

46 SWITCH/METER BOX CEBZ/TD/44/2011 1/1 01.08.2011 47 DETAIL OF CABLE DUCT CEBZ/TD/45/2011 1/1 01.08.2011 48 FIXING DETAIL OF FAN HOOK IN RCC

SLAB & EXHAUST FAN IN WALLS CEBZ/TD/63/2011 1/1 01.08.11

49 TYPICAL DETAIL OF FIRE POINT WITH ANGLE IRON POST

CEBZ/TD/68/2011 1/1 01.08.11

50 SEPTIC TANK (BRICK MASONRY) FOR 25 TO 100 USERS

CEBZ/TD/76/2011 1/2 01.08.11

51 SEPTIC TANK (BRICK MASONRY) FOR 25 TO 100 USERS

CEBZ/TD/76/2011 2/2 01.08.11

52 TYPICAL SOAK WELL CEBZ/TD/78/2011 1/2 01.08.11 53 TYPICAL SOAK WELL CEBZ/TD/78/2011 2/2 01.08.11 54 DETAILS OF MANHOLES TYPE I, II, III,

IV & V AND MISC DETAILS OF SWG/ GI PIPES

CEBZ/TD/79/2011 1/4 01.08.11

55 DETAILS OF MANHOLES TYPE I, II, III, IV & V AND MISC DETAILS OF SWG/ GI PIPES

CEBZ/TD/79/2011 2/4 01.08.11

56 DETAILS OF MANHOLES TYPE I, II, III, IV & V AND MISC DETAILS OF SWG/ GI PIPES

CEBZ/TD/79/2011 3/4 01.08.11

57 DETAILS OF MANHOLES TYPE I, II, III, IV & V AND MISC DETAILS OF SWG/ GI PIPES

CEBZ/TD/79/2011 4/4 01.08.11

Page 137: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 224

Signature of Contractor Asst. Dir (Contracts)

1 2 3 4 5 6 58 TYPICAL DETAILS OF WC, NT, GT &

SINGLE STACK SYSTEM CEBZ/TD/83/2011 1/2 01.08.11

59 TYPICAL DETAILS OF WC, NT, GT & SINGLE STACK SYSTEM

CEBZ/TD/83/2011 2/2 01.08.11

60 DETAILS OF MS RUNGS & RAIN WATER PIPE

CEBZ/TD/84/2011 1/1 01.08.11

61 DETAILS OF LOCAL SUNK, GULLY TRAP & INSPECTION CHAMBER (FIRST MAHHOLES)

CEBZ/TD/85/2011 1/1 01.08.11

62 DETAILS OF STEPS, PLINTH PROTECTION & RAMP

CEBZ/TD/86/2011 1/1 01.08.11

63 DETAILS OF PELMET BOX, CURTAIN ROD & DRAPERY ROD

CEBZ/TD/87/2011 1/1 01.08.11

64 MISCELLANEOUS DETAILS CEBZ/TD/88/2011 1/1 01.08.11 65 TYPICAL DETAILS OF FIXING HDPE

WATER STORAGE TANKS OVER RCC ROOF SLAB

CEBZ/TD/91/2011 1/1 01.08.11

66 PLUMBING SINGLE STACKING SYSTEM CEBZ/TD/92/11 1/2 01.08.11 67 PLUMBING SINGLE STACKING SYSTEM CEBZ/TD/92/11 2/2 01.08.11

68 DETAILS OF WASH HAND BASIN CEBZ/TD/94/11 1/1 01.08.11 69 MASONRY RAMP (SINGLE) (STONE

MASONRY) CEBZ/TD/101/11 1/4 01.08.11

70 MASONRY RAMP (SINGLE) (STONE MASONRY)

CEBZ/TD/101/11 2/4 01.08.11

71 MASONRY RAMP (SINGLE) (STONE MASONRY)

CEBZ/TD/101/11 3/4 01.08.11

72 MASONRY RAMP (SINGLE) (STONE MASONRY)

CEBZ/TD/101/11 4/4 01.08.11

73 STEEL GATE 5.5 M / 8 M WIDE CEBZ/TD/104/11 1/3 01.08.11 74 STEEL GATE 5.5 M / 8 M WIDE CEBZ/TD/104/11 2/3 01.08.11 75 STEEL GATE 5.5 M / 8 M WIDE CEBZ/TD/104/11 3/3 01.08.11 76 CHAINLINK FENCING ON ANGLE IRON

POST CEBZ/TD/111/2011 1/2 01.08.11

77 CHAINLINK FENCING ON ANGLE IRON POST

CEBZ/TD/111/2011 2/2 01.08.11

78 TYPICAL DETAILS OF ROADS CEBZ/TD/117/11 1/3 01.08.11 79 TYPICAL DETAILS OF ROADS CEBZ/TD/117/11 2/3 01.08.11 80 TYPICAL DETAILS OF ROADS CEBZ/TD/117/11 3/3 01.08.11 81 FUNCTIONAL HEIGHT OF ELECTRICAL

FITTINGS CEBZ/TD/127/2011 1/1 01.08.11

82 DETAILS OF STREET LIGHT POLES CEBZ/TD/128/2011 1/1 01.08.11

83 TWO & FOUR PILLAR BOX FOR MAGAZINE AND ESH

CEBZ/TD/129/11 1/2 01.08.11

84 TWO & FOUR PILLAR BOX FOR MAGAZINE AND ESH

CEBZ/TD/129/11 2/2 01.08.11

NOTE: Site plan shall not be uploaded; it can be seen in the office of Chief Engineer Bhopal Zone, CWE Jhansi or GE Jhansi during working hours.

Page 138: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 225 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

Appendix ‘A’

SOURCES OF MATERIALS

Ser No

Name of materials Name of sources

1 2 3 1. Coarse aggregate for cement concrete

Best Locally available as approved by GE

2. Coarse stone aggregate for premix carpet, soling, hard core & WBM

Best Locally available as approved by GE

3. Fine aggregate (Sand) for all works.

Best Locally available as approved by GE

4. Coarse Sand for masonry

Best Locally available as approved by GE

5. Stone for stone masonry

Best Locally available as approved by GE

6 Stone/ Kerbs, berms, cills, coping and lintel etc.l Best Locally available as approved by GE

7. Burnt clay Bricks

Best Locally available as approved by GE

8. Fly Ash bricks

Best Locally available as approved by GE

NOTES:- 1 Sources of materials shall be as given in Srl No 1 to 8 above or in the vicinity thereof. The tenderer

shall ascertain the actual position/exact location of source before submitting his tender and no additional payment shall be made on account of misunderstanding or its distance from site of works.

2 The tenderer shall amongst other things also ascertain all information such as royalties, taxes, duties

and other charges etc, on the materials and no additional payment shall be made on account of the foregoing.

3. However, if due to any ban imposed by the state Govt authority on obtaining the materials from the

sources specified above and or specified materials is not available at the sources mentioned above these materials conforming to specifications as given in particular specifications will be procured from any other place/source after getting the same approved from GE in writing and without any extra cost to Govt.

Page 139: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 226 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘B’

LIST OF BIS CERTIFICATE NOS OF VARIOUS PRODUCTS

List of BIS Nos are given below for various items. Items for which Makes are not specified in Appendix `C` shall be procured from any manufacture holding valid CML No

1. CONCRETE:

(a) Plywood for concrete shuttering work (IS-4990-1981) (b) White Portland cement (IS-8042-1978)

2 BUILDING HARDWARE:

(a) Steel Butt hinges (IS:1341-1981) (b) Non-ferrous butt hinges (IS:205-1978) (c) Ferrous Tower bolts (IS:204 Part-I-1978) (d) Non-ferrous tower bolts (IS:204, Part-II-1978) (e) Door handles ferrous and non-ferrous (IS:208-1979) (f) Parliament hinges, ferrous (IS:362-1982) (g) Hydraulically operated door closer (IS:3564-1986) (h) Continuous piano hinges (IS:3818-1986) (i) Non-ferrous metal sliding door bolts (IS:2681-1979) (j) Tee and strap Hinges (IS:206-1981) (k) Mild steel sliding door bolts (IS:281-1979)

3 ROOF COVERING:

(a) Bitumen felts for water proofing and damp proofing (IS - 1322-1982). 4. CEILING AND LINING:

(a) Plywood for general purposes (IS:303-1975(Second revision) (b) Block boards (IS:1659-1986) (c) Veneered particle board (IS:3097-1985) (d) Marine plywood (IS:710-1976) (e) Fiber hardboard (IS:1658-1977) (f) Pre-laminated particle board (IS:12823)

5. FLOORING:

(a) Cement concrete flooring tiles (IS: 1237-1980) (b) Glazed earthenware tiles (IS: 777-1970)

6. WATER SUPPLY PLUMBING, DRAINS AND SANITARY APPLIANCES:

(a) Concrete to pipes with or without reinforcement (IS:458-1971) (b) Salt glazed stone ware pipes and fittings (IS:651-1980) (c) Flushing cistern for water closets and urinals other than plastic (IS:774-1984) (d) Galvanised mild steel tubes (IS:1239 Part I-1979) (e) Cast copper alloy screwed down bib taps and stop valves (IS:781-1984) (f) Galvanised mild steel tube fittings (IS:1239 Part-II-1982) (g) Sand cast iron spigot and socket soil, waste and ventilating pipes and fittings (IS:1729-1979) (h) Ball valves (Horizontal plunger type) including floats for Water supply “purposes (IS: 1703-

1977) (i) Cast iron manhole covers and frames (IS:1726-Part-I to VII-1974) (j) AC pressure pipes (IS:1592-1980) (k) Automatic flushing cisterns (IS:2326-1987) (l) Vitreous china sanitary appliances

(i) Wash down water closets (IS:2556-1981 Part-II) (ii) Squatting pans (IS:2256-1981 Part III) (iii) Wash basins (IS:2556-1972 Part IV) (iv) Laboratory sinks (IS:2556-1979 Part V) (v) Urinals bowl type (IS:2556-1979 Part VI Section I) (vi) Foot rests (IS:2556-1974 Part X) (vii) Plastic WC seats and covers (IS:2548-1983) (viii) Vertically cast iron pressure pipes for water, gas and sewage (IS:1537-1976) (ix) Pillar Taps (IS:1795-1982)

Page 140: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 227 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘B’ (CONTD) LIST OF BIS CERTIFICATE NOS OF VARIOUS PRODUCTS (x) Centrifugally cast(spun) iron pressure pipes for water, gas and sewage (IS:1536-1979) (xi) Centrifugally cast(spun) iron spigot and socket soil, water and ventilating pipes, fittings

and accessories (IS:3989-1984) (xii) Rubber sealing rings for gas mains, water mains and sewage(IS:5382-1985) (xiii) Cast Iron fittings for pressure pipes for water, gas and sewage (IS:1538-1976) Part II to

XXIV (xiv) Sluice valves (IS:14846-2000)

7. ELECTRICAL WORKS:

(a) Ceiling rose (IS:371-1979) (b) Tumbler switches (IS:3854-1966) (c) Socket, outlet 3 pin plug and socket (IS:1293-1988) (d) Switch fuses (Main switch) (IS:4064-1978, Part I & II) (e) Rigid steel conduits (IS:9537-Part II-1988) (f) Single core cable polyethylene insulated and PVC sheathed cable (IS: 1596-1977) (g) Rigid non metallic conduit (IS:9537 – 1983 Part III) (h) Starter for tube light (IS:2215-1983) (i) Fluorescent lamps (IS:2418-1977 Part I to Part IV) (j) Aluminium stranded conductor (IS:398-1976-Part -I& II) (k) Switch gear (IS:2268-1969) (l) HRC cartridge fuse links up-to 650 volts (IS:9224-1979-Part II) (m) Porcelain insulators for overhead power lines (IS:731-1971)

Page 141: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 228 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ SL NO

DESCRIPTION OF ITEM LIST OF MAKES/BRANDS/MANUFACTURERS Remarks

1 2 3 4 (A) BUILDINGS MATERIALS 1 STEEL AS SPECIFIED IN PARTICULAR SPECIFICATIONS

2 CEMENT AS SPECIFIED IN PARTICULAR SPECIFICATIONS

3 MOSAIC/ CEMENT FLOORING TILES ( ISI MARKED)

(A) M/S MEHATAB TILES, 8, RANI SHOPPING CENTRE BHANWAR KUAN MAIN ROAD, INDORE-452001 Ph- 0731-4092550, 2761223(FAX)

(B) M/S GWALIOR GRANITE, SHABAD PRATAB ASHRAM ROAD, GWALIOR (C) M/S B G SHRIKE CONSTN TECNOLOGY LTD. 72-76 MUNDHAWA PUNE-411036 (D) M/S NAVYA TILES, 68, NEHRU PARK, SARDARPUR, JODHPUR- 342003 Ph. 0291-2650094, 2627963

4 PVC TILES/ FLOORING (A) M/S MARBLEX TILES (B) M/S KRISHNA VINYL (C) M/S POLYFIN

5 CORRUGATED, SEMI-CORRUGATED AND PLAIN AC SHEETS

(A) M/S ETERNIT EVEREST LTD (B) M/S UP ASBESTOS (C) M/S CHARMINAR (D) M/S RAMCO (E) M/S SWASTIK (F) M/S EVERST INDUSTRIES LTD

6 PLAIN/PINHEADED / FROSTED/ TOUGHTENED GLASS

(A) HINDUSTAN PILKINGTON GLASS WORKS (B) SAINT GOBAIN (C) MODI FLOAT/MODIGUARD (D) ATUL GLASS INDUSTRIES (E) GOLD FISH (F) TIRUPATI

7 MIRROR (A) MAYUR (B) MODI (C) ATUL (D) GOLD FISH (E) TIRUPATI

8 PVC RAINWATER/ SEWERAGE PIPE (ISI MARKED)

(A) FINOLEX (B) SUPREME (C) KISAN (D) PRINCE (E) RELIANCE INDUSTRIES (F) DINESH IRRIGATION PVT LTD, JAIPUR

9 COLOUR COATED METAL SHEET ROOFING

(A) ASIAN COLOUR COATED ISPAT LTD , GURGAON

(B) PRESTAR INFRASTRUCTURE PROJECT LTD KOLKATTA

Page 142: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 229 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 10

(A) CERAMIC TILES (NORMAL/ANTI SKID)

(A) SPARTEK (B) JOHNSON TILES (C) KAJARIA CERAMIC LTD (D) SOMANY CERAMIC LTD (E) REGENCY (F) NITCO (G) MURUDESHWAR CERAMICS LTD (H) ASIAN (J) ORIENT (K) SWASTIK CERCON LTD (L) CRYSTAL CERAMIC INDUSTRIES PVT LTD

(B) GLAZED WALLING /CLADING TILES

(A) SPARTEK (B) JOHNSON TILES (C) KAJARIA CERAMIC LTD (D) SOMANY CERAMICS LTD (E) REGENCY (F) NITCO (G) MURUDESHWAR CERAMICS (H) ASIAN (J) ORIENT (K) SWASTIK CERCON LTD (L) CRYSTAL CERAMIC INDUSTRIES PVT LTD

11 VITRIFIED TILES (A) MURUDESHWAR CERAMIC LTD (NAVIN DIAMOND TILE)

(B) JOHNSON MARBONITE. (C) BELL GRANATO (D) SOMANY CERAMIC LTD (E) KAJARIA CERAMIC LTD (F) ASIAN (G) ORIENT (H) EURO TILES (J) SWASTIK CERECON LTD

12 CEMENT CONCRETE INTERLOCKING PAVER BLOCKS /TILES

(A) MEHTAB TILES INDORE, (B) NAVYA TILES JODHPUR, (C) SAP PAVERS JODHPUR, (D) SAGAR TILES SAHARANPUR (E) SUPREME (M/s Supreme tiles Morbi Guj)

(B) IRON/BRASS/MS ITEMS 13 SOIL AND WASTE CI

(CENTRIFUGALLY CAST ) SPUN PIPES & FITTINGES ISI MARKED

(A) NECO (M/S JAYASWAL NECO INDUSTRIES LTD, F-8, MIDC INDUSTRIAL AREA, HINGANA ROAD, NAGPUR), (B) KAPILANSH ( M/S KAPILANSH, 112, HANDLOOM MARKET, GANDHIBAGH, NAGPUR-440 002 (C) ANAND FOUNDER & ENGINEERS (D) “SKF”, SINGHAL IRON FOUNDARY Pvt Ltd , MATHURA. (E) BENGAL IRON CORPORATION, .

Page 143: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 230 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 (C) JOINERY ITEMS

14 BUILDERS HARDWARE/ ALUMINIUM FITTINGS AND IRON MONGRY

(a) ELITE ENTERPRISES C/6, SHALIMAR HARDWARE 133, JARG MAHAL, DHOBITALOO MUMBAI-02

(b) MOHAN METAL INDUSTRIES, 178/2A, BHOL NATH NAGAR, SHAHADARA, DELHI-32 (c) AJANTA STEEL PVT LTD, 14 NETAJI SUBASH MARG KOLKATTA-01 (d) ORRISA ALUMINUM PRODUCT , B-24 INDUSTRIAL ESTATE CUTTAK-01 (e) ALUMINIUM UDYOG , NEW DELHI (f) KICH ARCHITECTURAL PVT LTD (g) MC POWJEE & CO. 46 EZRA STEEL KOLKATTA-01

15 FACTORY MADE PANELLED/ GLAZED/WIRE GAUGE SHUTTERS

(A) M/S GOEL BROTHERS, RAIPUR. (B) M/S RAJ UDYOG BHAWAN, DUMKA. . (C) M/S GOYAL INDUSTRIES CORPN, NEW DELHI. (D) M/S MP WOOD PRODUCTS 124 DHAR ROAD,INDORE-2 (E) M/S A-1 TEAK PRODUCTS 124/1 GNT MARKET, DHAR ROAD, INDORE (MP) (F) M/S NORTHEN DOORS PVT LTD. RANIA KANPUR. (G) M/S SUPREME DOORS AND ALLIED PRODUCT INDUSTRIES KANPUR. (H) M/S PIONEER TIMBER, PRODUCT CHANDIGARH (J) M/S SURBHI METAL (INDIA) PVT LTD, JODHPUR (K) M/S JAIN DOORS PVT LTD, HARYANA (L) M/S SWASTIC PLYWOOD PVT LTD, JAIPUR (M) M/S VPRP ART, H-399, MINI GROWTH CENTRE PH-II SANGARIYA JODHPUR (N) M/S CHOITHI INDUSTRIES, ZEENAT MARKET, KANPUR (O) “JAYNA” (M/S JAIN WOOD INDUSTRIES) (A) M/S SWASTIK BRAND. (B) M/S NORTHERN DOORS PVT LTD. RANIA KANPUR. (C) M/S MP WOOD PRODUCTS 124 DHAR ROAD,INDORE-2 (D) A-1 TEAK PRODUCTS , INDORE (E) “JAYNA” (M/S JAIN WOOD INDUSTRIES) (F) “ASHISH” (M/S Ashish Enterprises) Dist Navsari, Gujrat

16 FLUSH DOORS (ISI MARKED)

17 PVC/FRP DOOR FRAME & PVC SHUTTERS

(A) M/S SINTEX INDUSTRIES LTD (B) M/S RAJSHRI PLASTIWOOD ,10/1, SOUTH TUKOGANG, KANCHAN BAGH MAIN ROAD, INDORE- 452001 (C) M/S NANDI PROFILES (D) M/S ASHISH CANS & CONTAINERS PVT LTD, PUNE (E) M/S ENGCO INDUSTRIES, SPECIAL -1, INDUSTRIAL ESTATE, NEW POWER HOUSE ROAD, JODHPUR- 342001,

(F) M/S ACCUCELL (G) M/S DHABRIYA AGGLOMERATES PVT LTD, B-9 D(1), MALVIYA INDUSTRIAL AES, JAIPUR-3021017.

(H) ASHWANI & SONS GAZIABAD

Page 144: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 231 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-) 1 2 3 4

18 STEEL WINDOWS, VENTILATORS AND PRESSED STEEL DOOR/WINDOW FRAMES/ CUPBOARD SHUTTERS/ STEEL LOCKERS ( FOR STEEL WINDOWS VENTILATORS CONFIRMING TO IS -1038 OF 1983) )

(A) M/S BIHAR BOBBIN & ENGG WORK KATIHAR (BIHAR). (B) M/S SEN-HARVIC, VORA BUILDING IST FLOOR, 50, NAKHODA STREET BOMBAY-400003. (C) M/S AGEW STEEL MFG PVT LTD, AHMEDABAD. (D) M/S SHIV MULLAR, AHMEDABAD. (E) M/S HANUMAN STRUCTURALS PVT LTD, BADA BAZAR, KATIHAR (BIHAR)-854015.

(F) M/S METRO INDUSTRIES, KATNI ROAD JABALPUR. (G) M/S MULTIWYN INDUSTRIAL CORPN CALCUTTA (H) M/S ASHWANI & SONS E-15 PATEL NAGAR II, GAZIABAD (UP).

(J) M/S TRISUL INDUSTRIES, 284-A, CHAPPEL STREET, MERRUT.

(K) M/S GS UDYOG, PANKI INDUSTRIAL AREA KANPUR.

(L) M/S JANGID ENGINEERING, JAIPUR (M) M/S SURBHI METAL (INDIA) PVT LTD, JODHPUR (N) M/S MOHATA ENGG & CONST CO. BIKANER (O) M/S ENGCO INDUSTRIES, JODHPUR (P) M/S UMAR STEEL PRESS, 186 CATAGORISED

MARKET, BHOPAL(EXCEPT FOR STEEL WINDOWS)

18A

PRECOATED GI STEEL WINDOWS AND VENTILATOR

(A) M/S ASHWANI & SONS E-15 PATEL NAGAR II, GAZIABAD (UP).

(B) NCL ALLTEK & SECCOLAR LTD (C) ANY OTHER MANUFACTURER APPROVED

BY E-in-Cs Branch

19 ALUMINIUM SECTIONS FOR DOOR/WINDOWS

(A) HINDALCO (B) AJIT INDIA (C) INDAL (D) JINDAL (E) STERLITE

20 FABRICATORS FOR ALUMINIUM WORKS

SECTION FOR ALUMINUM WORK SHALL BE PROCURED FROM JINDAL/INDAL/AJIT INDIA/HINDALCO/STERLITE. FABRICATION CAN BE DONE BY M/S ASHWANI & SONS GAZIABAD OR ANY FABIRACATOR AS APPROVED BY GE. (SAMPLE OF FABRICATED ARTICLE SHALL FIRST BE SUBMITTED AND WRITTEN APPROVAL OF GE SHALL BE OBTAINED BEFORE ENTIRE FABRICATION IS TAKEN IN HAND)

21 UPVC DOORS & WINDOWS (a) H2O SOLUTION , NEW DELHI (b) RAMTEX OVERSEAS PVT LTD

(D) PAINTS 22 CEMENT PUTTY (A) BIRLA CEMENT

(B) JK WHITE 23 SYNTHETIC ENAMEL PAINT ( IST

QUALITY ) (A) ICI PAINT (DULUX GLOSS) (B) ASIAN PAINTS (APCOLITE) (C) SHALIMAR PAINTS (SUPERLAC HI GLOSS) (D) GOODLASS NEROLAC PAINTS (NEROLAC FULLGLOSS) (E) JENSON & NICHOLSON PAINTS LTD (BOROLAC) (F) BERGER PAINTS (LUXOL HI GLOSS)

24 CEMENT BASE PAINT (A) SUPER SNOWCEM (B) DURACEM

Page 145: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 232 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(C) ACCROCEM

Page 146: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 233 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 25 OIL BOUND DISTEMPER/ACRYLIC

WASHABLE DISTEMPER (A) GOODLASS NEROLAC (SUPER ACRYLIC) (B) SHALIMAR PAINTS (No. 1 PREMIUM ACRYLIC DISTEMPER) (C) JENSON & NICHOLSON (JENSOLINE ACRYLIC DISTEMPER) (D) ASIAN PAINTS (TRACTOR ACRYLIC DISTEMPER) (E) ‘BERGER’ PAINTS (BISON SUPER) (F) ICI INDIA (MAXILITE ACRYLIC DISTEMPER)

26 PLASTIC EMULSION PAINT (A) GOODLASS NEROLAC (ALL ESCAPES) (B) SHALIMAR PAINTS (HUSSAIN COLLECTION) (C) JENSON & NICHOLSON (SPECIAL EFFECT) (E) ASIAN PAINTS (ROYAL) (F) BERGER’ PAINTS (LUXOL SILK SPLENDER) (G) ICI INDIA (DULUX VELVET TOUCH)

SANITARY FITTINGS & PIPES 27 FLUSHING CISTERN PVC ISI

MARKED (A) M/S JOHNSON PEDDAR (B) M/S HINDUSTAN SANITARY WARE INDUSTRIES (C) COMMANDER-WATER BIRD (D) PARRYWARE-SLIMLINE (E) CERA (F) PRAYAG (G) SPEED FLO (H) SHAKTI (J) JAQUAR. (K) POLYTUF (L) PRECISION PRODUCTS NOIDA

28 PLASTIC SEAT COVER FOR EWC (A) HINDUSTAN

(B) PARRY WARE (C) CERA (1ST QUALITY) (D) COMMANDER (E) PRAYAG (F) SPEED FLO (G) JAQUAR

29 MIRROR CABINET (A) PRAYAG

(B) COMMANDER

30 SANITARYWARE ISI MARKED Ist QUALITY

(A) HINDUSTAN SANITARY WARE (B) PARRY WARE( SUPER FINE) (C) CERA (1ST QUALITY) (D) HINDWARE (1ST QUALITY). (E) NEYCER KERMAG (F) JOHNSON PEDDAR (G) JAQUAR

31 STAINLESS STEEL SINK WITH OR WITHOUT DRAINING BOARD & PLATE RACK

(A) DIAMOND (B) PRAYAG (C) ANJALI (D) NIRALI (E) KOBRA (F) PARRYWARE (G) BLUE STAR (SHILVER SHINE) (H) JAYNA (J) SHAKTI

1 2 3 4 (F) MISC ITEMS

32 BITUMEN ISI MARKED MAKE BEARING IS-702 32(A) BITUMEN PRIMER ISI MARKED MAKE BEARING IS-3384

Page 147: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 234 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 33 CHEMICAL FOR ANTI

TERMITE TREATMENT CHLOROPHYSOPHORUS 20% EC

(a) DE-NOCIL BOMBAY (b) PEST CONTRAL INDIA (c) KANORIA CHEMICAL & INDUSTRIES LTD (d) INDIA PESTICIDES LTD, E-17 TO 23 UP SIDE INDUSTRIAL AREA, CHINHAT, LUCKNOW-227105 (e) SINGHAL PESTICIDES, AGRA

34 INTEGRAL WATER PROOFING COMPOUND (POWDER/ LIQUID)

(A) WATER SEAL (B) IMPERMO (C) ACCOPROOF (D) PIDILITE (E) ROFF CHEMICALS (F) CICO (G) FOSROC (H) MC BOUCHAMIE, MUMBAI

35 LAMINATED SHEETS (A) SUN GLASS (B) FORMICA (C) SUNMICA (D) BACKLYTE HYLUM (E) GREENPLY INDUSTRIES LTD

36 PLAIN AND PRELAMINATED PARTICLE BOARD

(A) KITPLY (B) ARCHIDLAM FROM MYSORECHIPBOARD, HUNSUR ROAD, HINKAL, MYSORE-570017 (C) GREENLAM FROM GREENPLY (D) NOVAPAN (E) ECO BOARD INDUSTRIES LTD, KARVE ROAD PUNE-04 (F) BAJAJ BOARDS (G) A-1 BOARD (H) BALAJI ACTION BUILDWELL, NEW DELHI

37 PLAIN AND PRELAMINATED MDF BOARDS

(A) BAJAJ BOARDS (B) NUW WOOD (C) A-1 BOARD (D) BHUTAN BOARD (E) BALAJI ACTION BUILDWELL, NEW DELHI

38 PLYWOOD FOR GENERAL PURPOSES

(A) KITPLY (B) MYSORECHIPBOARD (ARCHIDPLY) HUNSUR ROAD, HINKAL, MYSORE-570017 (C) GREENPLY (D) CENTURY PLYWOOD (E) DUROBOARD FROM SHARADA PLYWOOD

39 FALSE CEILING (A) ANCHOR CEILING TILES (B) GYPBOARD (C) ARM STRONG (D) USG BUILDING (E) RAMCO INDUSTRIES LTD (F) BISON PANEL (G) AEROLITE CEILING SYSTEM (G) EVERST INDUSTRIES PRODUCTS INDIA PVT LTD

40 CEMENT PARTICAL/FIBRE BOARD IS 14276 & IS 14862

(A) BISON PANEL (B) EVEREST

41 SGSW PIPE MAKE SHALL BE ISI MARKED IS-651 OF 1992 42 OIL PUTTY FOR GLAZING (A) GOLD MOHAR.

(B) BURGER (C) J&N (D) SHALIMAR HARDWARE

Page 148: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 235 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 43 HDPE WATER STORAGE TANKS

(ISI MARKED) (A) ROTAX (B) SINTEX (C) POLYWELL M/S OKAY POLYMERS PVT LTD. 50, ADHCHINI, SHRI AUROBINDOW MARG NEW DELHI-110017 (D) JS POLYPLAST (E) POLYCON, M/S POLYCON INTERNATIONAL LTD, F-11, HIRAWALA INDUSTRIAL AREA, P.O. KANOTA, JAIPUR -303012 (F) ERGEN PLASTIC INDUSTRIES, P-7 & 8 INDUSTRIAL ESTATE, JODHPUR-342003 Ph- 0291-2433737, 2615203

44 APP MODIFIED POLYMERIC MEMBRANE

(A) M/S TEXSA INDIA LTD. A-4/8, IST FLOOR, DLF CITY GURAGAON-122002 (B) M/S M K PRODUCTS INDIA (PVT) LTD, 315 THAPER CHAMBER-II, OPP KAINDI COLONY, RING ROAD, DELHI (C) M/S TIKKI TAR DONASA (INDIA) PVT LTD VILLAGE ROAD, BHANDUP (W), MUMBAI – 400078 (D) M/S IWL INDIA LTD, C&D LAKSHMI BHWAN, 609, ANNA SALAI, CHENNAI-600006 (E) M/S BENGAL BITUMEN B-53, SARITA VIHAR, NEW DELHI – 110044 (F) M/S SHALIMAR TAR PRODUCTS LTD, STP HOUSE, 570, PHASE-V , UDYOG VIHAR, GURGOAN- 122016 (G) JALNIDHI BITUMEN SPECIALITIES PVT LTD (H) MODERN BITUMEN PVT LTD, FARIDABAD (J) TORCH TAR MEMBRANE & BITUMEN PRODUCTS PVT LTD (K) SHIVAM TAR PRODUCTS (L) PIDILITE (DR FIXIT TORCH SHIELD) (M) SUPREME BITUCHEM INDIA PVT LTD 73A, CENTRAL AVENUE KAMDAR BHAVAN SEVASADAN SQUARE NAGPUR 440018 (N) AR INDUSTRIES VADODARA

45 METALLIC FLOOR HARDNER (A) IRONITE (B) HARDONATE (C) KIRONITE

46 PEB (a) KIRBY BUILDING SYSTEM (b) TIGER STEEL ENGINEER INDIA PVT (c) RCC ECO-BUILD SYSTEM LTD (d) LIOYD INSULATIONS (INDIA) (e) METCO ROOF PVT LTD CHENNAI (f) JINDAL BUILDINGS LTD (g) ERA BUILDINGS LTD (h) OCTAMAC ENGINEERING LTD (J) SAXENA MARINR- TECH (P) LTD GREATER NOIDA

47 STEEL ROLLING SHUTTER/GRILLS AND COLLAPSIBLE GATES

(A) SHREE LAKSHMI ENGINEER WORKS, BANGLORE (B) PRAKASH & CO. NEW DELHI (C) SENTHIL ROLLING SHETTERS & ENGINEER CO. CHENNAI (D) SWASTIK ROLLING SHUTTERS, MUMBAI (E) JAYARAJ INDUSTRIES, CHENNAI (F) SHALIMAR ROLLING SHUTTERS & CO. (G) GANESH ROLLING SHUTTERS, HYDERABAD

Page 149: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 236 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

(H) SHAPARIA DOCK & STEEL

Page 150: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 237 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 48 HYDRAULIC DOOR DOSER (A) EVERLITE

(B) UNIVERSAL (C) PRABHAT DOOR KING (D) PERFECT HYDRAULIC (E) DYANA (F) HARDWIN (G) RANJAN (H) KELIN (I) AMAR ENGINEER CO, NEW DELHI

49 ACID RESISTANT TILES (A) JOHNSON, MUMBAI (B) SOMANY CERAMICS LTD (C) KAJARIA CERAMICS LTD (D) BURN STANDARD CO, JABALPUR (E) PURSHURAM POTTERY WORKS, MARVI (F) COROMANDAL PRODUCTS (G) ISHWAR INDUSTRIES , DELHI (H) REGENCY CERAMICS (J) DURACRETE

50 EPOXY INDUSTRIAL FLOORING (A) PIDILITE (B) TUFF SHIELD (C) POLY PLUS (D) CICO (E) BASF (F) MC BAUCHEMIE (G) SIKA

51 RCC DRAIN PIPES (A) DHERE CONCRETE PRODUCT, PUNE (B) EVEREST (C) HIMALAYA (D) INDIAN HUME PIPES (E) VARDHAMAN CONCRETE PRODUCT, PUNE (F) POONA CONCRETE PRODUCT (G) AWASTHY SPUN PIPES (H) THULUVARANIKAL PIPES

52 SHOWER ROSE (A) JAGUAR (B) MARC (C) ESS- ESS (D) SOMA (E) PARKO (F) KINGSTON (G) CRABTREE (H) KOHLER (J) MEERA

53 POLYMER MODIFIED BITUMEN/ANTI STRIPPING AGENT/ EXPANSION JOINT FILLER/SEALING COMPOUND/EDGE REPAIR PREMIX

M/S TIKI TAR INDUSTRIES (BARODA) LIMITED TELE; 0265 2337992/7862/8142 OR ANY OTHER MAKE APPROVED BY E-IN-Cs BRANCH

Page 151: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 238 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 (i) EXTERNAL ELETRIFICATION ITEMS

1 UNDERGROUND HIGH TENSION(UG HT) XLPE INSULATED, ALUMINUM CONDUCTOR CABLE FOR 33/11 KV EARTHED SYSTEMIS-7098 PART-II

(A) RPG CABLES LIMITED (UNIT: ASIAN CABLE & INDUSTRIES), POKHRAN RAO NO 2 , P.B. NO.11, THANE, MAHARASTRA, -400601 CML NO. 0821646 (B) INDUSTRIAL CABLES (INDIA) LIMITED, INDUSTRIAL AREA, RAJPURA, PATIALA, PUNJAB-140401, EMAIL:[email protected], CML NO. 0865767 (C) CABLE CORPORATION OF INDIA LIMITED DATTAPADA ROAD, BORIVALI (E), GREATER MUMBAI, MAHARASTRA-400066 CML NO. 0820038 (D) CABLE CORPORATION OF INDIA LIMITED DATTAPADA ROAD, BORIVALI (E), GREATER MUMBAI, MAHARASTRA-400066 CML NO. 0820038 (F) UNIVERSAL CABLES LIMITED (UNISTAR), PB NO 9 SATNA, MADHYA PRADESH,-585005 TEL: 07672-50621-7, FAX- 50631, EMAIL : [email protected] CML NO. 0781357 (G) HAVELLS INDIA LIMITED, A-461/462 M.I. AREA ALWAR RAJASTHAN -301030 CML NO. 8368389 (H) PRIMECAB, M/S RAVIN CABLE (G) PLAZA CABLES (J) POLYCAB (K) M/S PARAMOUNT CABLES , PARAMOUNT COMMUNICATIONS LTD C-125, NARAINA INDUSTRIAL AREA , NEW DELHI – 110028. (L) M/S KEI INDUSTRIES LTD -D-90, OKHLA INDUSTRIAL AREA PH-I, NEW DELHI-110020 (M) CRYSTAL CABLE INDUSTRIES LTD

2 LOW TENSION(LT) CABLES, 1100 VOLT GRADE XLPE/PVC INSULATED WITH ALUMINIUM CONDUCTOR IS 1554, IS-7098 PART-I

(A) ASIAN CABLE CO, 2, IND ESTATE, RAIGARH, CHATTISHGARH, TEL: 07762-22808 CML NO. 8785914 (B) RPG CABLES LIMITED (UNIT: ASIAN CABLE & INDUSTRIES), POKHRAN RAO NO 2 , P.B. NO.11, THANE, MAHARASTRA, -400601 CML NO. 0115017 & PLOT NO 273/4 DEMNI ROAD, DADRA, SILVASA, DADAR AND NAGAR HAVELI-396191 CML NO 7271571 (C) CABLE CORPORATION OF INDIA LIMITED, DATTAPADA ROAD, BORIVALI (E), GREATER MUMBAI, MAHARASTRA-400066 CML NO. 0034926 & PLOT NO. F3/1, MIDC SINNAR INDAREA, MALEGOAN, NASIK, MAHARASTRA- 422103, CML NO. 7145970 (D) INCAB INDUSTRIES LIMITED,CABLE HOUSE, HADSAPAR IND ESTATE, PB NO 22, PUNE-411013, MAHARASTRA, TEL : 020-26870011-14, FAX: 26872045 EMAIL:[email protected] (E) FINOLEX CABLE LTD. 26-27, MUMBAI-PUNE ROAD, PIMPRI, PUNE-411018 MAHARASTRA, CML NO. 0689571 (F) ECKO CABLES PVT LTD, C-113, PHASE-VIII, IND AREA, MOHALI, ROOPNAGAR,PUNJAB-160055 TEL: 0172-256727,256440 FAX: 256727 (G) HAVELLS INDIA LIMITED, ALWAR RAJASTHAN-301030 CML NO. 8157482 (H) PRIMECAB ( M/S RAVIN CABLE) (J) POLYCAB (K) M/S KEI INDUSTRIES LTD -D-90, OKHLA INDUSTRIAL AREA PH-I, NEW DELHI-110020 (L) CRYSTAL CABLE INDUSTRIES LTD (M) CABCOM CABLES (N) KONARK (M/S POWER CABLE IND) (O) ELEKTRON, M/s PARAGON CABLES (P) MARC CABLES (Q) RAVI CABLES (R) KALINGA CABLES (S) PLAZA CABLES (T) M/S PARAMOUNT CABLES , PARAMOUNT COMMUNICATIONS LTD C-125, NARAINA INDUSTRIAL AREA , NEW DELHI – 110028. (U) M/S GRANDLAY EECTRICALS INDIA

Page 152: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 239 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 3 TRANSFORMER 66/ 11

KV, 33/11 KV, 33/0.433 KV , COPPER WOUND (NOTE :ONLY TYPE TESTED TRANSFORMERS SHALL BE PROVIDED) IS-2026

(A) BHARAT HEAVY ELECTRICALS LIMITED (BHEL) BHOPAL TEL:0755 2500100 FAX:2500023,2500425 WWW.BHEL.COM (B) AREVA T&D INDIA LTD.(PREVIOUSLY AREVA ), A-21-24, SECTOR 16, NOIDA-201301(U.P.) TEL 0120-2510248/49/50FAX:2510032/07923, WWW.AREVA.COM (C) SIEMENS LIMITED, POSTAL ADDRESS :POST BOX NO 6597, WORLI, MUMBAI-400018, OFFICE ADDRESS: 130, PANDUKAR BHUDKAR MARG,WORLI, MUMBAI-400018, TEL :02224987000 FAX: 24987500 , WWW.SIEMENS.COM (D) ABB LIMITED, CORPORATE OFFICE : KHANJA BHAVAN, IIND FLOOR, EASTERN SIDE, 49 RACE COURSE ROAD, BANGALORE-TEL : (E) VOLTAMP LIMITED, MAKARPURA BARODA GUJRAT- 390014 TEL:0265 642011 642012 FAX: 646774 (F) BHARAT BIJLEE LIMITED HEAD OFFICE ELECTRIC MANSION, 6TH FLOOR, APPASAHEB MARATHE MARG, PRABHADEVI, MUMBAI 400 025 TEL. NO.: 022 - 2430 6237 / 6071 FAX NO.: 022 - 2437 0624 (G) CROMPTON GREAVES , REGD OFFICE :CG HOUSE, 6TH FLOOR, DR ANNIE BESANT ROAD , WORLI, MUMBAI-400030 TEL 022 24382211/77, 2423777, FAX: 24237788 (H) ITE GURGAON (J) ANDREW YULE

4 TRANSFORMER COPPER WOUND, 11 /0.433 KV , 500 KVA AND ABOVE CAPACITY IS-2026

(A) VOLTAMP LIMITED (B) BHARAT BIJLEE LTD (C) AREVA T&D LTD (D) CROMPTON GREAVES LTD (E) ANDREW YULE (F) URJA TECHNIQUES INDIA PVT LTD (G)INDIAN TRANSFORMERS ELECTRICALS, 38TH KM STONE, DELHI JAIPUR HIGHWAY, BEHRAMPUR ROAD, GURGAON-122004, TEL 911242373100/200, 09811078611, (H) SANKLA UDHYOG , A-48 MLA IIND PHASE, BASNI, JODHPUR -5 TEL 2656830, 2742605

5 TRANSFORMER 11 /0.433 KV , COPPERWOUND BELOW 500 KVA CAPACITY IS-2026

(A) M/S RAJASTHAN TRANSFORMERS AND SWITCHGEARS LTD, 306 BALRAMA, KARAMPURA NEW DELHI 110015 TEL 011 5178306, 5116212 (B) VOLTAMP LIMITED (C) M/S PATSON TRANSFORMERS. CO OPERATIVE IND ESTATE, OLD NH NO 8, BHOLAR, BHARUCH, GUJRAT-392002 TEL 02642 247430, 247576 FAX:247624 (D) POWER WARE (E) M/S PM TRANSFORMERS NOIDA (F) M/S INDO TECH TRANSFORMERS, DP 36, SIDCO IND ESTATE, THIRUMAZHIGAI, CHENNAI 602107 TEL 26811569, 26811570 WWW.INDO-TECH.COM (G) M/S TESLA TRANSFORMERS,30-B IND AREA, GOVINDPURA BHOPAL-462023 TEL : 0755-2586778, 2586328, FAX:2581865 EMAIL; [email protected] (H) SANKLA UDHYOG , A-48 MLA IIND PHASE, BASNI, JODHPUR -5 TEL 2656830, 2742605 (J) JINDAL TRANSFORMERS (K) INDIAN TRANSFORMERS ELECTRICALS, 38TH KM STONE, DELHI JAIPUR HIGHWAY, BEHRAMPUR ROAD, GURGAON-122004, TEL 911242373100/200, 09811078611, 09811808900 (L) RJA TECHNIQUES INDIA PVT LTD

Page 153: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 240 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 6 HIGH TENSION

SWITCHGEAR 66/33/11 KV ,3 PHASE TOTALLY ENCLOSED METAL CLAD WITH GAS CIRCUIT BREAKER (SF-6 TYPE)

(A) SCHNEIDER, A-29 MOHAN COOPERATIVE IND ESTATE, MATHURA ROAD NEW DELHI -110044 (B) SOUTHERN SWITCHGEAR, POST BOX NO 114 AVADI ROAD AMBTR IND ESTATE CHENNAI (C) ANDREW-YULE (D) CROMPTON- GREAVES (E) AREVA T&D LIMITED (F) ABB LIMITED (G) SIEMENS LIMITED

7 VACUUM CIRCUIT BREAKERS(VCB) AND SF-6 CB SUITABLE FOR 36 KV/12 KV EARTHED SYSTEM IS-3422, IS-12729

(A) ABB LIMITED, CORPORATE OFFICE : KHANJA BHAVAN, IIND FLOOR, EASTERN SIDE, 49 RACE COURSE ROAD, BANGALORE-TEL : (B) AREVA T&D LIMITED (C) JYOTI LTD, NANUBHAI AMIN MARG,INDUSTRIAL AREA,P.O. CHEMICAL INDUSTRIES,VADODARA - 390 003 TEL:EPABX :- 3054631 TO 3054639 3054444 FAX :- 0265-2281871 0265-2280671 JYOTI (D) BHEL (E) SIEMENS (F) CROMPTON GREAVES (G) SCHNEIDER (H) MEGAWIN SWITCHGEAR (P) LTD, POST BOX NO. 434 ALAGAPURAM POST PERUMAL MALAI ADVIVARAM, SALEM -636004, TEL 0427-2330498, 0427-2330502 (J) ITE GURGAON

8 HIGH TENSION 11 KV ,3 PHASE AUTOMATIC SWITCH FUSE UNIT / ISOLATORS ISOLATING LINK SWITCH OIL IMMERSED TYPE , TRIPPLE POLE INDOOR/ OUTDOOR TYPE WITH/ WITHOUT AUTOMATIC TRIPPING DEVICE IS-9921/ IS-9920

(A) SCHNEIDER (B) SOUTHERN SWITCHGEAR (C) ANDREW-YULE (D) CROMPTON GREAVES (E) AREVA T&D LIMITED(F) ABB LIMITED (G) JYOTI

9 AIR BREAK SWITCH GANG OPERATED (33 KV/11KV) FOR HORINZONTAL/VERTICLE MOUNTING , MOUNTED ON 12 NOS INSULATORS OF BHEL/ JAYSHREE MAKE, COMPLETE WITH STEEL FRAME WITH OPERATING MECHANISM WORKED FROM GROUND WITH DROP OUT EXPULSION FUSES

(A) PACTIL 6, SAMARTH NAGAR, BLD NO 1 IST FLOOR, CHUNABHATTI(E) MUMBAI 400022 TEL 24055053, 65747100 FAX 24055052 (B) MYSORE ELECTRICAL INDUSTRIES (C) HEI (D) SOUTHERN SWITCHGEAR (E) MULL & CO (F) ATLAS (G) JAIPURIA BROTHERS

Page 154: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 241 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

10 DIESEL ENGINE DRIVEN GENERATING SETS

Engines: KIRLOSKAR GREEN POWER, CUMMINS, MAHINDRA, EICHER, GREAVES-COTTON, ASHOK-LEYLEAND, RUSTON, TATA Alternator: KIRLOSKAR GREEN POWER IDEA, AREVA, JYOTI, STAMFORD, CROMPTON GREAVES , CONTROL & SWITCHGEAR (LEROY SOMER) Sound Proof Assembled DG Sets : KIRLOSKAR GREEN POWER, JACKSON, SUDHIR, MEERA & CO, CONTROL & SWITCHGEAR, CUMMINS INDIA, MAHINDRA

11 VOLTAGE STABILISERS AND UPS IS-9845-1994

(A) AUTOMATIC ELECTRICAL (B) VINITEC (C) VOLTAMP (D) BRENTFORD (E) PIXELS -2-DHA-5,Vigyan Nagar, Kota (Raj) (F) ITL (G) POWER WARE (M/S SAI ELECTRICALS, SAI DHAAM, VICTORIA PARK MEERUT- 250000) (H) PRAGATI ELECTROCOM PVT LTD (J) ITE GURGAON (K) VOLINA ( M/S VINTEK ELECTRONICS NEW DELHI)

12 CURRENT TRANSFORMERS AND POTENTIAL TRANSFORMERS OF 33 KV RANGE. IS-2705, IS-3156

(A) AUTOMATIC ELECTRICAL (B) PRAGATI ELECTRICALS PVT LTD R-230, TTC MIDC IND AREA, RABALE , NAVI MUMBAI, 400701 TEL 022- 27607813, 27697225 (C) LAXMI (D) JYOTI

13 CURRENT TRANSFORMERS AND POTENTIAL TRANSFORMERS OF 11 KV RANGE IS-2705, IS-3156

(A) PRAGATI (B) KAPPA ELECTRICALS 11 MOUNT ROAD, SAIDAPET , CHENNAI 600015 (C) AUTOMATIC ELECTRICAL (D) AREVA T&D LIMITED (E) LAXMI (E) JYOTI (F) CROMPTON GREAVES

14 CURRENT TRANSFORMERS (LT)

(A) AREVA T&D LIMITED (B) AUTOMATIC ELECTRICAL (C) KAPPA ELECTRICALS (D) SIEMENS (E) L&T (F) ESSMA

15 INDICATING LAMPS NEON / LED TYPE

(A) LARSEN & TUBRO (B) SIEMENS (C) BHARTIA INDUSTRIES LIMITED,(BCH) CORPORATE OFFICE: 1105, NEW DELHI HOUSE, 27 BARKHAMBA ROAD NEW DELHI,-110001 TEL:011 23316029/3610/6539 FAX:23715249 EMAIL MARKETING @ BCHINDIA. COM WWW. BCHINDIA. COM (D) CONTROLS & SWITCHGEAR CONTACTORS LTD., 222, OKHLA IND ESTATE,NEW DELHI-110020, TEL:01130887420-28,41613503, FAX:26848241,26847342 EMAIL:INFO@ CONTROLSINDIA.COM,

16 SELECTOR SWITCH/PUSH BUTTONS FOR AMMETER/ VOLTMETERIS-6875

(A) KAYCEE (B) SIEMENS (C) BCH (D) L&T

Page 155: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 242 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

17 RELAY ELECTROMECHANICAL IS-3231

(A) AREVA T&D (B) L&T (C) SCHNIEDER (D) JAIPUR

18 RELAY NUMERICAL, STATICIS-3231

(A) SIEMENS (B) ABB (C) AREVA T&D (D) L&T (E) SCHNIEDER

19 AMMETER/VOLTMETER/POWER FACTOR METER/FREQUENCY METER. IS -722

(A) AUTOMATIC ELECTRICAL (B) IMP (C) MECO (D) DIGITRON (E) CONZERV

20 DIGITAL METERING WITH BUILT IN SELECTOR SWITCHES FOR VOLTMETER AMMETER, FREQUENCY METER , ENERGY, KW, POWER ANALYSER

(A) AUTOMATIC ELECTRICAL (B) HPL SOCOMEC (C) ENERCON (D) SECURE METER (E) BCH (F) L&T

21 AIR CIRCUIT BREAKER LT 600 VOLTS IS-2516

(A) L&T (B) SIEMENS (C) ABB (D) ENGLISH ELECTRIC (E) SCHNEIDER (F) CROMPTON GREAVES (G) CONTROL AND SWITCHGEAR (H) BCH (J) INDO ASIAN (K) BENTEC ELECTRICALS & ELECTRONICS PVT LTD (L) GE INDIA INDUSTRIAL PVT LTD

22 MOULDED CASE CIRCUIT BREAKER (MCCB) LT 415 VOLTS IS-13947 PART-I&II

(A) L&T (B) SIEMENS (C) ABB (D) STANDARD (E) SCHNEIDER (F) CROMPTON GREAVES (G) CONTROL AND SWITCHGEAR (H) AREVA T&D (J) HAVELL’S/ HPL (K) LEGRAND (L) ADHUNIK SWITCHGEARS (M) INDO-ASIAN (N) BENTEC ELECTRICALS & ELECTRONICS PVT LTD , NEW DELHI . (O) GE INDIA INDUSTRIAL PVT LTD

23 MICROPROCESSR BASED MOULDED CASE CIRCUIT BREAKER (MCCB) LT 415 VOLTS IS-13947 PART-I&II

(A) L&T (B) SIEMENS (C) ABB (D) SCHNEIDER (E) INDO-ASIAN

Page 156: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 243 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 24 METAL OXIDE LIGHTENING

ARRESSTOR / SURGE ARRESSTOR FOR DISTRIBUTION NETWORK 5 KA OR 10 KA , 12 KV IS-3070

(A) AREVA T&D (B) OBLUM (C) BHEL (D) GEC-ELPRO (E) ATLAS

25 METAL OXIDE LIGHTENING ARRESSTOR / SURGE ARRESSTOR FOR SUBSTATIONS 5 KA OR 10 KA , 12 KV IS-3070

(A) AREVA T&D (B) OBLUM (C) BHEL (D) GEC-ELPRO (E) RASHTRIYA

26 BATTERY EQUIPMENTS (A) EXIDE (B) AMCO (C) STANDARD

27 BATTERY CHARGER (A) BCH (B) ESCORP (C) NUCLEAUS

28 HEAT SHIRNKABLE / COLD/PUSH ON CABLE JOINTS/ END TERMINATIONS/LT (EPOXY ) JOINT

(A) RAYCHEMS (B) DENSONS, (C) CCI (D) M-SEAL (E) BIRLA-3M

29 INDUCTION MOTORS (A) SIEMENS (B) CROMPTON GREAVES (C) KIRLOSKAR ELECTRIC (D) AREVA T &D (E) BHARAT BIJLEE (F) JYOTI LTD (G) MATHER & PLATT

30 STEEL TUBULAR POLES HT/LT WITH CI BASE PLATE OFF SIZES IS-2713 Part II

(A) P.S. STEEL TUBES PVT LTD (UNIT II) 27 AKUSH GANGA COMPLEX, SUPELA, BHILAI, RAIPUR, CHATTISHGARH-490023TEL 355087 FAX; 223543 CML NO 8678105 (B) INDIA ELECTRIC POLES MFG CO , PLOT NO 28 A SHED NO 143 GUT 236/2 VILL DHEKU KHALAPUR, RAIGARH MAHARASTRA. 410203 TEL;02192 325846 FAX 022-26347194 CML NO 7580685 (C) SURJIT STEEL INDUSTRIES D130 INDUSTRIAL AREA PHASE VII SAS NAGAR MOHALI, ROOPNAGAR PUNJAB TEL 253286 CML NO. 9272179 (D) FABRICO (I) (P) LTD. VILL- RITHANI MOHANPURAM, DELHI ROAD MEERUT (UP) 250103, TEL 2768941 FAX 2769806 CML NO 8299396 (E) QUALITY STEEL PRODUCTS LTD 133/1 JUHI GAYSHALA KANPUR (UP) 208014 TEL:0512 2641293 FAX 2662490 ML CNO 9500570 (F) ADVANCE STEEL TUBES LTD 45/3 IND AREA SITE 4 SAHIBABAD , GHAZIABAD (UP) 201001 TEL 4771355 CML NO 8247680 (G) RAMA STEEL TUBES LTD B-21 SITE 4 IND AREA SAHIBABAD, GHAZIABAD(UP CML NO 8707486 (H) THE NATIONAL TUBING COMPANY, 123/444, FY AREA, FAZAL GANJ, KANPUR – 208012, PH – 2236556, 2236796

Page 157: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 244 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 31 PRESTRESSED

CONCRETE ELECTRICAL POLES IS-1678 of 1978

(A) M/SHINDUSTAN PRESTRESSED CONCRETE - FARIDABAD (B) M/S CEMENT FABRIC INDIA-JODHPUR, (C) M/S INDIAN PCC POLES, (D) M/S CONCRETE UDYOG-JHANSI (E) M/S SANKLA UDHYOG JODHPUR (F) ANY MANUFACTURER MAKING ISI MARKED POLES WITH VALID CML NO, (G) ANY MAKES APPROVED BY MPSEB (OR ITS DISCOM) FOR WORKS IN MP, RSEB (OR ITS DISCOM) FOR WORKS IN RAJASTHAN, AND UPSEB (OR ITS DISCOM) FOR WORKS IN UP.

32 SINGLE PHASE PREVENTOR/ STARTERS/ CONTACTORS/ THERMAL OVERLOAD RELAYS

L&T, SIEMENS, ABB, BHARTIYA CUTLER HAMMER, AREVA, MDS-LEGRAND, GE(POWER CONTROL), CONTROL AND SWITCHGEAR, BCH, HAVELS/HPL, INDO-ASIAN

33 AUTOMATIC POWER FACTOR CONTROL UNITS (APFC)

L&T, GEC, ASIAN, SHAKTI, SHREEM, SIEMENS, BCH, PIXELS, POWERWARE

34 POWER FACTOR IMPROVEMENT CAPACITOR BANKS

L&T, SHREEM, SIEMENS-EPCOS, BCH, MALDE

35 ELECTRONIC /PHOTO ELECTRIC TYPE TIME SWITCH SINGLE/THREE PHASE FOR AUTOMATIC OPERATION OF STREET LIGHTS

L&T, GE LIGHTING, INDO-ASIAN, ACE-SPARKWAVE(SECUNDERABAD), HARPAL ELECTRONICS, SWADEEP NATURE SWITCH (HEALER ENTERPRISES, BHOPAL). GOLDWYN LTD

36 ALUMINIUM CONDUCTOR STEEL RIENFORCED (ACSR) IS-298

ALL-IND, ICC, BHARAT CONDUCTORS, NICCO, INDIAN ALUMINIUM CO., UJALA, KONARK (M/S POWER CABLE IND)

37 CABLE LUGS/THIMBLES/ CABLE TERMINATIONS IS-1897

DOWELLS, EVEREST, GEC, AREVA, BAJAJ, INDO-ASIAN

38 HT PANEL/HT CAPACITOR PROTECTION PANEL

(A) AREVA (B) CROMPTON GREAVES (C) HAVELLS (D) ABB (E) MCLAYERS- BHOPAL

39 LT PANEL/ FEEDER PILLAR BOX

(A) BAFNA ELECTRIC PANEL, GOLE BUILDING ROAD JALORI GATE, JODHPUR (B) ADITYA (C) SHASHI ENGG CONSTN PVT LTD JAIPUR (D) MCLAYERS- BHOPAL (E) BSPL,BHOPAL 0755-2581316, 2580562 FAX-0755- 2781726 (F) JUHI ELECTRICALS PVT LTD, BHOPAL (G) JOHN ELECTRIC CO. JODHPUR (H) DOER CONTROLS PVT LTD, BHOPAL (I) DIVYA SWITCH GEAR , JODHPUR (j) NATIONAL ENGG WORKS, NEW DELHI (k) UNIVERSAL SWITCH GEAR, NES DELHI (L) M/S PREM ASSOCIATES , KOTA (M) A.I. AUTOMATION PVT LTD, GOVINDPURA, BHOPAL (N) SHALABH (O) HYDERABAD INDUSTRIES LTD (P) ALSTONE (Q) ITE GURGAON

NOTE FOR ITEM No 38 & 39 :- (A) The above makes are subject to their possessing CPRI test report for equivalent rating. (B) The accessories shall be of makes given elsewhere in respective items.

Page 158: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 245 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

40 HT/LT INSULATORS (DISK/PIN/ SHACKELE/ LOOP/STRINGS ETC TYPES )

BHEL, JAYSHREE, AREVA, ABB, PACTIL, SOUTHERN INSULATORS, MADRAS-PLCELAIN

41 DOL / STAR-DELTA / SYNCHRONOUS STARTERS AND CONTACTORS AND ON-LOAD/OFF LOAD CHANGE OVER SWITCHES

BHARTIAY CUTLER HAMMER, HAVELLS/HPL , SIEMENS, CONTROL AND SWITCHGEAR, CROMPTION GREAVES, L&T, ABB, GE (POWER CONTROL), AREVA, INDO-ASIAN

42 ELECTRONIC DIGITAL MOTOR PROTECTION RELAYS

CONTROL AND SWITCHGEAR, GE , L&T, BCH, HPL

43 UPS SYSTEMS CONTROL AND SWITCHGEAR, GE , L&T, BCH, HPL

44 DOUBLE WALL CORRUGATED HIGH DENSITY POLYETHENE PIPES FOR PROTECTION OF CABLES IS-14930 (Part I &II)

(A) REX POLYEXTRUSIONS LTD PLOT NO. H-5/2 MIDC KUPWAD SANGLI MAHARSTRA-41436 CML NO. 7479797 (B) DURALINE INDIA PVT LTD, PLOT NO. 24 VERNA ELECTRONICS CITY, PHASE-IIA, VERNA, SALCETE, GOA-403722 CML NO. 7643582 & PLOT NO. 19-22 PHASE-III A, SANCOALE IND ESTATE, ZUARINAGAR GOA 403726 (C) AVADH POLYTUBES (P) LTD KANPUR, G-11 JAINPUR IND AREA, KANPUR DEHAT (UP) CML NO. 9455288

45 BUS BAR TRUNKING SYSTEMS/ PLUG-IN BOXES/ TAP OFF SWITCHES.

GE, LEGRAND, SLCHEIDER, CONTROL & SWITCHGEAR, L&T

46 STREET LIGHT FITTINGS, POST TOP LANTERNS, BOLLARDS, FAÇADE LIGHT LUMINAIRES

BAJA, PHILIPS, CROMPTON, SURYA ROSHANI, WIPRO, HALONIX LTD, GOLDWYN LTD

47 HIGH MAST TOWERS AND LUMINAIRES

BAJAJ, PHILIPS, CROMPTION

48 EARTH ELECTRODE M/S KAPILANSH, ASHLOK, JMV (ii) INTERNAL ELECTRIFICATION ITEMS

1 CABLE PVC INSULATED /FLAME RETARDENT LOW SMOKE(FRLS) PVC INSULATED/ HEAT RESISTANT PVC INSULATED, 1100 VOLT GRADE, COPPER CONDUCTOR SHEATHED /UNSHEATHED SINGLE CORE MULTISTRAND FOR HOUSE WIRING IS-696

FINOLEX, ECKO, STANDARD, NICCO, RPG, L&T, ANCHOR, POLYCAB, HAVELLS, BRITE, PLAZA,RAVIN,HPL, KONARK (M/S POWER CABLE IND), INDO-ASIAN, KALINGA, SHALABH , BENTEC ELECTRICALS & ELECTRONICS PVT LTD , NEW DELHI , KEI INDUSTRIES LTD

2 ELECTRONIC ENERGY METERS TAMPER PROOF

L&T, HPL, AREVA, SECURE METERS, JAIPUR METERS, LEGRAND, INDO-ASIAN, BENTEC KOLKATA.

3 SWITCH FUSE, FUSE, SWITCHES, CHANGE OVER SWITCHES, CONTACTORS

AREVA, CROMPTON GREAVES, HAVELLS/ HPL, BHARTIYA CUTLER HAMMER, L&T, SCHNIDER, ANCHOR, SIEMENS, STANDARD, CONTROL AND SWITCHGEAR, BRITE’ INDO-ASIAN, SHALABH, GE INDIA INDUSTRIAL PVT LTD, NEW DELHI

Page 159: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 246 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 4 DISTRIBUTION BOARDS FOR MCBS,

MCB PLUG AND SOCKETS,ISOLATORS AND MCBS SP/DP/TPN/4 PLOE,EARTH LEAKAGE CIRCUIT BREAKERS(ELCBS)/ RESIDUAL CURRENT CIRCUIT BREAKERS(RCCB)/ RCBO IS-13032/IS-8864

LEGRAND, INDO-ASIAN, SCHNEIDER, HAVELLS, HPL, CROMPTON GREAVES, MERLIN-GERRIN, CONTROL AND SWITCHGEAR, L&T, ANCHOR, ABB, STANDARD, BRITE (M/S SHALABH SWITCH GEAR (INDIA), ADHUNIK SWITCHGEARS, BENTEC ELECTRICALS & ELECTRONICS PVT LTD NEW DELHI, GE INDIA INDUSTRIAL PVT LTD, NEW DELHI GE INDIA INDUSTRIAL PVT LTD , NEW DELHI (NOTE : ISOLATORS, MCBS, ELCB/RCCB AND DBS TO BE OF SAME MAKE AS FAR AS POSSIBLE)

5 FLOURSCENT TUBE LIGHT LUMINAIRES/ T5 LUMINAIRES / CFL FITTINGS

PHILLIPS, WIPRO, BAJAJ, CROMPTON, SURYA ROSHNI, INDO-ASIAN, HALONIX LTD

6 FLOURSCENT LAMPS LIGHT SOURCE/ T5 LAMPS LIGHT SOURCE/ CFL LAMPS

PHILLIPS, OSRAM, WIPRO, BAJAJ, CROMPTON, SURYA, INDO-ASIAN, HPL

7 LED LIGHT FITTINGS AND LIGHT SOURCES

OSRAM, PHILLIPS, WIPRO, BAJAJ, CROMPTON, HALONIX LTD, INSTAPOWER LTD

8 CEILING FANS AND FAN REGULATORS

BAJAJ, CROMPTON, KHAITAN, ORIENT, GEC

9 EXHAUST FANS, WALL MOUNTED FANS, AIR CIRCULATORS, PEDASTAL FANS

PHILIPS, CROMPTON, KHAITAN, BAJAJ, ALMONARD, ANCHOR

10 INCREASED SAFETY/ TOTALLY ENCLOSED/ FLAME PROOF LIGHT FITTINGS, ROTARY SWITCHES, LT SWITCHGEAR, EXHAUST/CEILING FANS, AIR CIRCULATORS ETC

BALIGA, SUDHIR SWITCHGEAR, FLEXPRO, BAJAJ, CROMPTON, PHILLIPS, SHYAAM SWITCHGEARS PVT LTD 36 SUMTINATH INDUSTRIAL ESTATE, 2ND FLOOR BEHAND INORBIT MALL OFF LINK ROAD MALAAD (W) MUMBAI-400064

11 ELECTRICAL ACCESSORIES, i.e PIANO TYPE SWITCHES, SOCKET OUTLETS, SWITCH SOCKET COMBINATIONS, CEILING ROSE, CALL BELLS, BUZZERS, LAMP HOLDRERS, ETC. SWITCHES( IS-3584-1966) CEILING ROSE (IS-371 -1979), SOCKET OUTLETS (IS-1293)

ANCHOR, FINE, CONA, ELLORA, LEADER, KINJAL, KAY, SAINICO, SSK, LICA, FINOLEX, SHYAAM SWITCHGEARS PVT LTD

12 MODULAR ELECTRICAL ACCESSORIES, i.e PIANO TYPE SWITCHES, SOCKET OUTLETS, SWITCH SOCKET COMBINATIONS, CEILING ROSE, CALL BELLS, BUZZERS, LAMP HOLDRERS, FAN REGULATORS ETC

ANCHOR, CRABTREE, NORTHWEST, LEGRAND-MOSIAC, M/S TOYAMA ELECTRIC LTD, 338(A2), KIADB, INDUSTRIAL ESTATE HOSKOTE BANGALORE-562114 FINOLEX, L&T, ABB, INDO-ASIAN

13 FLEXIBLE CORD TWISTED WITH COPPER CONDUCTOR IS-9968

PARAGON, PARAFLEX, PLAZA, KALINGA, ANCHOR, HPL, EMGEE CABLES, BRITE, KONARK

14 NON METTALLIC RIGID PVC CONDUIT IS-2509

FINOLEX, ANCHOR, LEGRAND-MDS, NEW INDIA CONDUITS PVT LTD, CAP PLASTIC TUBES PVT LTD, R K ELECTRICALS, SHREENATH, PRECISION, POLYCAB

15 ERW STEEL CONDUITS IS-9537 (PART III)

KALINGA, ASIAN, JINDAL, VIRAJ INDUSTRIES, ANY ISI MARKED WITH VALID CML NO.

16 CASING CAPPING AND ACCESSORIES

PRECISION, PRESTO PLAST, MODI, POLYCAB ANY ISI MARKED WITH VALID CML NO

Page 160: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 247 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

(iii) EXTERNAL WATER SUPPLY ITEMS 1 BLEACHING DOZER 2 BIB COCK/STOP COCK VALVES

ISI MARKED, L&K-ELITE, SIECO, MARC, PARCO, DRIPLESS, LEADER, GEM, JINDAL, JAQUAR, SOMA, PRAYAG, VARDHMAN, SHAKTI, PRIMA, M/S STATUS SANITECH (P) LTD (PLAYER), JAINKO (VARDHMAN ENTERPRISES)

3 CHLORONOME PLANTS PEARL-FILTER, PATTERSON, AQUA, CANDY-FILTER, AVON, BANA CO. NAGPUR CHEMICALS

4 ELECTRO CHLORINATOR (A) M/S HES WATER ENGINEERS (INDIA) PVT LTD, K-27 , FIVE STAR INDUATRIAL ZONE MIDC, BUTIBORI, NAGPUR – 441122, NOBLE ECO SYSTEMS, 6 GURUSWAMY NAGAR, EXT 73 CHENNAI (B) M/S NOBLE ECO SYSTEM, CHENNAI

5 WATER DISINFECTANT TABLETS M/S BM AQUATECH PVT LTD,

6 CI PIPES (A) CENTRIFUGALLY CAST IS-1536/1976

ELECTRO-STEEL, KALINGA,, NECO ( M/S JAYASWAL NECO INDUSTRIES LTD, F-8, MIDC INDUSTRIAL AREA, HINGANA ROAD, NAGPUR) KAPILANSH (M/S KAPILANSH, 112, HANDLOOM MARKET, GANDHIBAGH, NAGPUR-440 002)

(B) VERTICALLY/ HORIZONTALLY CAST IS-1537/1976, IS 7181

IISCO, ELECTRO-STEEL, KESORAM, KALINGA, KEJRIWAL M/S TRU-FORM ENGINEERS 118, HANDLOOM MARKET, GANDHIBAGH, NAGPUR -440002 PH-0712-6462720

7 CI PIPES FITTINGS ELECTRO-STEEL, KAPILANSH, KEJRIWAL, NECO, SKF

8 GI PIPES IS-1239/Pt-I TATA, SWASTIK, JINDAL, PRAKASH, ZENITH,BST, SURYA,

9 GI PIPES COLLARED END,MADE FROM COLD ROLLED STEEL IS-11722

NIDHI, PREMIER, ANY ISI MARKED WITH VALID CML NO

10 MS PIPES IS-1239/1982 TATA, SWASTIK, ZENITH, BST,JINDAL

11 HDPE PIPES ISI MARKED SINTEX, FINOLEX, PRINCE,RELIANCE INDUSTRIES, KISAN

12 CPVC PLUMBING PIPES AND FITTINGS

(a) M/S AASHIRWAD (b) M/S ASTRAL (c) M/S DINESH IRRIGATIONS PVT LTD JAIPUR (d) M/S AJAY FLOWGUARD, AJAY INDUSTRIAL CORPORATION, 54-56, OKHALA INDUSTRIAL ESTATE, PH-II NEW DELHI-20

12A UPVC PLUMBING PIPES AND FITTINGS / PPR PIPES

(a) PRAYAG (b) M/S SAROVARAM INDUSTRIES LLP, 2161/T6, LAL RATAN BUILDING, BASEMENT, WEST PATEL NAGAR, NEAR SATYAM CINEMA, NEW DELHI. (c) AKG, M/S AKG EXTRUSIONS PVT LTD NOIDA

Page 161: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 248 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 13 DI PIPES (IS 8329 :2000) (A) LANCO INDUSTRIES LIMITED,

RACHAGUNNERI, VILL SRIKALAHAST MANDAL, RACHAGUNNERI, CHITTOR ANDHRA PRADESH, -517641 TEL : 08578 287650, 51,52,53 FAX:287657 EMAIL : [email protected] CML NO. 624564 (B) JINDAL SAW LIMITED, SAMGHOGHA, MANDVI PARAGPUR ROAD, MUNDRA TALUKA, KACHCHH, GUJRAT, 370415, TEL 02838 240755 FAX 240788 CML NO. 7549085 (C) ELECTROTHERM (INDIA) LTD SURVEY NO 325, NH NO 8A, 310 KM STONE, VILL SAMAKHIYALI, TALUKA : BHACHAU, KACHCHH GUJRAT 370140 TEL 02837 283329 FAX: 02837 283329 EMAIL : STEEL@ ELECTROTHERM.COM CM NO. 7622574 (D) ELECTROSTEEL CASTINGS LTD. 30 B T ROAD, KHARDAH, PO SUKCHAR, 24 PARAGANA (N) W.B. CML NO. 5037452 (E) TATA METALIKS, KUBOTA PIPES LIMITED, 6/1A, MIDDILTON STREET ( 1ST FLOOR), KOLKATA-700071, TEL NO. 91-33-64591384/85(O), FAX-91-33-22820781/22884372 (F) M/S AARKO PIPE GRAM UDYOG, HOSHIYARPUR ROAD, VILLAGE DHADHA, PO HAZARA, DIST JALANDHAR PUNJAB

14 DI FITTINGS /RUBBER GASKET (IS 9523-1980)

(A) LANCO INDUSTRIES LIMITED, RACHAGUNNERI, VILL SRIKALAHAST MANDAL, RACHAGUNNERI, CHITTOR ANDHRA PRADESH, -517641 TEL : 08578 287650, 51,52,53 FAX:287657 EMAIL : [email protected] CML NO. 624564 (B) JINDAL SAW LIMITED, SAMGHOGHA, MANDVI PARAGPUR ROAD, MUNDRA TALUKA, KACHCHH, GUJRAT, 370415, TEL 02838 240755 FAX 240788 CML NO. 7549085 (C) ELECTROTHERM (INDIA) LTD SURVEY NO 325, NH NO 8A, 310 KM STONE, VILL SAMAKHIYALI, TALUKA : BHACHAU, KACHCHH GUJRAT 370140 TEL 02837 283329 FAX: 02837 283329 EMAIL : STEEL@ ELECTROTHERM.COM CM NO. 7622574 (D) ELECTROSTEEL CASTINGS LTD. 30 B T ROAD, KHARDAH, PO SUKCHAR, 24 PARAGANA (N) W.B. CML NO. 5037452 (E) TATA METALIKS, KUBOTA PIPES LIMITED, 6/1A, MIDDILTON STREET ( 1ST FLOOR), KOLKATA-700071, TEL NO. 91-33-64591384/85(O),FAX-91-33-22820781/22884372 (F) KEJRIWAL (G) UPADHAYA (H) LNT (J) M/S AARKO PIPE GRAM UDYOG, HOSHIYARPUR ROAD, VILLAGE DHADHA, PO HAZARA, DIST JALANDHAR PUNJAB

15 PUMPS & MOTORS (A) CENTRIFUGALLY

CAST IS-1520 OF 1972

KIRLOSKAR, JYOTI, CROMPTON GREAVES, BEACON, KSB, BE, MATHER & PLATT ( MOTORS AND PUMPS SHALL BE OF SAME MAKE AS FAR AS POSSIBLE)

(B) SUBMERSIBLE PUMPS IS-8034

KIRLOSKAR, JYOTI, CALAMA, KSB, WASP, MODI-ATLANTA, KISHOR, BAJAJ, MATHER & PLATT

Page 162: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 249 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 (C) VERTICAL TURBINE

PUMPS IS-1710 OF 1973 KIRLOSKAR, KSB, WASP, MODI-ATLANTA, JOHNSTON, WORTHINGTON, MATHER & PLATT, JYOTI

(D) NON-CLOG SEWAGE SUBMERCIBLE PUMPS

KSB, KISHOR, KIRLOSKAR, MATHER & PLATT

(E) PUMPS FOR FIRE FIGHTING APPLICATIONS

PUMPS:- KIRLOSKAR, MATHER AND PLATT, CROMPTON MOTOR : ABB, CROMPTON, AREVA, BHARAT BIJLEE, SIEMENS, KIRLOSKAR

16 VALVES (A) AIR RELEASE VALVES BIR, VENUS, KIRLOSKAR, LEADER, SANT, NORMAX, AUDCO,

L&T, UPADHYA, KEJRIWAL

(B) FOOT VALVES IS-4038 OF 1979

VENUS, KIRLOSKAR, LEADER, SANT , NORMAX, VARUN, VENUS, AUDCO, L&T, UPADHYA, KEJRIWAL, M/S AARKO PIPE GRAM UDYOG, HOSHIYARPUR ROAD, VILLAGE DHADHA, PO HAZARA, DIST JALANDHAR PUNJAB

(C) REFLUX VALVES IS-5312 OF 1969

KIRLOSKAR, LEADER, SANT , NORMAX, VARUN, VENUS, AUDCO, L&T, UPADHYA, KEJRIWAL, M/S AARKO PIPE GRAM UDYOG, HOSHIYARPUR ROAD, VILLAGE DHADHA, PO HAZARA, DIST JALANDHAR PUNJAB

(D) SLUICE VALVES IS-780, PN 1.6, IS-2906

VENUS, KIRLOSKAR, LEADER, SANT, AUDCO, L&T, UPADHYA, KEJRIWAL, M/S AARKO PIPE GRAM UDYOG, HOSHIYARPUR ROAD, VILLAGE DHADHA, PO HAZARA, DIST JALANDHAR PUNJAB

(E) BUTTERFLY VALVES/ DISC VALVES

AUDCO, L&T, SIR, ANDREW, CASTLERS, NORMAX KIRLOSKAR, M/S AARKO PIPE GRAM UDYOG, HOSHIYARPUR ROAD, VILLAGE DHADHA, PO HAZARA, DIST JALANDHAR PUNJAB

(F) GUN METAL LANDING VALVES, BRANCH PIPES, HYDRANT OUTLETS , FIRE BRIGADE CONNECTIONS ETC FOR FIRE FIGHTING APPLICATIONS

NEWAGE, VIJAY, MINIMAX, GETEC ,BIR, KIRLOSKAR

(G) GATE VALVE KIRLOSKAR/SANT/RAMCO/LEADER 17 FERRULES CAPSTAN, DASHMESH, KIRLOSKAR 18 WATER METERS CAPSTAN , DASHMESH 19 PRESSURE GUAGES FIEBAG, GURU

20 PRESSURE SWITCHES FOR AUTOMATIC OPERATION OF PUMPS

INDFOSS, DANFOSS, SWITZER

21 MICRO PROCESSOR BASED LEVEL MONITOR AND CONTROLLER FOR WATER SUPPLY SYSTEM

ADITYA, RDS

(iv) INTERNAL WATER SUPPLY ITEMS 1 GI PIPES IS-1239/Pt-I AS SPECIFIED IN EXTERNAL WATER SUPPLY 2 BIB COCKS, STOP

VALVES (IS-781/1984) PILLAR TAPS, SURGICAL WATER MIXERS, SHOWER ROSE ETC

SIECO, MARC, PARCO, DRIPLESS, LEADER, GEM, JINDAL, JAQUAR, SOMA, PRAYAG, VARDHMAN, SHAKTI, PRIMA,PARYWARE, PLASTOCRAFT SANITARY INDIA LTD M/S STATUS SANITECH (P) LTD (PLAYER), CORONET, JAINKO (VARDHMAN ENTERPRISES)

3 WALL MIXER UNITS ETC GEM, PARKO, JAQUAR, MARC, PRAYAG, JAQUAR,PARYWARE

Page 163: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 250 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

4 CPVC PIPES & FITTINGS AS SPECIFIED IN EXTERNAL WATER SUPPLY

Page 164: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 251 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4 5 GEYSER (A) BAJAJ

(B) RACOLD (C) USHA (D) PEARL (E) MADHUBAN (F) BHARAT (G) VENUS

(v) MISCELLANEOUS ITEMS 1 WINDOW/ SPLIT/

DUCTABLE SPILT TYPE AIR CONDITIONERS IS: 1391(PT I&II):1992

CARRIER, BLUE STAR, VOLTAS, USHA-DAIKIN, HITACHI, LG, SAMSUNG

2 PACKAGE TYPE ACS IS 8148 :1991

CARRIER, BLUE STAR, VOLTAS, USHA-DAIKIN, FEEDERS LLYOD

3 OPEN TYPE COMPRESSORS

KIRLOSKAR, ACCEL, VOLTAS, CARRIER, BLUE STAR

4 COMPERSSOR DRIVE MOTORS

SIEMENS, CROMPTON , BHARAT BIJLEE, KIRLOSKAR

5 MONOBLOCK PUMPS KIRLOSKAR, JYOTI, BEACON, CG 6 AIR HANDLING UNITS CARRIER, BLUE STAR, VOLTAS, 7 COOLING TOWERS PAHARPUR, MIHIR, DELTA 8 INSULATION LLYODS, UP-TWIGA, OWNES-CROWNING 9 DUCTING SAIL, TATA, JINDAL, BHUSHAN

10 CURTAINS (A) ALMONARD (B) AIRCON (C) CROMPTON GREAVES (D) SNEHA VERDHAN (E) FILTROX (F) TECHNOCRAT (G) NATIONAL (H) CARRIER (J) VOLTAS

11 OPTICAL / IONISATION/ RATE -OF-RISE-CUM-FIXED TEMPERATURES TYPE SMOKE/HEAT DTEECTOR FOR FIRE FIGHTING APPLICATIONS

APOLLO, SYSTEM-SENSOR, EDWARD, PHILLIPS, WORDMALD, FENWEL

12 MANUAL CALL BOXES, HOOTERS, REMOTE RESPONSE INDICATORS FOR FIRE FIGHTING APPLICATIONS

AGNI, ASE, VIJAY, PCD SENSORS

13 FIRE PANEL MATHER & PLATT/MELTRON, STEELAGE INDUSTRIES (MINIMAX), VIJAY, SAFEWAY SECURITY SYSTEMS

14 PA SYSTEMS PHILLIPS, AHUJA, MOTWANI, AKG 15 HOOTERS AHUJA, AGNI, PHILLIPS, MOTWANI, VAISHNOI 16 HOSE REELS ISI MARK HAVING VALID CML NO 17 HOSE PIPE ISI MARK HAVING VALID CML NO 18 FIRE EXTINGUISHERS ISI MARK HAVING VALID CML NO

Page 165: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 252 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

APPENDIX ‘C’ (Contd/-)

1 2 3 4

19 SOLAR WATER HEATING SYSTEMS

BHEL, TATA-BP SOLAR SYSTEMS, BEST AND CROMPTON NOVEL ENERGY(P) LTD, (NEW DELHI), SOLAUTOMATIC ELECTRICAL EQUIPMERNT MANUFACTURING CO.(NOIDA), SOLCHROME SYSTEMS INDIA LTD(PARWANOO-HIMACHAL), SURYA JYOTI DEVICES INDIA LTD (ROPAR-PUNJAB),DIGIFLIC CONTROLS (INDIA) PVT LTD, BANGLORE

20 MICRO PROCESSOR RELAY FOR APFC PANEL

(A) EPCOS (SIEMENS) ( B) CE (C) L &T

21 LIGHTENING ARRESTERS

(a) ELPRO (b) ALSTONE (c) BHEL (d) RASHTRIYA

22 SEWAGE TREATMENT PLANT

(a) ION EXCHANGE INDIA LTD (b) HYDRO PARYAVARAN (INDIA) PVT LTD (c) FONTUS WATER PVT LTD (d) NITASHA CONSTRUCTION (e) THERMAX LTD (f) SIMA LABS PVT LTD (g) INDWA TECH PVT LTD

23

Solar PV Module (a) TATA (b) WAAREE (c) NAVITAS (d) VIKRAM (e) RENEWSYS (f) ADANI (g) ABB

24 DC Cable (a) LAPP (b) LEONI – German SIECHEM (c) POLCAB India (d) Fi Nolex (e) Havells (f) Ravin (g) Asian Galaxy

25 DC String combiner Junction Box

(a) Hensel (b) Trinity Touch (c) Technocraft (d) S3 Energy (Configurable as required)

26 DC Cable connectors (MC4)

(a) Bizlink or Multi – Contant or Nordic

27 Inverter Central / String (a) ABB (b) Schneider (c) Delta (d) SMA

28 AC Junction Box (a) ABB (b) L&T (c) Semens (d) Schneider

Page 166: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO. CEBZ/JHA/TOKEN/22 OF 2017-18 SER PAGE NO. 253 PARTICULAR SPECIFICATION PART-I(Contd.)

SIGNATURE OF CONTRACTOR ASST. DIR (CONTRACTS)

29

AC Cable – Inverter to ACJB

(a) RPG (b) CCI (c) Flolex (d) Havells (e) Polycab (f) KEI (g) Ravin (h) Asian Galaxy

30 Chemical Earthing (a) Sabo (b) JMV (c) Jeff techno (d) Ashlok (Chemical Earth Pits)

31 Monitoring & Data Logging Station

(a) Solar Log (b) Web Dyne (c) Del Remo (d) S3 Energy (e) Date Logger & Web Portal Monitoring

32 Solar Distribution Transformer

(a) BHEL (b) SEIMENS (c) CG (d) Schneider (e) ABB (f) ESENNAR

Page 167: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 254 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

1. MODULE MOUNTING STRUCTURE

1.1 The technical specifications for mounting structures are as under :-

a. Support structure design and foundation or fixation mounting arrangements should withstand horizontal wind speed as per relevant IS Code/NBC. b. The total load for roof top SPV should be less than 60 Kg/m2. c. The load bearing capacity and residual life of building must be checked and measures to strengthen structure, if required and economical, be taken. d. The module mounting steel structure shall be Mild Steel Fixed Tilt as per IS 2061-1992 and galvanizing HDGI (Hot dip Galvanized) with 85 micron coating as per IS 4759 and should be designed as per the requirement of the installations and module configurations. e. All fasteners, nut and bolts should be made of Stainless steel - SS 304 Grade, painted with rust free paint and should allow easy replacement of any module. f. The minimum clearance of the structure from the roof level should be 300-400 mm. g. The material shall be corrosion resistant and electrolyticaly compatible with material used in module frame. h. The structures shall be designed to allow easy replacement of any module. Each structure should have angle of inclination as per the site conditions to take maximum insulation. i. Modules shall be mounted towards south facing and at a suitable inclination (28o) to maximize annual energy output.

1.2 FOUNDATION BASE

The legs of the structures should be made with GI Channels and fixed with foundation as described in provisional lump sum.

a. Design calculation shall be done through STADD analysis and contractor shall submit the design review and approval of engineering in-charge.

2. DC DISTRIBUTION BOARD (DCDB)

a. DCDB shall be provided in between PCU and Solar Array. It shall have MCCB of Suitable rating for connection and disconnection of array section. It shall have meters for measuring Array voltage and Array current.

b. Type II Surge Arrestor should be incorporated for surge protection as per IEC 60364-5-53 with meters for measuring the array voltage and array current.

c. The DC distribution box shall be of IP65 rating made of thermo plastic/CRCA sheet. d. The junction boxes shall have suitable cable entry points with cable glands of

appropriate sizes for both incoming and outgoing cables. e. Suitable markings should be provided on the bus bar for easy identification, and cable

ferrules shall be fitted at the cable termination points for identification

Page 168: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 255 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

3. SOLAR CELLS AND PV MODULES

The technical specifications of PV Module for use in Grid Solar Power plants will be as under :- a. Supply, installation, testing & commissioning of SPV modules shall be on the Vendors

scope. b. The PV Modules used in the solar power projects must qualify to the latest edition of

the International Electrotechnical Commission (IEC) PV module qualification test or equivalent BIS standards.

c. Solar PV minimum array capacity should not be less than 300 kW, 275 kW and 425 kW at Military Hospital (300kW capacity of solar power plant) , Army Aviation unit (275kW capacity of solar power plant) and Caleb Vihar at Jhansi (425kW capacity of solar power plant) respectively and should comprise of solar crystalline modules of minimum 320 Wp or more at standard test conditions, indigenously manufactured Solar PV Crystalline Silicon Terrestrial PV Modules IEC 61215 / BIS 14286.

d. The modules must conform to IEC 61730 Part 1 (Requirements for construction) & Part 2 (Requirements for testing for safety qualification) or Equivalent BIS.

e. PV modules to be used in a highly corrosive atmosphere (coastal areas, etc.) must qualify Salt Mist Corrosion Testing as per IEC 61701 / BIS 61701.

f. PV modules to be used in a sandy environment must qualify the IEC 600068-2-68 standards.

g. PV modules used in grid connected solar power plants must be warranted for output wattage, which should not be less than 90 % at the end of 10 years and 80 % at the end of 25 years.

h. The mechanical structures, electrical works and overall workmanship of the grid solar power plants must be warranted for a minimum of 5 years.

i. The V-I curve of each PV module with Sl. Nos. Should be submitted along with modules meeting the required specifications.

4. TEST CENTRES

a. The PV modules must be tested and approved by one of the IEC authorized test centres. In addition, a PV module qualification test certificate as per IEC standard, issued by ETDC, Bangalore or Solar Energy Centre MNRE will also be valid.

5. IDENTIFICATION AND TRACEABILITY

Each PV module must use a RF identification tag (RFID). The following information must be mentioned in the RFID used on each module. This must be laminated inside the panel and it must be able to withstand harsh environmental conditions.

(i) Name of the manufacturer of PV Module (ii) Name of the Manufacturer of Solar cells (iii) Month and year of the manufacture for solar cells and module individually (iv) Country of origin for solar cells and module individually (Make in INDIA only)

Page 169: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 256 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

(v) I-V curve for the module (vi) Peak Wattage, Im, Vm and FF for the module (vii) Unique Serial No and Model No of the module (viii) Date and year of obtaining IEC PV module qualification certificate (ix) Name of the test lab issuing IEC certificate (x) Other relevant information on traceability of solar cells and module as per ISO

9000 series. 6. JUNCTION BOXES

a) General Requirements IP 65(for outdoor)/ IP 21(for indoor) as per IEC 529 b) The junction boxes are to be provided in the PV array for termination of connecting

cables. The J. Boxes (JBs) shall be made of GRP/FRP/Powder Coated Aluminium /cast aluminium alloy with full dust, water & vermin proof arrangement.

c) All wires/cables must be terminated through copper cable lugs. The JBs shall be such that input & output termination can be made through suitable cable glands.

d) Copper bus bars/terminal blocks housed in the junction box with suitable termination threads Conforming to IP65 standard and IEC 62208 Hinged door with EPDM rubber gasket to prevent water entry.

e) Single compression cable glands. Provision of earthings. It should be placed at 5 feet height or above for ease of accessibility.

f) Each Junction Box shall have High quality Suitable capacity Metal Oxide Varistors (MOVs) / surge arrestors, suitable Reverse Blocking Diodes.

g) The Junction Boxes shall have suitable arrangement monitoring and disconnection for each of the groups.

h) Suitable markings shall be provided on the bus bar for easy identification and the cable ferrules must be fitted at the cable termination points for identification

7. TRANSFORMER

7.1 Dry/oil type relevant transformer as specified in Schedule ‘A’ along with all protections, switchgears, Vacuum circuit breakers, cables etc. along with required civil work The transformer shall conform in all respects to the relevant Indian/International standards specifications with latest amendment thereof, some of them are listed below:‐ Indian Standard Title International Std. IS : 2026 Specification for Power transformer IEC – 76 IS : 335/1983 Insulating Oil for transformer BS –148 IS : 3639 : 1968 Fittings and accessories for power ASTM D‐1275 IS : 2099 : 1986 High voltage porcelain bushings IEC 296‐1969 IS : 7421‐1988 Low voltage porcelain bushings IS : 3347 Dimensions for outdoor bushings DIN 42531 to 33 IS : 12444 Specification for copper wire rods ASTM B ‐ 49 IS : 5/1961 Specifications for colors for ready mixed paints

Page 170: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 257 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

IS : 6600/1972 Guide for loading oil immersed IS : 3202 Climate Proofing IS : 2147 Degree of Protection

7.2 Transformers should have all necessary protection features like silica gel breather,

Buchholz relay, pressure relief device, magnetic oil level gauge, oil temperature indicator and winding temperature indicator

7.2.1 Checking Oil and winding temperature and colors of silica gel in the breather & Cleaning monthly

7.2.2 Testing of main tank oil for BDV and moisture content on quarterly basis.

7.2.3 Lubricating/Greasing all moving parts of OLTC mechanism

7.2.4 Physical examination of diaphragm of vent pipe for any crack.

7.2.5 Testing OLTC oil for BDV and moisture

7.2.6 Testing of Oil for dissolved gas analysis, acidity, tan-delta, interface tension.

7.2.7 Measurement of DC winding resistance

7.2.8 Turns ratio test at all taps

7.2.9 Over haul of tap change mechanism

7.2.10 Changing the gasket set allocation as when leakage is found or gasket damaged

7.2.11. Measurement of IR values with suitable megger according with rating.

7.3 TYPE & TEST CERTIFICATES

(A) TYPE TESTS: -

(i) All the equipments offered shall be fully type tested from NABL Accredited Laboratory as per relevant ISS & technical specification.

(ii) The following type tests shall be carried out on the transformers in accordance with ISS: 2026/1977 as amended from time to time: -

(a) Short Circuit Test. (b) Lightening Impulse Voltage withstand test.

The rating and terminal marking plate shall exhibit the following details : - Temperature rise test.

1. Make of Transformer. 2. Manufactured by M/s. 3. Type of Transformer - Conventional Type

4. Specification Ref. No. - IS: 1180 & 2026/1977 (latest version) & REC. 5. KVA Capacity (Conv.)

Page 171: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 258 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

6. Type of cooling ONAN………..

Volts at HV Frequency Hz 50 No Load LV Impedance Volts % No Load Amperes HV Vector group Ref. LV Core & winding wt. in Kgs. Phases HV Wt. of oil in Kgs. LV Total wt. of X-mer in Kgs. Makers S. No. Oil in Ltrs. Date of despatch Untanking Wt. in Kgs. Guarantee maximum temperature rise in oil 45°C.

7.4.1. INVERTER:

The output of the inverter system is to be connected with the grid at 11/33 KV system as per site requirement. The bidder /contractor should select the inverter (Central) as per its own system design so as to optimize the power output.

The technical specifications for inverter are as under :-

(i) Nominal Voltage 415 v+/- 10 %, 3 phase, 50 Hz (ii) Control Micro processor/ DSP (iii) Switching Device IGBT / MOSFET (iv) Grid freq. Synchronization +/- 3 Hz or more (v) Ambient temperature -20°C to +50° C (vi) Humidity 95 % non- condensing (vii) Protection of enclosure IP 20 ( Indoor rated )/ IP 65 (Outdoor rated) (viii) No load losses < 1% of rated power (ix) Inverter Efficiency >97 % (without inbuilt galvanic isolation)

>93 % (with inbuilt galvanic isolation) (x) Power Factor Control Range >0.9 lead or lag (xi) THD < 3 % (at rated power) (xii) Maximum Input voltage THD1000 V DC (xiii) Maximum Noise Level 75 dB DC injection Less than 0.5% of nominal load current

75 dB standards. (xiv) Inverter should have internal protection arrangements against any sustainable fault

in feeder line and against the lightening on feeder. (xv) Should have insolating transformer. (xvi) Inverter generated harmonics flicker, DC injection limits, Volt range, frequency

range and anti-islanding measures should follow latest CEA Guidelines / IEC 62116 / BIS Code.

7.4.1.2. Inverter/ Power Condition unit must provide protection against:

Over current Sync loss Over temperature DC bus over voltage

Page 172: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 259 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

Cooling Fan failure (If provided) Short circuit Lightning Earth fault Surge voltage induced at output due to external source Power regulation in the event of thermal overloading Set point pre-selection for VAR control Bus communication via -interface for integration Remote control via telephone modem or mini web server Integrated protection in the DC and three phase system Insulation monitoring of the PV array with sequential fault location

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

Over voltage protection against atmospheric lightning discharge to the PV array is required.

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

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

7.4.1.3. Earthing of Inverters:

DC side of each inverter shall be earthed to distinct earth pit through adequate size conductor as per IS 3043-1987. The size of conductor shall be as per the maximum fault current of DC system.

7.4.2. Technical requirements of PCU

PCU shall confirm to the following standards and appropriately certified by the Signature of Bidder labs:

i. Efficiency measurement: IEC 61683 / IS 61683 ii. Environmental Testing: IEC 60068-2 / Equivalent IS iii. Product safety: IEC 62109 (1&2) iv. Grid connectivity Interface: IEC 61727: 2004 v. Interconnection PV Invertors: IEC 62116 vi. Electromagnetic Interface : IEC 610002, 3, 6 vii. Ingress Protection : IP 54 & IP 21 viii. Batteries: As per relevant BIS Std. ix. Cables : IEC 60227 / IS 694 (UV resistant, DC rated, plug

& play) x. Earthing / Lightening : IEC 62561 / IS 3043 : 1986 xi. Surge Arrestors : IEC 60364-5-53 / Relevant IS Code xii. Circuit Breakers : IEC 60947 1, 11, III / IS 60947, EN 50521 xiii. Junction Boxes & Enclosures : IP 65/ IP 21 xiv. Meters : As per DISCOM guidelines / IS 16444

Page 173: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 260 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

xv. Grid Connectivity : As prevalent in the state / as per CEA / CERC regulation & grid code (amended upto date)

xvi. EMC, harmonics, etc.: IEC 61000 series, 6-2, 6-4 and other relevant Standards.

xvii. Recommended practice for PV – Utility interconnections: IEEE standard 929 – 2000 or equivalent

xviii. Protection against islanding of grid: IEEE1547/ UL1741/ IEC 62116 ore equivalent

xix. Reliability test standard: IEC 62093 or equivalent

7.4.2.1. Desired Technical Specifications of PCU

Sinusoidal current modulation with excellent dynamic response. Compact and weather proof housing (indoor/ outdoor) Comprehensive network management functions (including the LVRT and capability to inject reactive power to the grid) Total Harmonic Distortion (THD) < 1% of rated power and maximum loss in sleep mode shall be less than 0.05% Optional VAR control Unit wise & integrated Data logging Dedicated Prefabs / Ethernet for networking

7.4.2.2. PCU/inverter front panel shall be provided with display (LCD or equivalent) to

monitor, but not limited to, the following:-

i. DC power input ii. DC input voltage iii. DC Current iv. AC power output v. AC voltage (all the 3 phases and line) vi. AC current (all the 3 phases and line) vii. Power Factor viii. Inverter on ix. Grid on x. Inverter under voltage/ over voltage xi. Inverter over load xii. Inverter over temperature

7.4.2.3. Documentary Requirements & Inspection

i. The bill of materials associated with PCU’s should be clearly indicated while

delivering the equipment. ii. The Contractor shall provide to the Employer, data sheet containing detailed

technical specifications of all the inverters and PCUs, Type test reports and Operation & Maintenance manual before dispatch of PCUs.

iii. The Employer or its authorized representative reserves the right to inspect the PCUs/ Inverters at the manufacturer’s site prior to dispatch

Page 174: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 261 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

7.5. METERING – Energy accounting

a. Bidder shall provide ABT compatible interface meters as main meters based on voltage, point and period of supply and tariff category.

i. As per provisions of Grid code Part -5, Section 16, clause 16.12.2., two sets of high precision ABT compatible energy Meter/Import-Export Meter of Class 0.2s with associated set of metering equipments are to be installed at generating point

ii. For 33Kv generator, 2 Nos. Of combined CT-PT units of Class 0.2s accuracy shall be provided by the developer at point of injection to serve to main meters and check meters for billing purpose, at developers cost.

iii. The developer has to get the equipment tested as per Annex:-V from Central Power Research Institute (CPRI) or any National Accreditation Board for Testing and Calibration Laboratories (NABL) accredited lab before installation at site, as per parameters defined in MPEGC Part-5, Sec-16.

iv. The GM (O&M/City) shall have to certify the meters, metering equipments as per grid standards in consultation with meter testing division before installation at site.

v. Main meter shall always be maintained in good condition at developers cost. vi. Main meters shall always be maintained in good condition and shall be open for

inspection by any person authorised by the nodal agency. vii. The concerned licensee may provide check meters of the same specifications as main

meters. viii. The main and check meters shall be periodically tested and calibrated by the

concerned licensee in the presence of other party involved. Main and check meters shall be sealed by both parties. Defective meter shall be replaced immediately.

ix. Reading of main and check meters shall be taken periodically at appointed day and time by authorized officer of the concerned licensee, the generator and the customer or his representative, as the case may be.

x. Meter reading shall be communicated to SLDC, the open access customer, and the generating company or trader, as the case may be, by the licensee, within 24 hours of meter reading.

xi. Readings of the check meters shall be considered for billing purposes when main meters are found to be defective or stopped.

xii. Both the main meter and check meter shall be tested for accuracy if difference between the readings of main and check meters vis-à-vis main meter reading exceed twice the percentage errors permissible for relevant accuracy class.

xiii. If an open access customer requires the licensee to provide main meters he shall provide security deposit to the licensee and shall pay for hiring charges. The meter shall be maintained by the licensee.

xiv. Meters shall be provided as per CEA Regulations. xv. The location of meter and height of meter display from floor shall be as per Indian

Standard on Testing, Evaluation, Installation and Maintenance of ac Electricity Meters – Code of Practice.

Page 175: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 262 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

xvi. For outdoor installations, the meters shall be protected by appropriate enclosure of level of protection specified in the Indian Standard on Testing, Evaluation, Installation and Maintenance of ac Electricity Meters – Code of Practice.

xvii. Acceptance Test For ABT Meters xviii. Limits of error as per IS 14697:19999.

b. Influence Quantity test for voltage, current and frequency variation as per IS 14697:19999.

c. Capability of recording frequency in every 15 minutes. Load survey data of meter may be verified.

d. Capability of meter for recording of Reactive High & Reactive low parameters with voltage range as defined in ABT regime(Reactive High for voltage > 103%,Reactive low when voltage is < 97 %.).

e. Recording of Import and Export energy for every 15 Min.

f. Recording of mid night energy for Active and Reactive Parameters.

g. For Metering Equipment

i) 33 Kv CT

a. Accuracy test (determination of Error)

b. Verification of terminal polarity.

c. OVIT Test.

d. HV test on secondary winding.

ii) 3 phase 33 Kv PT

a. Accuracy test (determination of Error).

b. Verification of terminal /polarity.

c. High Voltage power frequency test on secondary winding.

d. Induced over voltage test.

7.6. SCADA – Data Monitoring & Acquisition

(i) SCADA system of PCU shall clearly depict the single line diagram of the plant on the monitor. Mimics shall be provided with radio buttons to show the following parameters:

a. Solar radiation (W/m2) b. PV module back surface temp c. Ambient temp d. Inverter output power (3 phase) e. Line and phase currents f. Cumulative energy exported

Page 176: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 263 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

(ii) SCADA system shall perform following control operations :-

a. Inverter ON/OFF b. Set point editing through a proven password mechanism c. Mimic control through PC keyboard operation SCOPE OF WORK

(iii) SCADA shall also conform to following features :-

SCADA system shall incorporate integrated system control and data acquisition facilities.

The use of a local operator interface and latest technology features shall be incorporated to enable viewing of instantaneous parameter metering, changing of operator modes and review of system logged events.

Further, with PC based latest software technology, solar plant shall be monitored remotely via satellite link.

The major SCADA features incorporated in to the control system are listed below.

a. Operator interface of latest technology: Instantaneous grid, array, inverter, AC, and metering of all parameters.

b. Integrated AC, DC data point logging: Instantaneous logging of all parameters. Including AC parameters, generator run hours and energy details.

c. Fault and system diagnostics with time stamped event logging. d. Selectable event logging resolution for enhanced diagnostics. e. Remote SCADA features with specific needs of station monitoring and remote communication. f. Remote system access software, secured transmission of data and central PC facility.

7.7. LT PANEL

i. LTP DB shall have EDO ACBS (Electrically operated Draw Out Air Circuit Breaker) for ensuring necessary isolation between PCU and transformer.

ii. ACB is microprocessor based electronic trip (ET) systems with thermal memory, over load, short circuit protection and also has protection against earth leakage faults.

iii. LTPDB also equipped with Transient Voltage Surge Suppressor (TVSS) for protection against transient voltage surges.

iv. Digital Ammeter and Digital Voltmeter with their inbuilt selector switches and Digital Load manager which performs as a multifunction meter shall be provided on the front side of the cubicle.

v. LTPDB is also provided with a Breaker Control Switch for electrically operating the ACB. NO and NC contacts for ACB are provided to communicate the On, OFF and Trip status to SCADA.

7.8. HT PANEL

Page 177: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 264 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

i. The 33 Kv from HV side of the transformer shall be fed to grid with proper metering, protection and switchgear which can be done by Metering, Relays and Circuit Breakers located in HT panels. In power plants at all three locations, one outgoing VCB to grid and one Bus PT panel for measurement of bus voltage and protection against abnormal bus voltages.

ii. All these HT panels shall be combined with a common bus bar which is internally connected among these panels.

iii. These HT panels shall be mounted on a well constructed and raised platform located in switch yard area. In addition to these HT panels, a Remote Annunciation Panel (RAP) shall be provided for remote monitoring and control of HT panels which is located inside control room.

iv. Each Vacuum Circuit Breaker (VCB), Current transformer (CT), Relays and Metering equipment like Digital Ammeter and Load Manager. Bus PT panel comprises of Potential Transformer, Over voltage and Under voltage relay and Digital Voltmeter.

v. Enough space shall be provided on either side of the HT panel for future expansion. vi. Protective Relays:-

a) Over current and Earth fault relay: A microprocessor based numerical relay for protection against instantaneous/ IDMT faults like over current, short circuit current, over load, earth faults and instantaneous earth faults should be used.

b) Master Trip Relay: This relay is the main relay which activates the trip circuit of the breaker upon the trip signals received by other relays.

c) Trip Circuit Supervision Relay: This relay is also of electro mechanical type and this supervises whether the trip circuit is healthy or not.

d) DC Failure Relay: Whenever DC supply fails to HT panels, this relay gets activated and indication will be given in HT panels and alarm and indication will be given in RAP.

e) Transformer Alarm Relay: This auxiliary relay is meant for Transformer protection and gives alarm against faults occurred in transformer such as Buchholz relay alarm, OTI alarm and WTI alarm.

f) Transformer Trip Relay: This relay is for actuating the breaker to trip against trip signals from transformer for Buchholz relay trip, WTI trip and OTI trip.

g) Transformer Alarm/Trip Relay (Tat): This relay is meant for both alarm and trip signals from transformer against PRD alarm, PRD trip and LOLA alarm faults.

h) Metering Equipment: Digital Ammeter with inbuilt selector switch and Load Manager shall be provided in incomers and outgoing panels.

i) Bus PT Panel: Bus PT panel is a separate panel adjacent to incomers and outgoing feeders, connected to bus for measuring the bus voltage and to protect against abnormal bus voltages. The core meant for measurement is connected to Digital Voltmeter with inbuilt selector switch and other core which is protection core is connected to Over voltage/Under voltage relay.

j) Remote Annunciation Panel (RAP): RAP is provided to monitor and control the HT panels remotely i.e., from

control room to ensure the reliability and safety for the operating personnel. This cubicle shall have number of windows for displaying all

Page 178: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 265 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

types of faults and those windows turns red on fault. Out of these windows, there will be separate indications meant for Incomer -1, Incomer -2, for outgoing panel, for Bus PT and some left as spare.

RAP also equipped with buzzers to give alarm on faults. Out of these, one works on DC supply and other works on AC supply. 110V AC supply is required for windows and buzzer. 1-phase 230V AC supply is required for buzzer for DC failure, space heater and panel illumination lamp.

RAP shall have Indication lamps each for incomers and outgoing panels to indicate its status like VCB On, VCB Off, Test position, Service position Trip circuit healthy, DC fail and Spring charged condition. RAP will also have three Breaker Control Switches (BCS) for remote control of incomers and outgoing HT panels.

vii. VCBs of HT panels can be tripped or closed using these switches. But, the operation of

these T-N-C switches depends on the electrical interlocks that shall be made among the incomers and outgoing panel

viii. Earthing Truck:

Earthing trucks are provided along with the HT panels, even though these are not a part of power flow in the plant, because these panels are meant for protecting the working personnel performing maintenance on HT panels. When operator performs maintenance works on bus bar of HT panels gets electrified if any one closes the downstream breaker. So, to avoid such instances, earthing trucks for bus bar earthing are provided in the place of outgoing breaker to earth the power supply immediately and it also produces alarm and indication for operator. For this, a 3 phase PT is provided to sense the voltage for indicating and for buzzer when the line gets power supply. Cable earthing trucks are used in the place of incomers and bus bar earthing trucks are used in the place of outgoing panels for safe maintenance on the bus bar and HT panels. The necessary DC supply will be provided through battery and battery charger to the HT panel.

7.9. EARTHING SYSTEM

Grounding as per IS 3043: 1986

a. Each array structure of the PV should be grounded properly. b. All metal casing/shielding of the plant should be thoroughly grounded in accordance

with Indian electricity Act./IE Rules. c. All the earthing in the plant shall comply with IS 3043 -1987 reaffirmed in 2006 d. A minimum of two separate dedicated and interconnected earth electrodes must be

used for the earthing of the solar PV system support structure with a total earth resistance not exceeding 01 ohms.

e. The earth electrodes shall have a pre-cast concrete enclosure with a removal lid for inspection and maintenance. The entire earthing system shall comprise non-corrosive components.

Page 179: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 266 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

7.10. LIGHTENING ARRESTORS

a. The lightening arrestor shall be heavy duty station class type, discharge class III,

conforming to IEC specification b. The required number of suitable lightning arrestors shall be installed in the array field. c. Lightening protection shall be provided by the use of metal oxide varistors and suitable

earthing such that induced transients find an alternate route to earth. d. Protection shall meet the safety rules as per Indian Electricity Act. e. Concrete foundation for holding the lightning conductor, in position, to be made after

giving due consideration to maximum wind speed and maintenance requirement at site in future.

7.10.1. Cables and Wires

All cables and connectors to be used for installation of solar field must be of solar grade which can withstand harsh environment conditions for 25 years and voltages as per latest IEC standards.

7.10.2. DC CABLE

The DC Cables in a solar PV plant to be used in the following areas :-

a. Interconnecting SPV modules b. From SPV Modules upto String Monitoring Unit(SMU) c. From SMU upto the Inverter

7.10.3. HT CABLE

HT cable should meet following specifications and requirements as given in 7.10.4 below.

7.10.4. CODES

i. IS:7098 Cross linked polyethylene insulated PVC sheathed cable for(Part - II) working voltage from 3.3KV upto & including 33 KV

ii. IS : 3961 Recommended current ratings for cables iii. IS : 3975 Low Carbon Galvanized steel wires, formed wires and tapes for

armouring of cables. iv. IS : 4905 Methods for random sampling. v. IS : 5831 PVC insulation and sheath of electrical cables. vi. IS : 8130 Conductors for insulated electrical cables and flexible cords. vii. IS : 10418 Specification for drums for electric cables. viii. IS : 10810 Methods of tests for cables. ix. ASTM-D -2843 Standard test method for density of smoke from the burning or

decomposition of plastics.

Page 180: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 267 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

x. ASTM-D-2863 Standard method for measuring the minimum oxygen concentration to support candle like combustion of plastics.

xi. IEC-754 (Part-I) Test on gases evolved during combustion of electric cables. xii. IEEE-383 Standard for type test of Class IE Electric Cables. xiii. IEC -332 Tests on Electric cables under fire conditions. xiv. Part-3 : Tests on bunched wires or cables (category -B)

7.11. LT CABLE

a. Cabling on AC side (LT)

LT Power Cable shall be 1.1 kV, Armoured, unearthed grade, double core/multi-core, stranded Cu/Al conductor as mentioned, XLPE insulated with PVC outer sheath made on PVC compound. All other details shall be as per Indian Standards, IEC 60189: IS 694/ IS 1554/IS/IEC 69948.

b. All electrical cables / wires to be laid/fixed in Conduit.

c. Proper laying of cables shall be ensured in appropriate cable trays, pipes / trenches as per site requirement.

7.12. SURGE PROTECTION DEVICES

Surge Protection Devices for protection against surge currents and voltages shall be provided. Internal surge protection shall consist of three MOV type surge-arrestors connected from +ve and –ve terminals to earth. Surge Protection Devices (SPD) should conform to IEC 61643-12 and shall have discharge capability of atleast 10 kA at 8/20 micro second wave.

7.13. CONNECTORS

Connectors should have the specifications as under :-

1000V (IEC/CEI),600V (UL), with safety clip that requires a tool to unlock (NEC2008 compliant) certified for applications with modules according to IEC 61730, Safety class II, Directive 2002/95/EC on the restriction of the use of certain hazardous substances in electrical and electronic equipment -with Minimal voltage drop, High current-carrying capacity, Minimal power loss, Minimal contact resistance, High durability contacts withstand up to 1 million mating cycles, Operating temperatures up to 350°C,higher temperatures permitted for short periods.

7.14. CCTV

CCTV Cameras along with monitoring stations (sufficient numbers) and all other accessories required for its proper operation must be installed to have complete coverage of the following areas :-

(i) Main entry: Covering all the entry/exit for 24 hrs

Page 181: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 268 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

(ii) Along the Plant Perimeter: Covering complete perimeter of Plant Area to capture all possible intrusion

(iii) Control Rooms: Covering Entry/Exit and activities within Control Rooms. Contractor has to propose the locations and number of cameras required for the Plant during bidding, however Employer’s decision on number of cameras shall be final.

(iv) Monitoring stations of the CCTV Network shall be installed in Main Control Room.

(v) The CCTV system shall be designed as a standalone IP based network architecture. System shall use video signals from different cameras at defined locations, process the video signals for viewing on monitors at control room and simultaneously record all video streams using latest compression techniques.

(vi) Camera shall be colour, suitable for day and night surveillance (even under complete darkness) and network compatible.

(vii) It should be possible to control all cameras i.e., PTZ auto/ manual focus, selection of pre-sets, video tour selection etc. The software shall support flexible 1/2/4 windows split screen display mode or scroll mode on the display monitor for live video.

(viii) The system shall support video analytics in respect of the following: a. Video motion detection b. Object tracking c. Object classification

(ix) Camera server shall be provided with sufficient storage space to storage recordings of all cameras at HD mode for a period of 15 days. All recordings shall have camera ID, location, date and time of recording

7.15. WEATHER MONITORING STATION

The contractor is required to install necessary equipment to continuously measure the Solar Radiation and other climatic conditions through a weather monitoring station.

The major categories of site-specific assessment required are :-

a. Global Solar Radiation (“GSR”) b. Diffuse Solar Radiation (“DSR”) c. Sunshine Duration d. Atmospheric Turbidity e. Temperature & Humidity f. Wind Speed

Simultaneously, measurement of the generation of DC power as well as AC power from the plant must be done. Such measurement facility should be placed as close as possible

Page 182: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 269 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

to the solar plants. A common measurement facility may be allowed to be used by the plants located within a radius of five kilometres from this facility. Online arrangement would have to be made by the Developer for submission of above data on regular basis.

7.16 TELEMETRY DATA TRANSMISSION SYSTEM

Bidder shall install Telemetry system for real time data monitoring by MP SLDC.

The Data Acquisition facility (Telemetry) for transfer of telemetry data to SLDC/Sub LDCs should be established along with communication facility in accordance with the guidelines of State Load Dispatch Centre, JABALPUR

a. The ABT meters should have AMR facility for providing meter data to SLDC. To do this one has to install modem and SIM (capable of working on both GPRS & GSM network) enabled at the interface point and integrating the meters with the AMR system of Secure make installed at SLDC which has the static IP address 117.239.195.194, for data transfer between energy meter and AMR system at SLDC over the GSM/GPRS communications network.

b. The integration of ABT meters with AMR system could be done with the help of M/s Secure or any other competent vendor. After integration of ABT meters with AMR system, one has to obtain a confirmation from SLDC that the meters are integrated with AMR system and data of ABT meters are being successfully downloaded through AMR system.

c. DC Battery & Charger

Adequate capacity DC battery Bank should be provided for emergency control supply of inverters, control / protection system & emergency lighting. Appropriate capacity battery charger with relevant IS/IEC standards & protection and automatic change over system should be provided to charge the battery bank along with relay circuit, fuses, annunciations and remote operating and controlling facility from the Main Control Room.

7.17. DANGER PLATES

Size of each Danger Notice plates shall be 200 mm x 150 mm made of mild steel sheet and at least 2 mm thick, and vitreous enamelled white on both sides and with inscription in signal red colours on front side as required.

7.18. POWER EVACUATION

The evacuation voltage shall be at 33 kV AC (three phase) wherein evacuating point cum metering point shall be installed at 33 kV interconnection point within the boundary of solar plant.

Page 183: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 270 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

ABT meter to measure net power evacuation shall be installed at 33 kV interconnection point on four pole structure near solar PV plant boundary.

7.19. CODES AND STANDARDS:

CODES DESCRIPTION

UL 94 V Fire Resistant/ flammability

UL 746C UV Resistant

IEC 62262 ` Mechanical Impact Resistance

IS 2147/IEC 60529 Enclosure Protection

IEC 61643-12 Surge Protection

IEC 62208 Enclosure for low voltage Switchgear and control gear assemblies

NOTE: All the information shown here is indicative only and may vary as per design and planning by the bidder. The bidder must provide the BOM of the plant as per the design during the time of bidding.

7.20. OPERATION & MAINTENANCE

Bidder shall be responsible for Comprehensive operation & maintenance of the SPV plant as per Sch ‘A’. After successful operation of plant for 1 year after commissioning towards performance demonstration, as detailed in technical specification including supply and storage of all spare parts, consumables, repairs/ replacement of any defective equipment etc.

i. Deputation of qualified and experienced engineers for taking care of O&M activities. ii. Cleaning of Solar Module on weekly basis and wipers can be used to remove the

accumulated dirt and bird droppings. iii. Task of the operators is to check periodic logging of the voltage, current, power

factor, power and energy output of the Plant. The operator shall monthly record the energy output, down time, etc.

iv. Monitoring the performance of the Solar Power Plant and regular maintenance of the whole system including Modules, PCU’s, transformers, overhead line, outdoor/indoor panels/ kiosks etc. are necessary for extracting and maintaining the maximum energy output from the Solar Power Plant.

7.20.1. Performance parameters:

The Plant performance will be evaluated through Performance Ratio (PR) test as per IEC 61724 and as per the Capacity Utilization Factor (CUF).

Page 184: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 271 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

The initial acceptance of the Plant will be evaluated during commissioning by measuring PR for continuous 7 days. However, contractor must demonstrate the PR for a period of 30 days as per the PR test procedure

During O&M contract, the Plant performance will be evaluated based on annual Capacity Utilization Factor. Second year onwards linear degradation of the module output (i.e., 0.80% of DC capacity at STC per year) shall be considered for the calculated CUF every year.

Solar modules must have the rated output of not less than 80% by the end of 25th year and not less than 90% by the end of 10th year of operation as per MNRE standards. Manufacturer test certificates shall be submitted.

During the O&M period, the bidders need to maintain 90% uptime of the Plant to achieve the proposed CUF at the end of each year. Any routine repair, replacement, overhauling, etc. are to be performed during night times so that no generation loss will be there in day time.

Bidders are expected to make their own study of solar radiation profile and other related parameters of the area & make sound commercial judgment about the Performance Ratio and CUF. It shall be the responsibility of the Bidder to assess the corresponding solar insolation values and related factors of solar Plant along with expected grid availability.

The Bidder should access all related factors about the selected Site for the Project before giving commitments of PR and CUF of the proposed Project. The Contractor shall be responsible for achieving required PR and CUF.

7.20.2. The bidders are free to install additional DC capacity any time during O&M period,

with proper consent by the Employer, to meet the desired performance parameters with no additional cost to the Employer.

7.20.3. WARRANTY

The mechanical structures, electrical works including power conditioners/ inverters/ charge controllers/ maximum power point tracker units/ distribution boards/ digital meters/ switch gear/ storage batteries, etc. and over all workmanship of the SPV power plants/ systems must be warranted against any manufacturing/ design/ installation defects for a minimum period of 05 years.

7.21. COMMERCIALS OF SOLAR POWER PLANT AS PER CERC - CENTRAL ELECTRICITY REGULATORY COMMISSION

The benchmark capital cost norm for Solar PV projects for FY 2016-17 shall be INR 530.02 lakhs/MW, with breakup is as follows:

S.No. Particulars Capital Cost % of Total Cost

Page 185: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

CA NO CEBZ/JHA /TOKEN/ 22 OF 2017 -18 SERIAL PAGE NO. 272 PARTICULAR SPECIFICATION

PART- II (TECHNICAL SPECIFICATION)

Signature of Contractor Asst Director (Contracts)

1 PV Modules 328.39 61.96%

2 Land Cost 25 4.7%

3 Civil and General Works 35 6.6%

4 Mounting Structures 35 6.6%

5 Power Conditioning Unit 35 6.6%

6 Evacuation Cost up to Inter- connection Point (Cables and Transformers)

44 8.3%

7 Preliminary and Pre-Operative Expenses including IDC and Contingency

27.63 5.21%

Total Capital Cost 530.02 100%

Page 186: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

PROFO

RMA

FOR DETAILS O

F WO

RKS IN H

AND

(For un-enlisted Contractors/contractors enlisted in other departments only)

SIG

NATU

RE O

F CO

NTR

ACTO

R ASST. D

IR ( C

ON

TRAC

TS )

Nam

e of organization/ D

eptt. where w

ork is being executed

Contract N

o. A

mount of

Contract

(in Lakhs)

Date of

Com

mence

ment

Date of

Com

pletion Extended

date of com

pletion (if any)

Am

ount of w

ork com

pleted as on date

of subm

ission of B

id (in Lakhs)

Balance

value of w

ork to be com

pleted (in Lakhs)

Rem

arks/Rea

sons for delay

1 2

3 4

5 6

7 8

9

Page 187: CA NO. CEBZ/ JHA /TOKEN/ 22 OF 20 1 7 -1 8 SERIAL PAGE NO. 1 SIGNATURE OF CONTRACTOR ASST DIR (CONTRACTS) CONTENTS PROVN OF GRID INTERACTIVE SOLAR P OWER PLANT S AND C O M P R E H

LIST OF W

ORKS CO

MPLETED IN LAST 05 YEARS

(For un-enlisted Contractors/contractors enlisted in other departments only)

N

ame of organization/

Deptt

Contract N

o. Value of C

ontract (in Lakhs)

Date of

Com

mencem

ent

Original

date of C

ompletion

Extended date of

completion

(if any)

Actual date

of com

pletion

Actual

complet

ion cost (in

Lakhs)

Enhanced value of w

ork in lakhs

Value of completed

work shall be

enhanced by 5%

per year to bring the cost at present cost

1 2

3 4

5 6

7 8

9

SIG

NATU

RE O

F CO

NTR

ACTO

R ASST. D

IR (C

ON

TRAC

TS)