You are on page 1of 52

CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 109

SPECIAL CONDITIONS

1.0 GENERAL
1.1 The following Special conditions shall be read in conjunction with the General Conditions
of Contracts IAFW-2249 including errata / amendments there to. If any provision in these
special conditions is at variance with the aforesaid documents, these special conditions shall be
deemed to take precedence there over.

1.2 The work under this Contract shall be carried out in accordance with Schedule `A’,
Particular Specifications, drawings and other provisions made in MES Schedule.

1.3 The term ‘General Specifications’ referred to hereinbefore/ here in after as well as
referred to in IAFW- 2249. (General Conditions of Contracts), shall mean the Specifications
contained in MES Schedule.

1.4 General rules, specifications, special conditions and all preambles in MES Schedule shall
be deemed to apply to the works under this Contract unless specified otherwise in these tender
documents, in which case the provisions in these tender documents shall be deemed to take
precedence over the provisions made in MES Schedule.

2.0 VISIT TO SITE BY CONTRACTOR


2.1 The tenderers shall contact concerned GE for the purpose of inspections of site (s) and
examination of relevant document other than those sent herewith, who will extend reasonable
facilities for the purpose. The tenderers shall also make themselves familiar with working
conditions, accessibility to site (s), availability of materials and other cogent conditions before
quoting his offer.

2.2 The tenderer shall be deemed to have inspected the site of work and make themselves
familiar with working conditions, accessibility to site (s), availability of materials and other cogent
conditions, irrespective whether he has actually inspected them or not.

3. THE WORK LIES IN UN-RESTRICTED AREA

CONDITIONS FOR WORKING IN UN-RESTRICTED AREA

3.1 The Contractor, his agents, employees work people and vehicle may require to pass
through the unit lines in that case the Engineer-in-Charge shall, at his discretion have the right to
issue passes, control their admission to the site of work or any part thereof. The Contractor shall
on demand by the Engineer-in-Charge submit a list of personnel, etc, concerned and shall
satisfy the Engineer-in-Charge as to the bonafide of such people. Passes issued shall be
returned at any time on demand by the Engineer-in-Charge and in any case on completion of
the work.

3.2 The Contractor and his agent, employees and work people shall observe all the rules
Promulgated by the authority controlling the area in which the work is to be carried out e.g.
prohibition of smoking, lighting and keeping to specified routes, occasional restricted hours of
working etc. Any person found violating the security rules laid down by the authority, shall be
immediately expelled from the area without assigning any reason what so ever and the
contractor shall have no claim on this account, nothing extra shall be admissible for any man
hours lost on this account.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 110

SPECIAL CONDITIONS

4.0 CONTRACTORS REPRESENTATIVES, WORKERS AND AGENTS


4.1 Tenders attention is invited to Condition 25 of IAFW-2249. Tenderer shall employ only
Indian Nationals as his representative, servants and workers 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
tenderer shall furnish full particulars to this effect to the Accepting Officer at the time of
submission of his tender.

4.2 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.

5.0 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 updated from time to time.
(d) Schedule of minimum wages are not enclosed along with tender documents. However, the
contractor shall be deemed to have verified the minimum fair wages payable as on the bid
submission end date.
(e) The contractor shall have no claim whatsoever, if on account of local factors and/ or
regulations, he is required to pay the wages in excess of minimum wages as described above
during the execution of work.

6.0 LABOUR (REGULATION AND ABOLITION ) ACT


Contract labour (Regulation & Abolition) Act 1970 is applicable to MES contractors. Rates
quoted by the tenderer shall be deemed to take into account the cost etc. required to comply
with the provisions contained in the said act and the rules framed under the said act.
7.0 ROYALTIES
Reference Condition 14 of IAFW-2249. No quarries on defence land are available.

8.0 LAND FOR STORES & WORKSHOP ETC.


8.1 Delete the lines 5 to 9 of para 1 of Condition 24 of IAFW-2249. General Conditions of
Contracts reading “In the event of area of land.......land allotted to him” and in lieu insert as
under:-
“The Contractor shall be allotted the area by the GE, before execution near work site for the
purpose of storage of materials, erection of temporary workshop, stores, etc. The Contractor
shall pay nominal rent of Rs 1/- per year or part of a year in respect of each and every separate
area of land allotted to him. No defence land is available for accommodation of labour for which
the Contractor shall make his own arrangement at his own expense.”
9.0 BLASTING
Blasting is prohibited.
10.0 WATER SUPPLY
10.1 Refer Condition 31 of IAFW-2249. Water will not be supplied by MES.
10.2 The Contractor shall make his own arrangement for supply of water, he will be
permitted to drill bore well (s) in the area at his own cost. The well (s) dug/drilled by the
contractor shall become the property of Govt. after the completion of the work under this
Contract without any cost reimbursement to the Contractor. However no recovery shall also be
made for water charges in case the Contractor digs his own well(s). The Contractor shall at his
own cost get the water tested from recognised Govt. laboratory for its portability and produce
the certificate to the GE on demand.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 111

SPECIAL CONDITIONS
11.0 ELECTRICITY SUPPLY
11.1 Electricity will be supplied by MES on payment. It is however optional for the contractor
to buy it from MES or make his own arrangement at his own cost. In the event of contractor
deciding to buy it from MES , he shall be charged for its consumption at a uniform rate of Rs.
13.84 per unit for lighting as well as for power. The condition given in succeeding sub paras,
shall be applicable for electric supply by MES.

11.2 Electric supply shall be made available by MES at the point (s) tentatively marked on site
plan/ decided by GE. However, the exact location of the electric point (s) shall be shown by the
GE.

11.3 The main switch and Pre-paid KWH meter to register the power supplied shall be
provided and installed by MES. Contractor shall provide all necessary connections/ cables,
fittings etc from the main switch and meter, in order to ensure a proper and suitable supply of
electricity of execution of the work.

11.4 The MES does not guarantee for continuity of supply and no compensation what so ever
shall be allowed for supply becoming intermittent or for breakdown in the system.

11.5 GE or his representative shall be free to inspect all the power consuming devices. Any
electric line provided by the contractor which is not to the satisfaction of the GE and conforming
to IE rules shall be disconnected from the supply, if so directed by him.

11.6 It is the responsibility of Contractor to maintain the unit power factor of electric supply.
For this contractor shall provide capacitor of appropriate capacity to each connection for
installation of his construction equipment.

12.0 CO-OPERATION WITH OTHER AGENCIES


12.1 Refer Condition 24 of IAFW-2249. The Contractor shall permit free access and generally
afford reasonable facilities to other agencies and departmental workmen engaged by the Govt
to carry out their part of the work if any, under separate arrangements. The Contractor is
expected to have general procedural knowledge of local metropolitan / municipal rules of
construction.

13.0 MATERIALS
13.1 Refer Condition 10 of IAFW-2249.
13.2 Items/ materials conforming to Indian Standard Specifications and bearing ISI mark shall
only be accepted. Where ISI marked items/materials are not manufactured, items/materials
superior to IS specifications may be used without any extra cost to Government. However,
before incorporating such materials /items, the contractor shall produce necessary test
certificates as required by the GE for approval of materials/items. GE may insist independent
testing of such a material in CTL/Govt Engg College(Degree)/CSRL/SEMT wing/National Test
House or any other NABL accredited Lab/Govt. approved lab. The cost of such testing shall be
borne by the contractor.

13.3 Indian Standard of the year of publication (Edition) as referred to in the MES Schedule
shall be followed. Where any IS referred has been amended, or revised or superseded, the
Contractor shall follow amended/ revised/superseded provisions as applicable on the date of
receipt of tender without any adjustment to quoted rates / prices. However, for execution latest
codes will be followed.
13.4 A list showing some of items/ articles, which are having, IS certification mark and are
readily available is given below. It is mandatory that ISI certified marked items/ articles are only
incorporated in the works. (For items which are applicable to this tender).

1. Integral water proofing compound


2. Joinery
(a) Solid core of wooden flush door shutters
(b) Particle board panel inserts of factory made paneled shutters.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 112

SPECIAL CONDITIONS
3. Builders Hardware
(a) Steel Butt Hinges
(b) Ferrous Tower Bolts
(c) Non-ferrous Tower Bolts
(d) Door handles (Non ferrous)
(e) Parliament Hinges
(f) Continuous Piano Hinges
(g) Non-ferrous Metal Sliding Door Bolts
(h) Tee and Strip Hinges
(i) Mild steel sliding Door Bolts
4. Ceiling and Lining
(a) Ply wood for general purposes
(b) Block boards
(c) Veneered / decorative ply wood
(d) Fiber hard board/ Prelaminated Particle board.
5. Flooring
White Portland cement
6. Water supply plumbing , drains and sanitary appliances
(a) Concrete pipes with or without reinforcement
(b) Salt Glazed stone ware pipe and fittings
(c) Flushing Cisterns for water closets and urinals other than plastic.
(d) Cast copper alloy screwed down pipe taps and stop valve for water services
(e) Galvanized mild steel tubes, stop cock, bib cock
(f) Sand cast CI spigot and socket soil, waste and ventilation pipe and fittings
(g) Centrifugally cast (spun) CI spigot and socket soil, waste and ventilation
pipes, fittings and accessories
(h) Ball valves (Horizontal plunger type) including floats for water supply
purposes
(i) Cast iron manhole covers and frames
(j) Plastic WC seats and covers
(k) Pillar taps
(l) Vitreous China sanitary appliances
(i) Wash down water closets
(ii) Squatting pans
(iii) Wash basins
(iv) Foot Rests.

7. ELECTRICAL WORKS
(a) Ceiling rose
(b) Switches
(c) Socket outlet 3 pin plug and socket
(d) Switch fuses (Main Switches)
(e) Rigid steel conduit
(f) Single core cable polyethylene insulated and PVC sheathed cable
(g) Starter for tube light
(h) Fluorescent lamps
(i) ACSR conductor
(j) Cables

13.5 A list of items/ articles commonly available in market and which are superior to IS
marked items is given below : (Items which are not applicable / required in this contract
shall be deemed to have been deleted.)
(a) Glazed Ceramic earthenware tiles
(b) AC rain water pipes
(c) Paint synthetic Enamel
(d) Distempers (Oil emulsion and dry type)
(e) Chromium plated cast copper alloy Fancy type bib taps, stop valves and pillar
taps.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 113

SPECIAL CONDITIONS

13.6 The tenderer is advised to inspect samples of materials, which are displayed in the
sample room in the office of CE Pune Zone/ 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
whether he has actually inspected them or not. The materials to be incorporated in the
work by the contractor shall conform to, or shall be superior in quality to; samples
displayed and shall comply with the specifications, mentioned in particular
specifications.

13.7 The Contractor shall not procure materials in bulk unless the samples are approved by
the Garrison Engineer in writing.

13.8 The quantity of materials such as paint, water proofing compound, chemicals for
antitermite treatment, bitumen and the like (as applicable) and directed by the Engineer-
in-Charge, the quantity of which cannot be checked after incorporation in the work shall
be recorded in the Measurement Book as “NOT TO BE ABSTRACTED” and signed by
the contractor and the Engineer-in-charge as a check to ensure that the required
quantity had been brought to site for incorporation in the work.

13.9 The materials brought to site shall be stored as directed by the Engineer-in-charge and
those already recorded in the Measurement Book shall be suitably marked for
identification.

13.10 The Contractor shall ensure as far as practicable that the materials are brought to site,
in original sealed containers/ packing, bearing manufacturers marking except in the
case of the requirement of materials being less than the smallest available commercial
packing.

13.11 The Contractor shall produce original receipted purchase vouchers/bills alongwith Test
Certificates wherever applicable in respect of supplies for the following items (as
applicable) to the Engineer-in-charge in addition to any other items as directed by
Engineer-in-charge alongwith RAR against claim for material lying as site raised in the
RAR. Production of original voucher is mandatory in case of claim against material lying
at site & also when demanded by GE:-
(a) Water proofing compound
(b) Chemicals for antitermite treatment
(c) Paint, distempers and cement base paints
(d) G I pipes and fittings
(e) Sanitary fittings and fixtures
(f) All grades of bitumen
(g) Steel windows / ventilators
(h) Factory made Paneled door shutters
(i) Floor/ dado/ skirting tiles
(j) Builders Hardware
(k) Salt glazed stone ware pipe
(l) Electrical fittings, fixtures, cables, conductors, equipment, etc
(m) Steel reinforcing bars and structural steel, which are not issued under Sch `B’.
(n) Cement
(o) CI pipes
(p) PVC pipes
(q) RCC pipe grade NP2 & NP3
(r) Precast Manhole cover slabs
(s) Cast Iron Steps(Rungs)
(t) Any other proprietary articles.

13.12 The purchase documents shall be endorsed, dated and initialed by the Engineer - in-
charge duly verified giving contract number and name of work. A certified true copy of
each of such documents shall be kept on record.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 114

SPECIAL CONDITIONS
14.0 NET WORK ANALYSIS
14.1 The time and progress chart to be prepared as per Condition 11 of IAFW-2249 (General
Condition of Contracts) shall consist of detailed net work analysis and a time schedule. The
critical path net work will be drawn by the contractor & to be submitted for approval of GE
through Engineer-in-charge soon after but before the date of commencement as per work order
No.1. 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 the GE who will approve it after due scrutiny.
The calendar date schedule will be submitted in four copies within two weeks from date of
handing over the site.

14.2 During the currency of the work the Contractor is expected to adhere to the time schedule
and this adherence will be one of the main parameters of the Contractor’s performance under
this contract. During the execution of the work, the Contractor is expected to participate in the
reviews and updating of the net work as and when called for by the GE. These reviews may be
undertaken at the discretion of the GE either as a periodical appraisal measure of when the
quantum of work ordered on the contractor is substantially changed through deviation orders or
amendments. Any revision of time schedule as a result of the review will be submitted by the
Contractor to the GE within a week for his due scrutiny and approval.

14.3 The Contractor shall 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 shall be final, conclusive and binding. GE’s approval to the revised schedule resulting
in a completion date beyond the stipulated date of completion shall not automatically amount to
a grant of extension of time. Extension of time shall be considered and decided by the
appropriate authority mentioned in Condition 11 of IAFW-2249 and separately regulated.

14.4 The Contractor shall mobilise and employ sufficient resources to achieve the detailed
schedule within the broad framework of the accepted method of working and safety. No
additional payment will be made to contractor for any multiple shift work or other incentive
methods of achieving the target dates.

15.0 RECORD OF CONSUMPTION OF CEMENT

15.1 For the purpose of keeping a record of cement consumed in the works, the Contractor
shall maintain a pucca bound register with serially numbered pages duly initialed by Engineer-in-
Charge, showing daily receipt, quantity used in works and balance in hand at the end of each
day. This register shall be signed daily by the Contractors representative and MES
representative in token of their verification of its correctness. This register shall be checked by
Engineer-in-Charge at least once in a week and on the day, cement is brought by the contractor.

15.2 The register shall be kept at site in the safe custody of the Contractor during progress of
the work and he shall on demand produce the same for verification of inspecting Officer. On the
completion of the work, cement register shall be handed over to the Engineer-in-Charge for
record with MES.

16.0 VALIDITY OF TENDER: This tender shall remain open for acceptance for a period of
60 days (Sixty days) commence from the next date subsequent to last date of bid
submission.

17.0 VALUATION OF DEVIATIONS: Condition 62 of General Conditions of Contracts


(IAFW-2249) shall be referred.

18.0 OFFICIAL SECRET ACT : In reference to Condition 2-A of General Conditions of


contracts IAFW-2249, the Contractor shall be bound by the Indian Official Secret Act 1923 and
particularly, section 5 thereof.

19.0 CONTRACTORS PLANTS/EQUIPMENT AT SITE: The Contractor alongwith his


labour return shall furnish to the Engineer-in-Charge every morning distribution return of his
plants/equipments on the site of work stating full particulars, capacity, make etc.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 115

SPECIAL CONDITIONS

20.0 DAMAGE TO EXISTING WORK: Any damage done to any existing structures,
underground cable, pipe lines road surfaces, drains and fixtures etc. during execution of works
shall be made good by the contractor at his own expense. Rectification, reinstatement, making
good and touching up shall be carried out according to the materials and workmanship originally
provided and to the entire satisfaction of the GE.

21.0 PRODUCTION OF VOUCHERS FOR MATERIALS

21.1 Contractor shall produce original purchase vouchers/Invoices challans along with Test
Certificates wherever applicable from the manufacturers and or their authorised agents for the
full quantity of the materials as applicable as a pre requisite document for payment for advance
on account of materials collected, in accordance with Condition 64 of IAFW-2249, General
Conditions of Contracts alongwith RAR. However, vouchers in respect of cement, steel, major
E/M equipments e.g. Transformers, DG sets, pumps, motors, AC and all equipments shall be
submitted invariably.
22.0 ADVANCE ON ACCOUNT OF MATERIALS APPLICABLE TO CONTRACTS WHO’S
ESTIMATED COST AT MARKET RATE EXCEEDS RS. 50 LAKHS.
(Also, refer Condition 64 of IAFW-2249)
22.1 For the purpose of such contracts, the following shall be deemed to be added in
continuation of para 5 of Condition 64 of IAFW-2249: “provided further the contractor may be
paid advance on account to the full value of the under mentioned materials brought on the site,
on his furnishing guarantee bond in the prescribed form from a schedule bank for the amount of
the retention money which should otherwise be recoverable from him under the contract.
(a) Factory made paneled shutter
(b) Steel windows/ ventilators
(c) PVC soil/ waste/ vent pipes, Nahani traps/ Gully traps
(d) Builders hardware (Iron mongery)
(e) Cement tiles, terrazzo tiles, Shahabad stone tiles, Kota stone tiles, granite stone,
marble stone, Non skid ceramic tiles and other floor tiles
(f) Water supply pipes and fittings/ fixtures
(g) Electric tools/ wire/ fittings/ fixtures/Cables
(h) Pressed steel door frames
(i) Sanitary fittings
(j) RCC pipe grade NP2 & NP3
(k) Precast Manhole cover slabs
(l) Cast Iron Steps(Rungs)
(m) Any other non- perishable materials as decided by GE.
22.2 The bank guarantee bond (s) shall be executed for a minimum period of six months and
on a form as directed by the Accepting Officer. The contractor shall further arrange to extend
the period of guarantee bond (s) as and when necessary, and as directed by the Accepting
Officer or shall furnish fresh guarantee bond (s) if any when necessary and as directed by the
Accepting Officer of similar value in lieu.
22.3 It shall be noted that, advance on account of the full value of materials brought to the site
is permissible only in respect of fittings and fixtures and either manufactured items which do not
loose their identity after incorporation in the works. Materials like bricks, aggregate, precast
concrete and similar items are not being taken in the list.
22.4 Refer condition 64 of IAFW 2249. The contractor may at interval of not less than 15 days
submit claims for payment of advances on account of work done on IAFW 2263.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 116

SPECIAL CONDITIONS

23.0 PERFORMANCE SECURITY AND REFUND OF PERFORMANCE SECURITY


23.1 (A) PERFORMANCE SECURITY
(a) Within 28 days of receipt of the letter of acceptance the successful contractor shall
deliver to the Accepting Officer a Performance Security in any of the forms given below of an
amount equal to 5% of the Contract Sum:

i) A Bank Guarantee in the prescribed form.


ii) Government securities, FDR or any other Government instruments stipulated by
the Accepting Officer.

23.2 If the Performance Security provided by the successful Contractor in the form of
Bank Guarantee, it shall be issued by Nationalized / Scheduled Indian bank but its
confirmation shall be done only from the Head Office of the Bank.
23.3 The period of validity of the Bank Guarantee Bond against Performance Security shall be
initially valid upto stipulated date of expiry of Defects Liability Period plus minimum 60 days
beyond that. In case final bill is not paid during this period, the contractor shall get the validity of
performance guarantee extended to cover such enlarged time required for payment of final bill.

23.4 Failure of the successful Contractor to comply with the requirements of sub clause 23.1
shall constitute sufficient grounds for cancellation of the award of work and forfeiture of the
Earnest Money. In case of MES enlisted contractor, amount equal to the Earnest Money
stipulated in the Notice Inviting Tender shall be notified to the tenderer for depositing the
amount through MRO. Issue of tender to such tenderers shall remain suspended till the
aforesaid amount equal to the Earnest Money is deposited in Government Treasury.

(B) REFUND OF PERFORMANCE SECURITY


The Performance Security Deposit mentioned in Condition 19 of IAFW-2249 will be
refunded to the Contractor after the expiration of the Defects Liability Period (stipulated in
Special Condition 36) 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).

24.0 ACCEPTABLE QUALITY OF WORK AND FINISHES: To determine the acceptable


standard of workmanship, the Garrison Engineer may order the Contractor to execute certain
typical portion of works and services such as some length of wall, portion of different type of
floors, plaster, pointing, painting any other finished/items, sanitary fittings, plumbing, electrical
fittings etc under strict and constant supervision of MES staff and label these works as guiding
samples so that further works shall be executed to conform these samples.

25.0 WATCH, WARD AND LIGHTING


25.1 The Contractor shall provide and maintain all necessary watch, ward and lighting
arrangements to keep the traffic off the trenches. Necessary boards and sign posts shall be
provided and set up to the entire satisfaction of the Engineer-in-charge.

25.2 The Contractor shall reimburse the loss to the Govt. on account of any damage that may
occur on this account.

26.0 PRECAUTION AGAINST RISKS: The Contractor shall be responsible at his own
expense in taking precaution to prevent any damage from what so ever cause arising, other
than out of accepted risks and to minimise the amount of any such loss or damage and for
adoption of necessary protective measures required for the purpose in compliance with
Condition 38 of IAFW-2249 and Rule 5 of the MES SAFETY CODE vide (Annexure `B’) of
IAFW-2249 until the works have been handed over duly completed to the Engineer-in-charge.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 117

SPECIAL CONDITIONS

27.0 CLEANING DOWN: Refer Condition 49 of IAFW-2249 General Conditions of Contracts.


The Contractor shall leave the whole premises clean and tidy before handing over the works.

28.0 APPROACHES: The Contractor shall provide at his own cost all temporary approaches
to the site (where not existing) for the use of his labour and transport of materials, tools and
plants.

29.0 SECURITY OF CLASSIFIED DOCUMENTS

29.1 Contractors special attention is drawn to Condition 2-A and 3 of IAFW-2249 (General
Conditions of Contracts). The contractor shall not communicate any classified information
regarding the works, either to sub Contractor or others, without the prior approval of the
Garrison Engineer. The Contractor shall also not make copies of the design / drawings and
other documents furnished to him in respect of the work and he shall return all documents
on completion of work or earlier on termination of the contract. The contractor shall alongwith
the final bill attach a receipt from the Engineer-in-charge in confirmation of his having returned
the classified documents as per Condition 3 of IAFW-2249.

30.0 QUALIFIED TRADEMEN: (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)/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 less than 25% of total skilled/semi skilled
tradesmen required in each trade. The contractor shall submit the list of such tradesmen
alongwith requisite certificates to Garrison Engineer for verification and approval.
Notwithstanding the approval of such tradesmen by GE, if the tradesmen are found to have
inadequate skill to execute the work of their trades, leading to un-satisfactory workmanship, the
contractor shall make good the defective work to the entire satisfaction of GE without any extra
cost to Govt and also remove such tradesmen within a week after written notice to this effect by
the GE and shall engage other qualified tradesmen after prior approval of GE’s decision whether
a particular tradesmen processes requisite qualification, skill and expertise commensurate with
nature of work, shall be final and binding. No compensation whatsoever on this account shall be
admissible.
31.0 RE-IMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO
CONTRACT VALUE

31.1 The rates quoted by the Contractor shall be deemed to be inclusive of all taxes (including
GST on materials, GST on works Contracts, Turnover Tax, Labour welfare cess/tax etc),
Royalties and other levies payable under the respective Statutes. No reimbursement/refund for
variation in rates of taxes, Royalties and other levies, and/or imposition/abolition of any
new/existing taxes, Royalties, and other levies shall be made except as provided in 38.2 herein
below.
31.2 The taxes, which are levied by Govt at certain percentage rates of contract sum/Amount
shall be termed as “taxes directly related to Contract value” such as GST on works Contracts,
Turnover tax, labour welfare Cess/tax and like but excluding Income Tax. The tendered rates
shall be deemed to be inclusive of all “taxes directly related to Contract value” with existing
percentage rates as prevailing on last due date for receipt of tenders. Any increase in
percentage rates of “taxes directly related to Contract value” with reference to prevailing rates
on last due date for receipt of tenders shall be reimbursed to the Contractor and any decrease
in percentage rates of “taxes directly related to Contract value” with reference to prevailing rates
on last due date for receipt of tenders shall be refunded by the Contractor to the Govt/deducted
by the Govt from any payments due to the Contractor.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 118

SPECIAL CONDITIONS

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.
31.3 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 thereto which he may be in a position to supply. The
Contractor shall submit the other documentary proof/information as the GE may require.
31.4 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 duly authorised
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.
31.5 Reimbursement for increase in percentage rates/imposition of “taxes directly related to
Contract value” shall be made only if the Contractor necessarily and properly pays additional
“taxes directly related to Contract value” to the Govt, without getting the same adjusted against
any other tax liability or without getting the same refunded from the concerned Govt authority
and submits documentary proof for the same as the GE may require”.

32.0 PERFORMANCE EVALUATION OF CONTRACTS

32.1 Performance evaluation of the works shall be carried out at following laid down stages of
the work. The contractor shall give on-site presentation in these evaluation to the Accepting
Officer himself in, presence of CWE, GE, AGE, Staff Officers of CE’s. These shall also be
attended by representatives of CFA, PMG, user, audit and references quoted in the minutes of
meeting (MoM), which shall be issued by the CE.

(a) First Evaluation


(i) First evaluation shall be carried out at the end of mobilization but not later than two
months from date of commencement of work indicated in the work order No-1. The Contractor
and GE shall finalize the works programme (CPM or PERT or any other method mentioned in
CA) which shall be discussed threadbare, during the meeting. The following shall be ensured
and bottlenecks removed:-

(aa) Clear approach to the site.

(ab) Availability of clear site.

(ac) Site preparation for dumping of building material such as hard standing/bins.

(ad) Cordon-off of the work site with due regard to security, environment, dust pollution etc.

(ae) Hindrances such as trees and building to be demolished, if any.

(af) Contrasting/conflicting provisions of CA and drawings if any to be highlighted by the


contractor.

(ag) Site documents to be maintained including Hindrance Register.

(ah) Site office, labour camp, adherence to the Labour laws including safety measures.

(aj) Verification of soil data, earthwork levels, design mix and confirmation of design
parameters.

(ak) Setting of Test Lab at site.


CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 119

SPECIAL CONDITIONS

(al) Details of engineers employed. They will be present on site and their
employment/contract papers with the contractor will be verified.

(am) The minutes of the evaluation shall be recorded and signed by the Accepting Officer,
CWE and GE as well as the Contractor attending the meeting. This shall become the action
plan agreed to by both the parties and will be contractually binding.

(b) Second/Intermediate Evaluation


Contracts having period of completion more than twelve months shall have these meeting
at intervals of every six months from the date of commencement indicated in Work Order No1.
These shall be held at the work site on a date fixed well in advance to ensure presence of all
concerned. This meeting shall be attended by the Accepting Officer, CWE, GE, AGE,
representatives of CE’s office, Contractor and the PMG. The present progress of work and
reasons for any delay shall be analyzed and time-bound action plan to remove any
encumbrances/bottlenecks discussed in detail. In case extension of time is contractually and
circumstantially due, it shall be deliberated upon. The following action under the contract
conditions shall be taken :-

(i) Grant extension of time, as is logically and contractually due, within 15 days of the
meeting for the reasons of delay seen in these evaluations. The Accepting Officer shall
categorically, simultaneously reply to the Contractor intimating him reasons of delay and days of
extension considered due or not due.

(ii) In case extension is not due, contractor shall be informed by the Accepting Officer in
writing.

(iii) The evaluation meeting done at about 50% of completion period or near thereto, shall be
decisive on whether contract will be heading towards completion or failure thereof within
stipulated date/extended date.

(iv) Progress achieved at end of six months to be compared to adjusted CPM/PERT for
analysis of trend working.

(c) In addition, the following shall be finalized and confirmed

(i) Deviations and approval in principle for all changes viz changes by users, technical
requirement, change in design, etc and any other pending decisions shall be dealt with and
decided there itself. Nothing will be kept pending beyond maximum one periodic evaluation.

(ii) All formal paper work related to contractual decisions pending till date shall be
completed one month prior to the evaluation.

(d) Evaluation one month prior to original/extended date of completion


Like six monthly meeting mentioned above, this meeting will evaluate progress achieved one
month prior to original date of completion vis-à-vis extended date of completion. In case
progress is not satisfactory on account of the Contractor’s deficiencies, thes will be informed of
decision of compensation leviable from original or extended date of completion and contract
may be considered for cancellation on expiry of extended date of completion. However, if
extension is again considered due, the same shall be granted and fresh completion date shall
be fixed. This exercise shall continue till contract is completed or cancelled.

(e) Final Evaluation


Final evaluation shall be held at work site one month after actual date of completion. This
meeting shall be attended by the Accepting Officer, CWE, GE, AGE and the Contactor. The
progress of pending issues if any shall be analyzed and timelines arrived at in detail for ensuring
preparation and submission of final bill by the contractor within three months from the date of
completion.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 120

SPECIAL CONDITIONS

Note :-The performance evaluation shall be carried out for contracts of value more than Rs. 5
Crore by CEs Zone. For contracts below Rs. 5 Crore, concerned CWE will do the performance
evaluation in respect of CE’s contracts and send the report to CE Zone for his perusal and
approval.

33.0 DEFECTS LIABILITY PERIOD (Refer Condition 46 of IAFW-2249)


Defects liability period for this work shall be 24 (Twenty Four) months.

34.0 CONCILIATION

34.1 The following disputes between the parties to the contract shall after written notice by
either party to the contract be referred to the “Sole conciliator”. That is an serving officer
not below the rank of superintending Engineer / Superintending Engineer (QS&C) having
degree in Engineering or equivalent or having passed final /direct final Examination of
sub division II of Institution of Surveyor (India) recognized by Govt of India to be
appointed by the Engineer in Chief, Army Head Quarters, 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.

34.2 The scope of conciliation shall be restricted to the following types of disputes with
financial limits as Rs. 2.00 lacs (Rupees two lacs only) for each claim in dispute :-
(a) Disputes relating to levy of compensation for delay in completion.
(b) Disputes relating to technical examination of works.
(c) Disputes relating to interpretation of the provisions of the contract with reference to their
application to parties.
(d) Disputes relating to non return of schedule “B” stores over issued to the contractor. Any
other dispute having fair chances of being resolved by conciliation and consider fit to be
referred to conciliation by the parties.

34.3 If the other party rejects the invitation, there will be no conciliation proceedings. If the
party initiating conciliation does not receive a reply within 30 days from the date on which
he sends or within such other periods of time as specified in the invitation, he may elect
to treat this as a rejection of the invitation to conciliate and if he so elects, he shall inform
in writing the other party accordingly.

34.4 The party initiating conciliation shall send to the other party a written invitation to conciliate,
briefly identifying the subject of the dispute. The conciliation proceedings shall commence
when the other party accepts in writing the invitation to conciliate.

34.5 If the conciliator so appointed resigns his appointment or vacates his office or is unable or
unwilling to act due to any reason whatsoever, the authority appointing him may appoint a
new Conciliator to act in his place.

34.6 The parties shall not initiate during the conciliation proceedings in respect of a dispute
that is the subject matter of conciliation proceedings except that a party may initiate
arbitral or judicial proceedings where in his opinion such proceedings are necessary for
preserving his rights. The failure of conciliation shall in no way absolve the right of the
parties to invoke arbitration for the disputes referred to for the conciliation.

34.7 The conciliation proceedings shall be governed as per the Arbitration and Conciliation Act
1996.

34.8 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.

Signature of Contractor Dy Dir (Contracts)


Date: For Accepting Officer
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 121
PARTICULAR SPECIFICATIONS
1.0 GENERAL

1.1 Work under this contract shall be carried out in accordance with Schedule ‘A’, (BOQ),
Special Conditions, Particular Specifications, including notes thereon (unless specified
otherwise) and general rules and specifications given in MES SSR Part l –2009 as well as
General Rules, Special Conditions and preambles to the various rates given in MES SSR Part ll
–2020 (MES SSR Part I and Part II hereinafter called MES Schedule).

1.2 The term ‘General Specification’ referred to hereinbefore as well as referred to in IAFW-
2249 (General Conditions of Contracts) shall mean the specifications contained in the MES
Schedule Part I.

1.3 General Rules, Specifications, Special Conditions, method of measurements, preambles


in the MES Schedule shall be deemed to be applicable to the work under this contract, unless
specifically mentioned otherwise in these documents.

1.4 The term ‘as specified’, wherever appears in tender documents, relates to relevant
particular specifications and in its absence general specifications.

1.5 Particular specifications in this section given hereinafter shall be generally applicable to
all works covered under BOQ. The particular specifications are brief and are only to
particularise, amend and emphasize the specifications given in MES Schedule, which are not
repeated.

1.6 Where specifications/provisions given in these particular specifications are at variance


with the provisions/specifications given in MES Schedule, specifications/provisions given in
these particular specifications, hereinafter, shall be followed.

1.7 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.

2.0 SCOPE OF WORK

2.1 The scope of work shall be all as described in Sch ‘A’(BOQ) and as specified hereinafter.

3.0 MATERIALS

3.1 All materials to be supplied by the contractor for incorporation in work shall bear
certification of relevant specifications/IS.

3.2 In case specification of materials needed for incorporation is not contained anywhere in
the contract documents, the specification of such materials proposed to be incorporated in the
work shall be got approved in writing from the GE before incorporation in the work. Contractor is
advised to check availability, lead, time of procurement from these suppliers before quoting the
offer.

3.3 All manufactured articles other than those manufactured in contractor’s workshop at site
shall bear ISI certification mark and which are readily available in the market and are given in
Special Condition. It is mandatory for the contractor that ISI certified marked items/articles as
listed therein shall only be incorporated in the work. Names of manufactures/suppliers of certain
items/materials is given in Appendix ‘C’. The Contractor is advised to check availability, lead,
time of procurement from these suppliers before quoting. It is mandatory to incorporate the
materials /items/ equipments in the works in the following order of preference :-
(i) Makes and model Nos. specifically given in description of items of BOQ.
(ii) Makes specified in Particular Specifications.
(iii) Makes specified in Appendix ‘C’ to Particular Specifications.
(iii) Makes having ISI marking on products/materials.
(iv) Reputed makes confirming to IS specifications as approved by GE.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 122
PARTICULAR SPECIFICATIONS
3.4 Materials such as stone aggregate, sand, lime etc shall generally conform to the sample
kept in GE’s office in addition to their conformity with relevant specifications given in the tender
documents. The samples of such materials shall be got approved from GE in writing before the
materials are brought at site in bulk. The contractor shall submit samples of materials to GE
through Engineer-in-Charge for approval.

3.5 Letters conveying approval of samples/materials by GE will interalia mention source of


supply/name of manufacturer, trade name/brand (if applicable) and reference to clause of the
tender documents containing specification of particular materials.

3.6 The contractor will ensure that the materials incorporated in the work are identical with
the approved samples. If the same is not identical with the approved samples, the same shall be
replaced by the contractor to the entire satisfaction of GE without any extra cost to Govt

4.0 EXCAVATION AND EARTH WORK


4.1 General
(a) The excavation and earthwork shall be carried out all as mentioned in BOQ items of work
and in strata of soil/rock as mentioned in description of items. If any change in strata is met
during excavation than mentioned above, the same shall be brought to the notice of GE in
writing, who shall after verification, order the same to be regularized through a deviation order.
Decision of the Garrison Engineer shall be final, conclusive and binding as regards classification
of soils and rocks etc. met during excavation.

(b) Quoted cost of all items of BOQ for earthwork and excavation shall also be deemed to
include for removal of tree roots, shrubs etc. met during excavation and bailing, pumping,
dewatering from foundation trenches if water is met with or accumulated from any source or
cause.

4.2 Excavation in trenches for foundation, pipes, cables etc.


(a) The excavation shall be restricted to dimensions as required for particular purpose of the
BOQ items and as specified in MES Schedule. Excavation made, if any, in excess of required
depth/width shall be made well by the Contractor with cement concrete 1:7:12 type F2 without
extra cost to the Government

(b) The bed of the trenches shall be watered and well rammed and any depressions thus
formed shall be filled with approved earth as required to the level and slopes as directed by
Engineer-in-Charge.

4 .3 Returning and Filling in trenches / under floors


(a) The approved soil, soft rock etc. (if permitted by GE) obtained from excavation (except
earth/ spoil obtained from preparatory works and surface excavation) shall be used for returning,
filling in trenches, under floors or any other situation after removing big stones, grass, roots and
vegetables and other organic matter etc.. Earth mixed with small stones/pebbles (if approved by
GE) is permitted for use in filling around pipes after the pipes are laid and tested. Any additional
earth required for the purpose of filling shall be arranged by contractor from outside the Defence
Land. For the purpose of RFR, the entire earth / soft rocks etc. obtained (except surface
excavation, preparatory works) shall be deemed to be fit for reuse and only if additional quantity
is required and ordered shall be brought from outside MD land.

(b) Filling under floors / sides of trenches shall be in layers not exceeding 250 mm and each
layer shall be watered, compacted and rammed as approved by Engineer-in-Charge.

(c) Soil /Earth for filling in trenches or floors etc., if required after utilizing available approved
for filling as stated above, shall be approved granular soil obtained from outside MD land from
the source as approved by GE and shall be free from vegetation and other organic substance
and spread in layers not exceeding 30 cm and ramming/ rolling as specified and as directed.
Filling of soil/granular base shall be carried out at optimum moisture content (OMC) to 95%
modified proctor density all as specified in IS-2720. Quantity of compacted earth only shall be
considered for the payment purpose without any swelling constant for the loose quantity brought
at site.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 123
PARTICULAR SPECIFICATIONS
4.4 Removal of surplus soil
Surplus soil/ spoil/ rock shall be removed to a distance as specified in relevant items of BOQ
and deposited at places including spreading and leveling as directed by EIC.

5.0 HARD CORE:


Refer Clause 3.27 of MES Schedule Part-I. Hard core shall be of broken trap basalt/granite
stone of gauge not exceeding 63 mm, well graded to provide dense and compact sub grade.
Unless otherwise indicated or shown in drawings/specifications, the thickness of hard core shall
be 100 mm consolidated. Hard core filling where indicated on drawings shall be spread, levelled
in layers not exceeding 15 cm thick well rammed, watered and consolidated. Moorum may be
used to fill interstices in hard core. Thickness wherever shown on drawings/schedule of finishes
shall be treated as consolidated thickness.

6.0 CONCRETE

6.1 MATERIALS

6.1.1 CEMENT : Cement shall be ordinary Portland cement all as specified in Appendix ‘A’ to
particular specifications and shall be procured by contractor.

6.1.2 AGGREGATE :
a) Coarse aggregate for all cement concrete works shall be broken/crushed trap stone
conforming to clause 4.4 of SSR Part-I.
b) Fine aggregate for all concrete works shall be naturally occurring river sand conforming to
clause 4.4 of SSR Part-I /crushed sand conforming to clause No 4.4 of SSR Part-I at option of
the contractor. Sand conforming to grading zone IV of IS-383 shall not be used for RCC work.
c) Fine aggregate for all concrete works of M-25 grade (Design Mix) and above shall be
either natural sand or crushed sand at the option of the Contractor.
d) Crushed sand shall satisfy the physical, chemical and mechanical properties of sand as
specified in IS:383, particularly grading, silt content, soundness, Alkali aggregate reaction etc.
These properties shall be tested and verified in Site lab/Command Test lab/ any NABL
accredited labs.
e) Fine aggregate shall be stored at site in bins or in dumps on brick platform or by using
other approved method so as to avoid contamination and risk of shoveling earth or other
impurities along with it while in use.
f) All coarse and fine aggregates shall conform to samples kept in the office of the GE.

6.2 CEMENT CONCRETE MIX:


Mix of cement concrete shall be all as described in respective items of BOQ.

6.3 Mixing, transporting, depositing, compacting and curing of concrete:


(a) Plain cement concrete shall be mixed in mechanical mixer of Hopper type. The mixing
procedure, supplying, conveying, transporting and placing etc. shall comply with the
requirements of relevant General specifications and IS specifications. No hand mixing shall be
allowed for PCC except for small quantity if approved by Engineer-in-Charge.

(b) All the materials, workmanship, inspection and testing for the plain cement concrete shall
be as per the requirements of MES Schedule and IS. Engineer-in-Charge shall maintain a
register for actual consumption of cement (other than cement register as mentioned in Special
Conditions) duly signed by Engineer-in-Charge and contractor.

(c) All concrete for PCC work shall be consolidated / compacted by mechanical vibrator of
approved type. Precast/ cast in situ plain cement concrete having small quantity, shall however
be rammed and consolidated by tamping and rodding as specified in MES Schedule Part I.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 124
PARTICULAR SPECIFICATIONS
(f) Contractor shall take necessary arrangement to maintain an environment of high humidity
around the freshly placed concrete until it attend reasonably good strength with proper curing.
Contractor shall follow any of the following method of curing while execution of work based on
site conditions:-
(i) Ponding or immersion in water
(ii) Fogging or spraying of water
(iii) Moist fabric cloth
(iv) Wet / moist area covered by plastic sheets.

6.4 DESIGN MIX CONCRETE:


6.4.1 Design mix concrete shall be as per clause 4.11.2.1 of SSR Part-I and IS-456. Proportions
of cement and aggregates with water to obtain required strength specified shall be determined
by weight by the contractor. The contractor shall prepare a trial mix and get the same tested to
verify the required workability and characteristic strength. The contractor shall ensure the
achievement of the defined strength of the concrete and no laxity shall be allowed on this
account.

6.4.2 LABORATORY MIX DESIGN AND TESTS


As soon as possible, after receiving the order to commence work, the contractor shall procure
sufficient quantities of required type of aggregates, cement and water and find their
characteristics for suitability of the specifications. Based on the result of such verification, he
shall carry out number of trials to determine the optimum mix to produce the specified slump
and 28 days target mean strength. Each of these cubes shall also be tested simultaneously for
7 days result as guidance for job user. If the contractor so desires, he may commence the works
based on test results of 7 days strength to be commensurate with the corresponding 28 days
strength at his own responsibility. The trials shall be jointly carried out in the laboratory as
detailed below. The mix shall finally be approved by GE. Cost of materials, labour and other
incidental including transportation charges for all test including the routine work test specified
hereinafter shall be borne by the contractor. However the departmental laboratory facilities
where available will be extended with the payment of specified charges. Following data and
results thereof shall be submitted to the GE by the contractor for approval of mix design prior to
commencement of the actual works:-
(a) Grading and density of coarse and fine aggregates proposed to be used.

(b) 7 & 28 days compressive strength of the cement concrete.


(c) Mix proportion of aggregates, cement, any admixture and water for consistency
(slumps) tests and their results.
(d) Strength characteristics obtained both for 7 and 28 days compressive strength for
the selected trial mixes, using minimum water cement ratios
(e) Results of additional trials till the desired slump value was reached and the target
mean strength is obtained to achieve the specifications.

6.3.3 For design mix, it will be express condition that only weigh- batching shall be followed
and no conversion of weights into volumes shall be permitted.

6.3.4 MIX PROPORTION AND STRENGTH FOR DESIGN MIX CONCRETE M-30

(i) Characteristic compressive strength to be : 30 N/Sqmm.


as strength at 28 days achieved as per IS-
456-2000 for M-30 design mix concrete
respectively.
(ii) Type of Cement : As specified here-in before.
(iii) Aggregate/cement ratio by weight : As per mix design based on IS-
10262 & IS-456.
(iv) Workability : As per clause 7 of IS-456: 2000.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 125
PARTICULAR SPECIFICATIONS
6.3.4 (Contd…)
(v) Water cement ratio : As per mix design based on IS-
10262 and IS-456.
(vi) Degree of quality control : Good (Refer IS-10262).
(vii) Minimum cement content : As per IS-456: 2000.
(viii) Maximum size of aggregate : 20 mm graded.
(ix) Max water cement ratio : As per table 5 of IS-456 2000.
(x) Exposed condition from durability criteria : Severe

6.3.5 For design mix, it will be express condition that only weigh-batching shall be followed and
no conversion of weights into volumes shall be permitted.

6.4 Quantity of cement for pricing of tender


The mix design shall be carried out from NIT/Govt Engineering College/National Test
House/Regional Research Laboratories/other test houses having NABL accredition for
carrying out such tests. Works shall be executed accordingly, keeping in view the requisite
strength criteria of concrete and structural stability and the contractor shall be fully responsible
for the same. The contractor shall be responsible for the use of requisite quantity of cement to
achieve the quality and strength of the concrete as per various provisions of IS 456-2000. The
contractor is deemed to have verified and obtained details applicable to this effect at a particular
station before quoting tender and no claim whatsoever, shall be entertained on account of
variation in the quantity of other ingredients of concrete.

6.5 PRECAST CEMENT CONCRETE:


(a) Precast cement concrete of type as mentioned in BOQ items for cover slab for man
holes, louvers and jalli shall be all as specified in Clause 4.20 of SSR Part-I as applicable.

(b) All precast articles shall be set in cement mortar as specified in BOQ items with joint to
match.

6.6 PLINTH PROTECTION:


(a) PCC plinth protection shall be provided all as specified in BOQ item. Plinth protection
shall be laid to a slope of (1:50). Exposed edges of plinth protection shall be provided with
triangular filleting in CM (1:3). The top surfaces and edges shall be finished fair without using
extra cement. PCC shall be laid in alternate bays and the joints in bays in plinth protection shall
be filled with mastic filling comprising 1 part of mastic bitumen and 3 parts of sand (all by
weight).

(b) The quoted rate of concrete shall be included for the above specifications for plinth
protection and nothing extra shall be admissible.

7.0 FLY ASH BRICK MASONRY:


Fly ash brick masonry shall be provided all as specified in BOQ. Visually the bricks shall be
sound, compact & uniform in shape and free from visible cracks, warpage & organic matters.
The bricks shall be solid with frog 10 to 20 mm deep on one of its flat side. The bricks shall have
smooth rectangular faces with sharp corners & shall be uniform in shape & colour. Bricks shall
be manufactured by using standard & latest technology with indigenous fly ash brick making
machine and shall be of following specifications :-

7.1.1 Technical Specifications


(a) Size: 230 x 110 x 70 mm
(b) Compressive Strength: Avg 7.5 N / Sq.mm. Tolerance shall be as per clause 5.2
of IS: 12894:2002.
(c) Water Absorption :Maximum 20 %
(d) Efflorescence :Nil
3
(e) Density :Approx. 1700 Kg/m
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 126
PARTICULAR SPECIFICATIONS
7.1.1 (Contd…)
(f) Composition by weight :-
(i) Cement :–10 %
(ii) Fly Ash : Thermal Station Fly Ash (Gde-II) confirming to IS: 3812:1981
for physical & chemical properties to be tested in accordance with IS:727:1967-
40-45%.
(iii) Crushed Sand / Stone: VSI machine make Grade I containinground shape
particles – 50 – 55%.
(iv) Admixtures: Construction chemicals as per manufacturer’s instructions.
2 2
(g) Thermal Coductivity :0.90–1.05 W/m 0C (0.75 – 0.90 K cal/m hr 0C
(h) Drying Shrinkage :Maximum Average drying test shrinkage 0.035–0.04 % tobe
tested as per IS:4139.
(j) Brick Colour :Grey
7.1.2 Bricks shall be tested in accordance and as described in IS : 3495 (Part I to IV).
Sampling criteria for conformity of the bricks shall be as given in IS : 5454. Each brick shall be
marked in a suitable manner with manufacturer’s identification mark or initials.

7.1.3 Cement: Refer Appendix ‘A’ to Particular specifications.

7.1.4 Sand: Sand for mortar shall be as specified in clause 5.4 of MES Schedule. Sand for
mortar shall be natural sand conforming to IS-2116-1980.

7.2 Fly ash brick work in various situations shall be built in cement mortar as mentioned in
description of Schedule ‘A’ items / BOQ or in cement mortar1:6 if not specified.

7.3 Half brick thick wall shall be built in cement mortar as mentioned in description of
Schedule ‘A’ items / BOQ or in of cement mortar 1:4 if not specified and half brick thick wall of
height more than 90 cm shall be reinforced with two 6 mm dia MS bars horizontally at every
fourth course starting from floor level and anchored in walls at junctions. The anchorage length
provided shall be not less than 100 mm.

7.4 Mortar bed joints shall be such that four courses of brick work and three joints taken
consecutively shall measure 3 cm to 4 cm in addition to the combined height of bricks
themselves. The provision regarding above made in Para 5.26 of MES Schedule Part-I shall be
deemed to be modified accordingly and no price adjustment shall be done on this account. The
vertical joints shall also be of the same thickness of bed joints.

7.5 Curing: Masonry work shall be kept constantly moist for a minimum period of 7 days.

8.0 STONE MASONRY


8.1 Stone for stone masonry work shall be of approved quality and from approved quarry
confirming to or superior to the samples kept in GE’s office. Please refer to clause 6.2, 6.7 and
6.8 and 6.10 of MES schedule Part I for requirements of stone and stone masonry to be used
in the work.

8.2 Stone masonry work shall be random rubble masonry uncoursed brought up to courses
and built in cement mortar as mentioned in description of BOQ. Provision as per clause 6.10.1
to 6.10.1.7 and 6.10.2 of MES schedule shall be followed with the variation mentioned below :-
(a) Sizes of quoins and jamb stone shall be locally available but height will not be
less than 15cms.
(b) Face beds and joints of quoins shall not be chisel dressed.
(c) Bond or through stones shall be prominently marked as directed by E-in-charge to
enable these being easily detected even after being built in position. Plain cement
concrete bond stones of mix (1:3:6) type C-1 may be provided in lieu of stone bond
stones / through stones without any extra cost to Government size and spacing of
spacing of PCC stones shall be as per stone bond stones and shall be laid in one piece
in full section of walling.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 127
PARTICULAR SPECIFICATIONS
8.3 All surfaces of stone masonry shall be hammer dressed with bushes from general wall
face not more than 40 mm as specified in clause 6.9 of SSR Part I. The rate quoted for masonry
work shall be included for the hammer dressing and nothing extra shall be admissible.

8.4 Curing: Masonry work shall be kept constantly moist for a minimum period of 7 days.

9.0 WOOD WORK AND JOINERY:

9.1 FORM WORK:


9.1.1 Refer Clause No. 7.15 (7.15.1 to 7.15.12) of MES Schedule Part I. All the form work
required for the work shall be of steel and ancillary steel supporting arrangements as per
manufacturers.The recommended makes are ACRO, PASCHALINDIA, PERI INDIA.

9.1.2 Application of non-adhering oils such as used engine oils or bitumen based paints to
inside of forms is not permitted.

9.1.3 Provide steel props/spans/ bracings of sufficient strength such as ACROW props,
ACROW spans from ACROW Indian Ltd . Bombay or similar as approved by the Garrison
Engineer. Props shall be rested on firm and stable surface after full compaction of earth under
filling floors and PCC for sub base is laid. Form work shall be designed as per IS 14687 erects
and removed of form work shall be as per clause 11 of IS 456-2M SBC as per soil report. Use of
conventional wooden ballies (Posts), struts are not permitted.

9.1.4 Where the concrete surfaces are to be finished fair, timber formwork shall be brought
lined with plywood/steel plates at the discretion of the contractor, but without any price
adjustment.

9.1.5 In case of deviation, rates given in SSR for wooden form works for rough/fair finished
surfaces of concrete shall be applicable irrespective of actual formwork materials provided in the
work. The contractor can use steel plate form work at their own discretion without any extra cost.

10 & 11 - BLANK -

12.0 STEEL AND IRON WORK


12.1 GENERAL
All steel required for the work under the contract shall be procured, supplied and incorporated in
the works by the contractor under his own arrangement.

12.2 GRADE AND QUALITY


Steel supplied by the contractor shall conform to the following grades and quality:-

a) STEEL FOR CONCRETE REINFORCEMENT


(i) As mentioned in BOQ, Reinforcement bars shall be High Strength deformed Steel Bars
produced by Thermo Mechanical Treatment process (TMT steel bars of grade Fe 500D)
meeting all the requirements of IS 1786.

(ii) As mentioned in BOQ, Reinforcement bars shall be High Strength deformed


corrosion resistant Steel Bars produced by Thermo Mechanical Treatment process (TMT
CRS/HCRM/HSCRM steel bars of grade Fe 500D/Fe 550D) meeting all the requirements of
IS 1786.

(iii) Minimum percentage elongation should be 18% for Fe-500D.


b) STRUCTURAL STEEL
(i) Structural Steel of Standard Quality shall conform to IS-2062 and Grade E 250 (Fe 410 W
quality ‘A’). This type of steel shall be provided for all structural steel works as in clause 10.4.1
of MES Schedule Part-I.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 128
PARTICULAR SPECIFICATIONS
(ii) Structural Steel “Ordinary Quality” shall be used in guard bars, grills and like and shall
conform to E 165 (Fe 290). This type of steel shall be provided as in clause 10.4.2 of MES
Schedule Part-I.
c) Hard drawn steel wire fabric for concrete reinforcement / Fabric reinforcement shall
conform to IS-1566.
d) Galvanised steel sheets (Plain and Corrugated), shall conform to IS-277 and having
minimum zinc coating of 120 gm per Sqm, Gde ‘B’ corrugation.

Note : Any items of steel specified in clause No. 11.2 (a) to (d) above not conforming to grade
and quality shall be rejected and the rejected steel items under the particular consignment shall
be removed from the site by the Contractor at his own cost within 7 (Seven) days. The
contractor will have no claim whatsoever on this account.

12.3 SOURCE OF PROCUREMENTS

(A) REINFORCEMENT STEEL (TMT)


(a) Reinforcement bars shall be high strength deformed steel bars produced by Thermo
Mechanical Treatment process TMT meeting all the requirement of relevant IS. The contractor
shall procure TMT Bars produced from micro alloyed billets directly from main producer as
approved by E-in-C’s Branch given in subsequent para.

(b) List of manufacturer are as under :


Sl No Company Name & Brand Address Type of steel

1 Rashtriya Ispat Nigam Limited Visakhapatnam steel plant All


(RINL) Visakhapatnam-530 031, India
Brand : “RINL” Tel : (91 891) 518226, 518376
Fax : (91 891) 518316
Email : cmdvsp@itpvis.ap.nic.in
2 Tata Iron & Steel Company Bombay House, All
(TISCO, or Tata Steel) 2,4 Homi Modi Street
Mumbai- 400 001, India
Brand : “TATA” Tel : (91 22) 204 9131
Fax : (91 22) 204 9522, 287 0840
Email : corpcomm@jsr.tatasteel.com
(Br office for North : Jeevan Tara
Bldg, Patel Chowk, New Delhi)
3 Steel Authority of India Limited Central Marketing Organization, All
(SAIL) Northern Region 17th Floor, scope
Minar, Laxmi Nagar Distt. Centre,
Brand : “SAIL” Delhi – 110092
4 M/s Jai Balaji Industries Ltd. 5 Bentek Street, Kolkata-700001 TMT Bars of Gde
Delhi Office Fe 500
Brand : “Balaji Shakti” 510, Block-b, Navrang House 21 Fe 500D
Kasturba Gandhi Marg,
New Delhi-110001
011-43620219, 43620220
E-mail : info@jaibalajigroup.com
5 M/s Shyam Steel Industries Ltd Shyam Towers EN-32, Sector-V, Salt TMT Bars of Gde
Lake, Kolkata-700091 Fe 500
Brand : “SHYAM” Tel-033-40074007, Fe 500D
Fax-033-40074010, CRS
E-mail : marketing@shyamsteel.com
6 M/s Steel Exchange India Ltd. My Home Laxminivas Apartments, TMT Bars of Gde
Ameerpet, Hyderabad-500016, A.P. Fe 500
Brand : “SIMHADRI TMT” Tel-040-23403725 Fe 500D
Fax-040-23413267 HSCRM
E-mail : info@seil.co.in
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 129
PARTICULAR SPECIFICATIONS

Sl No Company Name & Brand Address Type of steel

7 M/s Jindal Steels and Power Ltd. OP Jindal Road, TMT Bars of Gde
Hissar, Haryana, PIN-125005 Fe 500/
Brand:“JINDAL PANTHER” Tel-+91 1662 222471-84 Fe 500D/Fe 550/Fe
Fax-+91 1662 220476 550D and CRS
with size (8-40mm)
8 M/s SRMB Srijan Pvt Ltd. SRMB House, 7, khetra das lane TMT Bars of Gde
Kolkata-700012 Fe 500/Fe 500D /
Brand : “SRMB” Tel : 033-6600 6600 Fe 550/Fe 550D
Fax : 033-2211 0483 (Size 8-32mm)
9 M/s Shri Bajrang Power & Ispat Vill- Borjhara, Urla Industrial Area, TMT Bars of Gde
Ltd. Raipur – 493 221, Chhattisgarh. Fe 500, Fe 500D
Brand : “GOEL TMT” Tel : 0771 4288019/29/39 (Size 8-32mm)
10 M/s JSW Steel Ltd. JSW Centre, Bandra Kurla Complex, TMT Bars of Gde
Bandra (East) Fe 500 Fe 500D,
Brand : “NEOSTEEL” Mumbai – 400051, Maharashtra Fe 550D
Phone : 022-42861000 CRS (Size 8-
Fax : 022-42863000 40mm)
11 M/s Shyam Metalics & Energy Viswakarma, 1st Floor, 86 C, TMT Bars of Gde
Ltd. Topsia Road, Kolkata-700046 Fe 500, Fe 500D
Brand : “SEL” Ph : +91 33 2285 2212 (Size 8-32mm)
Website : www.shyamgroup .com
12 M/s Kamachi Industries Ltd. ABC Trade Centre, 3rd Floor TMT Bars of Gde
(Inside Devi Theatre Complex) Fe 500, Fe
Brand : “KAMACHI” Old No. 50, New No.39, Anna Salai, 500D,Fe 550, Fe
Chennai-600002, India 550D
Tel:+91-044-42961100 HCRM (size 8-
Fax:+91-044-42961122 40mm)
E-mail: sales@kamachitmt.com
Website:www.kamachitmt.com
13 M/s Gallantt Metal Ltd Ward 10BC, Plot No.123, TMT Bars of Gde
Ground Floor, Gandhi Dham Fe 500
Brand:”GALLANTT TMX” Kutch, Gujrat-370201 Fe 500D
Tel:+91-2836-228164 CRS
Fax:+91-2836-235787 (size 8-32mm)
E-mail: gml@gallantt.com
Website: www.gallantt.com
14 M/s Rashmi Metaliks Ltd Premlata Building, 39, TMT Bars of Gde
Shakespeare Sarani, Fe 500
Brand: “RASHMI TMT” 6th Floor, Kolkata-700017 (size 8-32mm)
Tel: 033-22894255/56 Fe 500D,
Fax: 033-22894254 Fe 550D
E-mail: (Size 8-25mm)
Mkt.domesticdip@rashmigroup.com
Website: www.rashmigroup.com
15 M/s Real Ispat & Power Ltd Vrindavan, Near IDBI Bank TMT Bars of Gde
Civil Lines Fe 500
Brand: “G K TMT” Raipur-492001, C.G. Fe 500D
Tel: +91-771-4224000 (size 8-36mm)
Fax: +91-771-4224010
E-mail: real@realispat.com
Website: www.realispat.com
16 M/s Super Smelters Ltd, Kolkata Premlata, 39, Shakespeare Sarani TMT Bars of Gde
3rd Floor, Kolkata-700017 Fe 500
Brand: “SUPER SHAKTI” Tele/Fax: +91-33-2289-2734/36 Fe 500D,
E-mail: info@supershakti.in Fe 550
Website: www.supershakti.in (size 8-32mm)
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 130
PARTICULAR SPECIFICATIONS

Sl No Company Name & Brand Address Type of steel

17 M/s Electrotherm (India) Ltd Survey No. 72, Palodia, TMT Bars of Gde
Via-Thaltej, Ahmedabad Fe 500
Brand “ET TMT” Gujarat- 382115 Fe 500D, &
Tel- +91-2717-660649/660550 CRS
Fax- +91-2717-234866 (size 8-32mm)
Website- www.electrotherm.com
18 M/s Adhunik Industries Ltd. “Lansdowne Towers” TMT Bars of Gde
Brand “ADHUNIK Fe 500 SD” 2/1A, Sarat Bose Road Fe 500D
th
6 floor, Kolkata- 700020 (size 8-32mm)
Tel 033-30517100
Fax - +91-33-22890285
19 M/s Shree Nakoda Ispat Ltd Near railway Crossing, Mowa, PO TMT Bars Gde Fe
Brand “ Nakoda TMT” Shankar Nagar, Raipur 492007, CG 500 & Fe 550D
Website-www.nakodagroup.com
Tele -91-771-228213,7898989741,
7898989205

(B) STRUCTURAL STEEL: - The contractor shall procure all structural steel directly from the
main producers namely –

S.No. Company Name Address Type of Steel


and Brand
01 Rashtriya Ispat Visakhapatnam Steel Plant Structural Steel
Nigam Limited Visakhapatnam-530 031, India (Angle, Beam,
(RINL) Tel: (91 891) 518226, 518376 Column, Channel,
Fax: (91 891) 518316 Plate)
Brand: “RINL” Email: cmdvsp@itpvis.ap.nic.in
02 Tata Iron & Steel Bombay House, 2, 4 Homi Modi Street Structural Steel
Company (TISCO Mumbai-400 001, India (Angle, Beam,
or Tata Steel) Tel:(91- 22) 204 9131, Column, Channel,
Fax:(91- 22) 204 9522, 287 0840 Plate)
Brand : “TATA” Email: corpcomm@jsr.tatasteel.com
03 Steel Authority of Central Marketing Organization, Northern Structural Steel
th
India Limited Region, 17 Floor, scope Minar, (Angle, Beam,
(SAIL) Laxmi Nagar Distt. Centre, Column, Channel,
Brand: “SAIL” Delhi-110092 Plate)
04 M/s Jindal Steels Jindal Centre, Structural Steel
and Power Ltd. Plot No 2, Sector-32, (Angle, Beam,
Gurgaon-122001, Haryana Column, Channel,
Brand : “ JINDAL” Tele- 0124 661 2000 Plate)
Fax- 0124 661 2125
Website : www.jindalsteelpower.com

(C) Non structural steel as for guard bars,holdfast,railing,grill, chowkhatetc galvanized


steel sheets and structural steel (where total requirement under the contract is less than
5.00 tonnes) may be procured from authorized dealers of main producers after obtaining
permission of the Accepting Officer in writing.

(D) The contractor shall produce original vouchers & test certificates from main producers in
case of structural steelfor the total quantity of steel supplied, under each consignment. The
original vouchers shall be kept on record of the GE duly defaced by Engineer-in-Charge and
authenticated.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 131
PARTICULAR SPECIFICATIONS
(E) Steel sections for railing, gates (other than Hanger gates), fencing, guard bars, grills,
steel chowkats hold fasts etc which donot constitute structural members can be procured from
main producers, secondary producers/BIS marked manufacturers or their authorized dealers
without any minus price adjustment. Tests will not be insisted upon for such steel sections.

(F) Galvanized iron sheets and fabric reinforcement for concrete to be supplied by the
contractors shall be ISI marked and shall be procured from main manufacturers viz. SAIL, RINL,
TISCO, JINDAL Steels Power Ltd. as brought out in para 8.1.2 B hereinabove.

12.4 TESTING AND TEST CERTIFICATE


(a) The contractor shall produce 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 supplied as specified in relevant IS codes, duly signed by the manufacturer with each
consignment.

Note: Production of the test certificate in respect of steel required for guard bars, hold fasts,
grills and like by the contractor may not be insisted upon.

(b) The original test certificate shall also be kept on record in the office of GE duly defaced
by Engineer-in-Charge and authenticated.

(c) In addition to production of test certificate as mentioned in clause 8.1.3 (a) and (b) above,
the contractor shall also provide all facilities to the department for independent testing of steel in
Government approved Laboratories without any extra cost to the department and testing
charges shall be borne by the contractor as stated.

12.5 MINIMUM FREQUENCY OF TESTING FOR EACH SOURCE AND EACH


CONSIGNMENT
(a) Steel for concrete reinforcement:

i) Bar size less than 10 mm dia : One sample (3 specimens) for each test for
every 25 tonnes or part thereof.

ii) Bar size 10 mm dia to 16 mm (inclusive) : One sample(3 specimens) for each test for
every 35 tonnes or part thereof.

iii) Bar size over 16mm dia : One sample (3 specimens) for each test for
every 45 tones or part thereof.
b) Structural Steel:
i) Tensile test :One test for every 25 tonnesofsteel or part thereof.

ii) Bend test :One test for every 10 tonnes of steel or part thereof.
c) Chemical Test: Contractor shall submit manufacturer’s test certificate to confirm
chemical composition laid down in relevant IS-Codes.
d) Bend test and tensile test for structural steel shall be carried out as per IS-2062. For
high strength deformed bars tensile, bend test and rebend test shall be done as per IS-1786.
For MS bars tensile and bend test shall be carried out as per IS-432.
e) Minimum percentage elongation should be 18% for Fe-500D.
f) GE has the right to get one more sample (3 specimen) tested if he is not satisfied with the
consignment. However testing charges for the additional sample over and above frequency
given in clause 8.1.4 above shall be borne by the department.
g) All testing charges shall be borne by the contractor in case the test results as per
independent testing of random samples are not as per criteria laid down in the approved
laboratory / test house. However in any case cost of transportation of samples (to and fro) to
the approved laboratory shall be borne by the contractor.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 132
PARTICULAR SPECIFICATIONS
12.6 RING TEST FOR TMT BARS:
Ring test for the nitric acid and methanol for 24 hours immersion shall be carried out for all
diameters of TMT bars as specified in IS and as directed by GE.

12.7 STORAGE:
Steel supplied by the Contractor shall be stored in accordance with the requirement of IS. Each
grade and quality of steel shall be stored separately and have identification tags indicating the
source, quality and grade.

12.8 PRESERVATION AND MAINTENANCE OF STEEL:


The steel brought by the contractor shall be preserved to ensure that no rusting takes place till it
is incorporated in the works.
12.9 SCHEDULE OF SUPPLY
The contractor shall procure the steel sections, timely as required in accordance with CPM
chart, agreed between GE and the contractor. Memorandum of understanding (MOU) has been
signed by dept with SAIL (one of the main producer of steel) for supply of steel for MES works to
contractor based on their demand directly to the firm. In case contractor faces difficulties in
procurement of steel from primary producer, he shall contact GE who will in term will help him in
procurement of steel from primary producers. The contractor will forfeit his right to demand
extension of time if the supply of steel got delayed due to his failure in placing order in time to
the manufacturer/supplier.

12.10 PAYMENT
Receiving payment of steel shall be governed by in accordance with condition 64 of IAFW-2249.
Payment shall be allowed only after production of test certificate and purchase vouchers from
main manufacturer/producer.

12.11 MEASUREMENT
The entire quantity of steel brought to site shall be recorded in Measurement Book “NOT TO BE
ABSTRACTED” indicating the reference to manufacturer, source of supply, voucher number,
and test certificate before incorporation in the work and shall be signed both by the Engineer-in-
Charge and the Contractor. Proper documentation/record shall be maintained as per the
instructions on the subject.

12.12 WEIGHT CONVERSION


Weight of steel supplied by the contractor shall be calculated at unit weights given in IS
conversion table or manufacturer’s certificate shall be followed if the weights are not available in
IS tables.

12.12.1 Normal waste and off cuts shall be stacked neatly which shall be the property of
the contractor. Contractor shall be allowed to remove such cut pieces after inspection and
certification by the Engineer-in-Charge.

12.12.2 Advance on account of payment made towards these cut pieces shall be
recovered from advance on account of payment immediately falling due and before removal of
such cut pieces from site.

12.12.3 Bending and fixing of bars for concrete reinforcement including mild steel wire for
binding shall be carried out all as specified in MES Schedule.

12.12.4 Hooks shall be provided only for mild steel bars. In case of cold twisted/ deformed
steel bars ends shall be bent instead of hooks as specified in relevant IS.

12.12.5 Binding wire for reinforcement shall be mild steel wire (annealed) of size not less
than 0.9 mm.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 133
PARTICULAR SPECIFICATIONS
12.13 STEEL REINFORCEMENT
(a) Reinforcement shall be fabricated, placed in position all as shown on drawings and
specified in Clause 10.17 to 10.22 of MES Schedule (Part I).

(b) The provision of MES SSR Part-I clause 10.18 that ends of deformed bars are not to be
bent to form hooks shall not be applicable to this contract if any specific provisions to provide ‘L’
shaped bends or hooks are given in structural drawings including notes.

(c) The overlaps for reinforcement given in structural drawings shall take precedence over
provisions given in Para 10.19 of MES SSR Part-I.

(e) Adequate numbers of concrete covers or chairs shall be provided in all reinforced
sections to prevent top layer of reinforcement from touching forwork or sagging and the cost of
the same shall be deemed to be included in unit rate quoted.

12.14 STRUCTURAL STEEL WORK


(a) All Structural steel work in trusses, purlins, braces etc. shall be carried out all as shown
on drawing and specified in clause 10.4 to 10.16 of MES SSR Part- I.

(b) Bolts, nuts and washers except purpose made bolts shall be all as specified in clause
10.7 of MES SSR Part- I and conforming to IS- 2016 and IS – 6610. Spring washers shall
conform to IS- 3063.

(c) All structural steel members shall be treated with one shop coat of red oxide primer after
fabrication but before assembly and erection and one under coat and one finishing coat of
synthetic enameled paint after erection all as directed by Engineer in Charge.
12.14 (Contd…)
(d) Sizes of gusset plates and bracing shall be as directed by Engineer-in-Charge and shall
be within parameters of IS- 800. All gusset plates and anchor plates shall confirm to high
strength as per IS clauses.

12.15 WELDING
(a) Welding to iron and steel work shall be done in approved manner with electric welding
unless specifically indicated otherwise on drawings. Electric welding shall be metal arc welding
using consumable electrodes.

(b) Unless otherwise specified/shown on drawings all fillet welds shall be normal 5 mm fillet
welds. Welding shall be done as specified in IS-816 and IS-823. All welds shall be cleaned of
slag and other deposits after completion. Spot welding shall not be permitted.

(c) Welding electrodes shall be of quality suitable for welding of structural steel and shall
comply with the requirement of IS-814 for covered electrodes for metal arc welding of mild steel.

(d) Contractor’s particular attention is drawn to IS-818 (Code of practice for safety health
requirements in welding and cutting operations).
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 134
PARTICULAR SPECIFICATIONS
12.16 STEEL SUPPLY/ACCEPTANCE FORM:
For each consignment of steel supply/acceptance form will be filled in and jointly signed by the
department Rep. (AGE/ JE) and contractor and accepted/rejected by GE before incorporation in
the works as per Annexure ‘A’

Annexure ‘A’
STEEL SUPPLY/ACCEPTANCE FORM

1. CA No and Name of work :


2. Consignment No. :
3. Name of Manufacturer :
4. Manufacturer’s TC No :
5. Random test details
(a) Physical test report from …………………………..vide letter No………………
(Name of NABL approved Lab/GovtEngg College)
(b) Chemical test report from…………………………..vide letter No……………….
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

Percent elongation (Min 18%)


Corrosion resistant element

Tensile Strength (N/mm2)


Sulphur + Phosphorus %

Yield Stress (N/mm2)


Weight per meter
Phosphorous %

Manganese %

Rebend Test
Sulphur %

Bend test
Silicon %
Carbon %

Remarks

As per IS-1786
2008
As per
manufacturer’s
test certificates
As per
independent test
Remarks of Inspecting Officer/CWE :
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 135
PARTICULAR SPECIFICATIONS
13. VITRIFIED TILE FLOORING AND SKIRTING/DADO:
Provide Vitrified tiles in flooring/ skirting/Dado all as specified in BOQ.
a) Full body Vitrified tiles shall be of size as mentioned in BOQ. In case size of tile is not
mrntioned in BOQ, the same shall be 600mm x 600mmx10 mm thick (or 605mm x 605mm)
and of make as given in Appendix ‘C’. Colour, shades, texture and design of tiles shall be as
approved by GE.
b) Full body Vitrified tiles shall be laid over cement mortar screed bed 20mm thick in CM
(1:6) over 75mm thick PCC 1:4:8 type D-2 subbase over 100mm thick hard core over
consolidated earth filling in Ground floor. Tiles shall be set and jointed in cement slurry and
pointed in white/coloured cement to match with the tiles in such manner to give joint free
finish.
c) In case of upper floors, full body Vitrified tiles shall be laid over 20mm thick cement
mortar screed bed in CM (1:6) over RCC slab. Tiles shall be set and jointed in cement slurry
and pointed in white/coloured cement to match with the tiles in such manner to give joint free
finish.
d) Vitrified tiles Skirting/dado shall be laid, set, jointed in neat cement slurry and pointed in
white or coloured cement to match over 10mm thick backing coat in CM (1:3). If height of
Vitrified tiles skirting is not mentioned on drawings, the same shall be provided 150mm high.
e) Size of Vitrified tiles in dado if not mentioned in BOQ shall be size 600mm x 300mm
x10 mm thick . Height of dado shall be provided all as directed.

14. GRANITE STONE IN VERTICAL SURFACES


Granite stone tiles as in vertical surfaces shall be provided as under and all as described in
respective items of BOQ :-

(a) The Granite stone tiles shall be of selected quality, hard, sound, dense and
homogeneous in texture, free from cracks, decay, weathering and flaws. They shall be machine
cut to required thickness and shall be of colour approved by GE. The tiles shall have top face
polished before being brought to site. The stone tiles shall be uniform thickness and colour.
Slab shall be true rectangles and shall be in one piece.

(b) Every tile shall be cut to required size and shape and fine chisel dressed on sides to full
depth so that straight edge laid along side of the stone shall be in full contact with it. The sides
(edges) shall be table rubbed with coarse sand or machine rubbed before laying. All angles
shall be free from chippings and surface shall be true and plain.The thickness of tile shall be as
specified in BOQ.
(c) The Granite stone tile shall be bedded and jointed with grey cement slurry and pointed
with white cement with admixture of pigment to match the shade of granite stone. Laying, fixing
and polishing shall be carried out all as specified in clauses 6.20.5 to 6.20.8 of MES SSR Part I.

(d) Polishing shall be carried out as directed by Engineer-in-Charge

(e) NOTE: The moulding on edges to granite slab shall be provided in the locations viz
edges of steps, porch, staircase, window cills, jambs wherever shown/mentioned/required.

15. - Blank -
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 136
PARTICULAR SPECIFICATIONS
16.0 PLASTERING AND POINTING
16.1. Plastering shall be carried out all as described in respective items of BOQ.

16.2 The thickness of the plaster mentioned is the minimum thickness above the protruded
part of masonry and is exclusive of thickness of key. Dubbing if required is deemed to be
included in the plaster work and nothing extra shall be paid.

16.3 Plastering shall be in one coat (including dubbing) unless otherwise specified .
16.4 Mortar for plastering work/pointing may be machine mixed or hand mixed at the discretion
of the contractor.

16.5 Preparation of mortar for plastering and pointing indicated here-in-after shall be as per
Clauses 14.13 and 14.13.3 of SSR Part I.

16.6 The preparation of surface and application of plaster shall be as per Clause 14.14 of SSR
Part I as applicable to new work and old work as per items of BOQ..

16.7 The junction of skirting/dado and plaster shall be as directed by Engineer-in-Charge/


specified herein after.

16.8 Pointing shall be carried out all as specified in SSR Part-I Clause No. 14.29.

17.0 DEMOLITION/DISMANTLING, TAKING DOWN AND MAKING GOOD

17.1 All demolition/dismantling work (except for which separate item is given in Schedule-
‘A’/BOQ) required for execution of work mentioned in Schedule-‘A’/BOQ shall be deemed to be
included in the unit rate quoted. The Contractor shall make good all disturbed surface to match
with the existing specification and to the entire satisfaction of the Engineer-in-Charge. All
dismantled material except shown in Schedule of credit shall be property of department and
shall be handed over in store yard for which no removal shall be payable.

17.2 The Contractor should take necessary precaution for demolition/dismantling to the
required shape/size. Contractor without any payment shall make all excess
demolition/dismantling and damages caused to existing structure good.

17.3 Rates quoted for demolition/dismantling/taking down/fixed in repair shall include cost of
making good, sorting of materials, and their removal as directed by the Engineer-in-Charge.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 137
PARTICULAR SPECIFICATIONS
18.0 LIFTS: Work shall be carried out as per items listed in Schedule ‘A’/BOQ in
accordance with relevant paras of MES Schedule Part 1 and as directed. Specification of
materials shall be all as specified in Schedule ‘A’/BOQ shown in the drawings and under
relevant trade items here in before and MES Schedule. All necessary tests as per IS – 14665
(Part – V) latest editnio shall be carried out and test results shall be recorded duly signed by the
contractor and Engineer in Charge.

18.1 GENERAL : The work shall be done in accordance with the Local / State / Municipal Rules
for electric lifts and the code of practice for installation, operation and maintenance of electric
lifts for passenger and goods as per IS-14665 (Part – I to V) & Indian Electricity Rules, as
amended from time to time. The case of any discrepancy in specifications between the state
acts/rules and relevant IS Specifications the superior specifications shall be adopted.

18.2 PERMITS AND INSTRUCTIONS:- The contractor shall obtain approval of all necessary
Local/ State/ Central Government Authorities as the case may be and make arrangements for
inspections and tests required thereby.

18.4 GUARANTEE:- The tenderer shall submit the tender to suit overall specifications given in
the tender and shall guarantee that materials and workmanship of the lift and connected
equipment offered and installed by him under the contract are new/first class in every respect
and he will make good at his own cost, any defects, damage which are not attributable to normal
wear and tear or misuse and will be responsible for repairing / replacing any parts which are
rendered defective within one year after the certified date of completion. He will produce test
and inspection certificates for machine, motors, governers, controllers, motor generating sets,
ropes buffers in triplicate, which are incorporated in the lifts, of having passed necessary tests
as required as per IS-14665 (Part – I to V). He will also produce high voltage test certificates of
di-electric strength of electric apparatus as required vide clause 24.2 of IS-4666.

18.5 PAINTING:- All exposed metal work (except aluminium or aluminium alloy) carried out
under this contract shall be properly painted with two coats of approved DUCO paint over a coat
of primer and wooden portions shall be given necessary preservative treatment. In hidden
surfaces and two costs of varnish, In exposed surfaces to produce a smooth glossy surface.

18.6 MAINTENANCE AND TRAINING:-


18.6.1 Maintenance services for the equipment furnished under these specifications and
described in Schedule ‘A’ shall be provided by the contractor for a period of 24 months
from the completion of defects liability period without any extra cost to the department.
The cost of carrying out maintenance services shall be deemed to be included in the
quoted rate.

18.6.2 The contractor shall enter into a MoU with the OEM for the maintenance services of the
lifts. The MoU post defects liability period between the contractor and OEM shall be
submitted at least six months prior to the installation of lift work by the contractor.

18.6.3 The contractor shall attend all complaints / break downs within 24 hours after receipt of
message / call from the GE / Engineer-In-Charge. These maintenance services shall
mean regular examination of lifts installed as needed or as directed by the GE and shall
include necessary adjustments greasing, oiling, repair and replacement of major and
minor parts rendered defective due to any reasons with new genuine standard parts so at
to keep the equipment in proper operation. GE will be the final authority to decide
whether the defective parts are due to misuse or otherwise. The tenderer shall train the
department employees for operation, repair and maintenance of the lifts at the site of
works during the installation to the full satisfaction of GE without any extra cost.

18.6.4 24 hours maintenance call back service facility shall be provided by the contractor during
the maintenance period without any extra cost. The contractor shall also furnish full
details of such facilities available.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 138
PARTICULAR SPECIFICATIONS
18.7 TEST INSTRUCTIONS:- All equipment / instruments for testing of the lifts shall be
arranged by the contractor. This will remain his property after the tests are over.

18.9 INSTRUCTION BOOKS, CATALOGUES: The tenderer shall submit after acceptance of
tender four sets of the following:
(a) Manufacturer’s instructions Book of care, maintenance and operation of the equipment.
(b) Complete literature giving technical information of all components / parts of the
equipment offered (as desired by the Accepting Officer).
(c) Maintenance check chart, lubrication chart schematic wiring diagram from MES control
switch in the machine room to motor controller and relays / switches in hoistway / landing doors
etc.

18.10 SCAFFOLDING:- The contractor shall make his own arrangement of scaffolding
required for the erection of the lifts which shall be removed by the contractor after the
completion of the work.

18.11 EARTHING :- It shall be done as per IE Rules and as described in IS – 3043 of


1966 size of earth pits shall be as directed by Engineer-in-Charge. Earthing shall be done with
galvanized steel earth plate electrode 60 cm x 60 cm x 6.0 mm, buried directly in ground
vertically to a depth not less than 2.25 m below ground level with top edge of earth plate at a
depth of not less than 1.5 m below ground level, connected to galvanized iron earth wire, 4mm
dia by means of bolts, nuts, checknuts and washers made of galvanized iron. Earth wire shall
be protected by 15mm bore GI Pipe, light grade connected to earthing test point all as directed
by Engineer-in-Charge.

18.12 DESIGN STANDARDS INTER CHANGE ABILITY OF PARTS AND COMPLETION OF


INSTALLATION:-
18.12.1 All materials, plant, equipment and the lift cars to be incorporated in the list
system, shall confirm to the highest standard and latest practice in design and manufacture and
shall be of robust construction liberally rated and capable of operating efficiently and
economically under the stipulated service conditions.

18.12.2 Cost of all elements of installation, paint, equipments, apparatus and accessories,
setting and fixtures, electric works of every nature from the outgoing terminal of distribution
boards in machine rooms, anchor bolts etc which may not have been specially mentioned in
particular specification but which are required and notified by the GE for efficient operation and
performance of the installation shall be deemed to be covered in the tendered rates. The
contractor shall furnish the design data for each type of lifts.

18.13 PROTECTION AGAINST FIRE ACCIDENTS:-


18.13.1 Whole of the contained equipment and apparatus in the lift walls shall by rendered
fire resisting to the greatest possible extent.

18.13.2 When the car rests on its fully compressed buffer, no part of the car or any
equipment attached thereto shall strike any part of the pit or any part of the equipment located
therein.

18.14 MISCELLANEOUS WORK:-


18.14.1 The following shall also be deemed to be covered under the scope of the contract to be
done by the lift contractor:-
(a) All miscellaneous works that may be required for the erection, testing and commissioning
of the installations including two year’s maintenance period.
(b) Scaffolding as required during installation.
(c) Any building work in the hoist way including making good to original finish, providing and
fixing brackets, support beams etc and final grouting of various items.
(d) Conduit / trough work from machine rooms to various floor for control system and
indicator wiring system etc.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 139
PARTICULAR SPECIFICATIONS
(e) Any temporary electric wiring and power connections required during installation shall be
the contractor’s responsibility, who will ensure that it confirms to requirement and fulfills safety
requirements.
(f) Necessary wiring for the alarm bell.
(g) All tools tackles equipment appliances required for erection.

18.15 SCOPE OF WORK:-


18.15.1 The work comprises supplying, installations, commissioning and testing of lifts all
as described in Sch ‘A’/BOQ and specified in particular specifications etc.

18.15.2 VIBRATION:- The contractor shall provide necessary adequate vibration reducing
materials preferable rubber parts of proper density to effectively isolate the machine from
supporting beams and floor slabs.

18.16 MACHINE:-
18.16.1 The machine shall include electric motors, Electromechanical brakes, steel worm,
bronze gears, steel sheave shafts and ferro–molybdenum sheave, all completely mounted on a
single base or bedplate. The worm shaft shall be provided with ball bearings to take the thrust
and taper roller bearings shall be provided for sheave shaft to ensure adequate alignment and
long bearing life.

18.16.2 The driving sheave shall be grooved to ensure sufficient traction and minimize
rope wear. Adequate means of lubrication shall be provided for all bearings and worm gear.
The machine shall be equipped with an arrangement for manual winding of the machine for
testing purpose or for operation when the power supply falls.

18.17 REVERSE PHASE RELAY: A reverse phase relay shall be provided on the individual
controller to protect the lift equipment against phase reversal, low voltage and phase failure.
Relays shall have suitable contacts to withstand wearing due to frequent, make / break
operation of the floor controller in the machine room and in the lift motor / generator.

18.18 SHEAVE AND SUPPORTING BEAMS:-


18.18.1 Deflector and overhead sheaves with their steel supporting beams shall be
furnished as needed for obtaining the proper load of the ropes to the car and counter weights.
All sheaves will be fixed by means of 2 sunk keys of sufficient strength and quality, drums,
Sheaves and pulleys shall be of case iron or steel. They shall have machined rope-flanges.
The grooving of a drum, diverter sheaves or pulleys shall have a radius larger than the radius of
the rope by not less than the amount shown in IS-14665 Part II, Sec-3 and shall extend over
one-third of the circumference of the rope.

18.18.2 Suitable spring / oil buffers shall be provided for care and counter weights as
required under IS 1860 shall be complied with.

18.19 COUNTER WEIGHT:-


18.19.1 The counter weight shall be of cast iron weights contained in structured frame and
shall be equal to the weight of the elevator car plus 40% to 50% (approximately) the rated load.
The lift shall be suitable counter balanced for smooth and economical operation. Suitable guide
shoes shall be provided for structured steel frame capable of with standing buffer impact all as
per specifications given in IS 14665 Part IV.

18.19.2 The Counterweight consisting of sections & withstand frame shall not be less than
two suspension rods extending throughout the counterweight. The nuts on the suspension rod
shall be retained by split concrete in metallic frame or equivalent positive means.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 140
PARTICULAR SPECIFICATIONS
18.20 Levelling and Accuracy: Even lift car under automatic control (other than car switch
control) shall stop at landing with car sill fairly in level with the landing sill. The difference in level
should not exceed the distance (Lift with electronic motor control / ward Leonard control (Any
speed and load) = +/- 12mm.

18.21 AUTOMATIC TERMINAL STOPS:- The elevator shall be equipped with automatic
stopping devices arranged to slow down the car and stop it at the terminal landings independent
of the regular operating device in the car. Final limit switches should be provided in the
hoistway which are operated by the car to stop the car and prevent normal operation, should it
travel beyond the dome of normal stopping devices by automatically cutting off the power and
applying the brake.

18.22 ELECTRIC WIRING:- All necessary insulated wiring and conduit or lubing together with
necessary fittings, metal boxes, through and ducts will be provided. All electrical work in
connection with installation of electric lifts shall be carried out in accordance with provision of
Indian Electricity Act, 1910 and Indian Electricity Rules 2003 including all amendments
thereafter and shall also comply with the provision of IS – 732 and code of practice for Electrical
Wiring and fittings in the buildings.

18.23 All wiring shall be with copper conductor cables.

18.24 CAR AND CAR FRAME:-


18.24.1 The internal dimensions of the car shall be of suitable size for the specified
passengers and in accordance with statutory requirements. The rated inside car measurements
should be as given in IS-1860 of 1980 amended time to time.

18.24.2 The car shall be isolated from frames to prevent vibration from the ropes and
guide shoes being transmitted to the passengers. Lateral and upward motion of the car is
restrained by locking blocks but there shall not be metal to metal connection between the car
and the frame. The top of the car is held firmly by rubber faced clamps that are welded to each
side of the car canopy. In top of the car is held firmly by rubber faced clamps that are welded to
each side of the car canopy. In addition the side panels are to be coated with a layer of
bituminous sound deadening compound. The car frame which supports the car platform and
room shall be made of structural steel girders properly braced and equipped with suitable guides
and a car safety device mounted underneath the car platform. It shall be sufficiently rigid to with
stand the operation of the safety gear without permanent deformations of the car frame. At
least four renewable guide shoes or guide shoes with renewable lining shall be provided two at
the top and two at the bottom of the car frame.

18.24.3 The roof shall be solid and capable of supporting a weight of 2 persons i.e.at least
2 x 68 kgs. Where the car leveling devices are used substantial aprons of sufficient depth shall
be fitted to the car floor to ensure that no space is permitted between the threshold and the
landing while the car is being leveled to a floor. Threshold and Cill Plates shall also be fitted to
the landings.

18.24.4 The entire car shall be adequately ventilated and shall be provided with the
following:
(a) One 30 cm fixed cabin fan. The fan shall be connected on electric mains independent of
the mains supplying power to the lift machines. Ventilation openings shall be provided in
enclosures above 1.8 m and below 0.3 m level. The total area opening shall not be less than
0.35 m for each square metre of floor area divided equal between top and bottom.
(b) Minimum two number LED (9w) complete with fittings. Even Lift car shall be fitted with a
light which shall be left burning whole time the lift is available for use.
(c) One specification plat showing contract load, speed, passenger capacity and other
installation of the lift at metal plate with 6 mm high letters & figures.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 141
PARTICULAR SPECIFICATIONS
(d) One Operating panel.
(e) One panel with position indicators to show the floor at which the lift has stopped.
(f) Interphone in the lift connected to central control room for use in case of emergency
(wiring from lift to machine room shall be done under this contract).
(g) One buzzer for calling lift.
(h) A 2 pin 5 Amp plug socket with 5 Amp switch for a hand lamp shall be fitted on top of lift
car for use by persons working thereon.

18.24.4.1(a) The lift shall be of metal construction with metal cellulose lacquer finish inside and
painted with 3 coats of approved paint outside. The metal sheet used for construction shall be
of adequate thickness not less than 1.6mm thick. The floor of the lift car shall be sufficiently
strong and rigid and covered with chequered steel flooring of not less than 2.0mm thickness
over suitable structural steel frame.
(b) The car enclosure for the lifts shall be of sheet steel and shall be of an elegant design
comprising of the following:-
I Suspended false Stainless steel in plain finish
ceiling (For all lifts)
Ii Panels (For all lifts) Made of moon rock / honey comb stainless steel
panels.
Iii Car Door The car entrance shall be provided by centre opening
stainless steel, in moon rock / honey comb finish of
approved colour.
Iv Hoistway door At each landing centre opening stainless steel sliding
doors in moon rock / honey comb finish of approved
colour shall be provided.

18.24.5(i) The service lift car shall be reinforced at point of suspension. The material used shall
be of such strength and stiffness that it can withstand the contract load. Two pairs of renewable
guide shoes shall be provided.

(ii) Any renewable shelves shall be so retained that they are not displaced by the movement of
the car.
(iii) Where safety gear is provided, steel car frame of sufficient rigidity to withstand the
operations of the safety gear shall be provided.

18.25 CAR DOOR:-


An electric interlocking for the car door shall be provided which will prevent elevator movement
away from the landing unless the door is in the closed position. A special car door lock as per
CVC guide lines shall be provided.

18.26 HOISTWAY DOOR INTERLOCK:- Each hoistway door shall be equipped with a position
electro
Mechanical interlock and auxiliary door closing device so that the elevator can be operated only
after the interlock circuit is established.

18.27 SAFETY GEARS


(a) A safety gear shall be provided for the car and counterweight of the service lift working
over an occupied space or corridor, where the bottom of the pit cannot support the input load of
the freely falling loaded car or counterweight.
(b) The safety gear may be of the instantaneous type operated by an independent steel wire
rope running over an independent pulley at the top of lift well, governor operation and switch to
cut the control circuit is not required.

18.28 CAR SAFETY AND GOVERNORS:-


4.28.1 Suitable car safety to stop the car wherever excessive descending speed is attained shall
be operated by a centrifugal speed Governor located at the top of the hoistway and connected
to the Governor through a continuous steel rope. The Governor shall be provided with self
tensioning device to keep. Governor ropes in tension even after rope stretch. Suitable means
shall be provided to cut off power from the motor and apply the brake on application of safety
system.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 142
PARTICULAR SPECIFICATIONS
18.29 EMERGENCY SAFETY DEVICES:-
18.29.1 Every lift suspended by wire ropes shall be provided with one or more safety
devices attached to the lift car frame and placed beneath the car. The safety devices shall be
capable of stopping and sustaining the lift car with full rated load in the car at tripping speed.
The safety gear shall operate to stop and sustain the lift car in the event of failure of the
suspension ropes or in the event of lift exceeding a predetermined maximum speed in the
descending direction when a speed governor a fixed every safety gear shall operate positively
and mechanically independent of any springs used in this construction. Design shall conform to
IS – 1860.

18.29.2 SLACK ROPE SAFETY SWITCH


This shall be fitted to the drive and automatically cut of supply if rope becomes stack.

18.30 ELECTRICAL AND MECHANICAL DOOR LOCKS:-


18.30.1 Electrical and mechanical door locks shall be provided. The lending door locks
shall be such that the door can not be opened unless the car is at the particular landing. It shall
also not be possible to move the car unless the car door is securely locked in the closed
position.

18.31 ELECTRICAL WIRING AND APPARATUS:-


18.31.1 All electrical wiring and apparatus besides conforming to the relevant Act / Rules
shall also conform to any regulations in forces relating to fire protection of the building in which
lift is installed.

18.31.2 All electric supply lines and apparatus in connection with lift installation shall be so
installed, protected work and maintained that there shall be no danger to persons there from.
All metal coatings or metallic coverings containing or protecting any supply lines of apparatus
shall be sufficiently earthed. No bare conductors shall be used in any lift as may cause danger
to persons.

18.31.3 All cables and other wiring in connection with installation shall be of suitable grade
for the voltage at which these are intended to be worked and if metallic covering is used. It shall
be efficiently earthed. Suitable caution notices shall be fixed near ever motor or other apparatus
in which energy is used at a pressure exceeding 250 volts. Circuits which supply current to the
motor shall not be included in any twin or multi core trailing cable used in connection with the
control and safety devices. A trailing cable which incorporate conductors for the control circuits
shall be separate and distinct from that which incorporate lighting and signaling units.

18.31.4 Power wiring between the controllers and main board and form the controllers to
various landings shall be done in heavy gauge steel conduit / steel troughs / flexible metal
conduit conforming to IEE rules 2003. All cable shall be flame retarded type unless otherwise
specified. Where installation of heavy gauge conduit presents difficulties, short lengths of
flexible conduits may be permitted but contractor should specify places where flexible conduits
are proposed to be used. The length of the cables shall be such that they are not subjected to
strain due to movement of car from and to end. The conduits may be concealed / switched
mounted.

18.32 CONTROLLER UNIT:-


18.32.1 A controller of modem compact solid at the design, adjoining printed circuit board
shall be provided to control starting, stopping and speed of the elevator and also to
automatically apply the brake if any of the safety devices operate or if power fails from any
cause.

18.32.2 All control will be located in the monitoring room and shall be suitable for the
central system and facilities required in car and landings as detailed in these specifications.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 143
PARTICULAR SPECIFICATIONS
18.32.3 All control wiring shall be suitably secured and conform to standard wiring practice
Ferrules of insulating materials with numericals corresponding to the wiring diagram to be
supplied by the tenderer shall be mounted on wires for easy identification.

18.32.4 An inspectors change over switch and a set of test buttons shall be provided in the
controller. Operation of the inspector’s change over switch shall make both the car and landing
buttons in operative and permit the lift to be worked on corresponding test buttons in either
direction from the machine room for purpose of testing.

18.33 CONTROL:-
18.33.1 The control shall be A.C variable voltage frequency, having a modem closed loop
control system using PCB cards and electronic speed pattern generator to command the motor
speed.

18.33.2 Digital speed feed back from a velocity transducer shall be provided for better
riding comfort (jerkless).

18.33.3 The acceleration and deceleration shall be adjustable.

18.33.4 In normal operation, the electromagnetic brake shall only be applied when the lift
has come to a complete standstill. The brake shall only be mean for holding the lift in position at
every landing, providing stopping without any jerking effect.

18.33.5 Each controller cabinet containing memory equipment shall be properly shielded
from line pollution.

18.34 MICROPROCESSOR:-
18.34.1 The control shall employ a minimum 8 bit microprocessor working on a program
such that precision leveling and highly efficient handling of passengers for least possible waiting
and reduced travel time is ensured. The microprocessor system should be designed to accept
programming with minimum down time. It should be able to monitor the state of in out calls
(such as car from COP and hall calls from hall or fixtures) and output commands such as
starting, decelerating and stopping the elevator. It should be able to generate floor location
data, thereby, providing a reference position to establish the safety norms for door opening and
closing and also to initiate leveling slow down. The microprocessor should be of
environmentally tested for all conditions of heat and a test report should be submitted.

18.34.2 Microprocessor controller shall perform all the functions of safe elevator operation
and electric door control. This shall include all the hardware required to connect, transfer and
interrupt power and protect the motor against overloading. The system shall also perform car
operation control.

18.35 OPERATION WITH AN ATTENDANT:- The regular car operating panel which includes
car buttons, switches, etc for the collective automatic control, shall also includes:-
(a) A two way operation key-operated with switch marked to indicate ATT (attendant
operation).

18.35 OPERATION OF SINGLE LIFT SIMPLEX COLLECTIVE SELECTIVE SYSTEM:-


18.36.1 The operation shall consist of the following:-

18.36.2 IN THE CAR:- There shall be furnished a flush type attractively stainless steel
panel which contains a series of luminor buttons numbered to correspond to the landings served
an emergency stop switch and an emergency call button connected to a bell which serves as an
emergency signal.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 144
PARTICULAR SPECIFICATIONS
PARTICULAR SPECIFICATIONS (CONTD..)

18.36.3 AT HOISTWAY LANDINGS:-


18.36.3.1 There shall be provided an U P luminous bush button and a DOWN luminous bush
button at each intermediate landing a and a single button at the terminal landings.

18.36.3.2 The car shall not start unless the door is in the closed position and all hoistway
doors are locked in the closed position.

18.36.3.3 If the car is idle and one or more car on landing buttons above the landing at which
the car is standing are pressed, the car shall start in the UP direction. Stops shall be made on
the UP trip at each landing for which a car button for UP landing is pressed sufficiently in
advance of the car’s arrival at such landings to permit these stops to be made. After each stop,
the car shall proceed in the UP direction until it reaches the highest landing for which a call is
registered. The car shall not stop on the trip at any landing in response to a DOWN call unless
this call is the highest one registered.

18.36.3.4 Similarly, if the car is idle and one or more car or landing buttons below the landing
at which the car is standing are pressed, the car shall start in the DOWN direction pressed to
the lowest landing for which any button is pressed and stop at each intermediate landing for
which a car button or DOWN landing button is pressed.

18.36.3.5 When the car is idle and a button for a landing above the car and a landing below
the car and pressed, the car shall start towards the landing corresponding to the button pressed
first. The call registered for the landing in the opposite direction from the car shall be answered
after the car has responded to the frothiest call in the direction established by the button
pressed first.

18.36.3.6 A time relay stall held the car for an adjustable interval of a few seconds at the
landings which stops are made to enable passengers to enter or leave the car. SPP.

18.36.3.7 All landings doors shall be one hour fire resistance rating as certified by CRBI,
Roorkee so as to meet Fire Bid Regulations.

18.37 OPERATION WITH AN ATTENDANT:-


18.37.1 The regular car operating panel shall include buttons, switches etc for the
collective automatic control and shall also includes:-
(i) A two opposition key operated switch marked to indicate ATT (Attendant operation).
(ii) Button for buzzer.
(iii) UP and DOWN direction light jewels.
(iv) A Non Stop Button.
(v) Door Closing Button.
(vi) Door Open Button.

18.37.2 The car operating panel shall also include UP and DOWN Button.

18.37.3 When the key switch is in the position of WITH ATTENDANT the direction light
and buzz shall become operative and the UP and DOWN direction button in the regular car
operation panel shall be made effective for the attendant operation.

18.37.4 When an attendant operation, the car and hoist way doors shall open
automatically at stop but the closing of the doors shall be subject to the UP or DOWN direction
buttons.

18.37.5 As a visual signal to the attendant, the UP DOWN direction jewel shall illuminate
upon registration of either car or landing calls to indicate the direction of the travel of the car.
The attendant shall operate the elevator normally in direction indicated by the direction jewel but
if desired opposite direction travel may be realized by pressure of a car button for a landing in
that direction from the car.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 145
PARTICULAR SPECIFICATIONS
18.37.6 The pressure of a direction button shall cause the doors to close and the car to
start in the direction desired, provided a call is registered for that direction. If pressure of the
direction button is released before the car starts, the pressure can be released.

18.37.7 Continuous pressure of the non stop button shall cause the car to by pass all
landings calls and respond only to registered car calls.

18.38 HALL INDICATORS: The hall indicator plate shall be of stainless steel with digital 7
segment display.

18.39 SINGLE AND OPERATIVE FIXTURES:- All signal and operative fixtures shall be
provided in stainless steel face plates.

18.40 CAR OPERATIVE PANEL:- There shall be one (1) No panels for 8 passengers lifts and 2
Nos panels in 15 passenger car with stainless steel face plate and shall comprise illuminated
floor buttons, door open and emergency stop controls and an integral interphone. The jewels
and accenfuators shall be of modular construction, face plate mounted.

18.41 FLOOR BUTTONS AND FLOOR POSITION INDICATOR:-


18.41.1 There shall be provided signal fixtures of compact and of attractive hairline
stainless steel face plate on each floor consisting of floor button, floor position indicator and car
direction indicator.

18.41.1.1 Floor button fixture at terminal landings shall have a single aluminous push button
and for intermediate landing shall have an UP luminous push button and a DOWN luminous
push button.

18.41.1.2 The jewels shall be of modular consumption whenever a button in pressed, the
jewel shall light upto indicate registration of the call and shall remain lighted up till the car
arrives.

18.41.1.3 The floor position fixtures shall also have easy to digital display of floors, indicating
through which floor the elevator is traveling or on which floor the elevator is stopped. This
fixture shall also have illuminated arrows showing the direction of travel of the car.

18.41.2 CAR POSITION INDICATOR IN CAR:-


This shall be of compact design and of attractive hairline finish stainless steel face plate
with easy to read digital display of the floors, indicating through which floor the elevator is
passing or on which floor the elevator is stopped. This fixture shall also have illuminated arrows
showing the direction of travel.

18.41.3 BATTERY OPERATED ALARM BELL AND EMERGENCY LIGHT:-


A Solid state siren type alarm unit operated through the inverter shall be provided in the
machine room which shall give a waxing and warning siren when alarm bell in the car is pressed
momentarily. An inverter unit using a dry battery with automatic charging with power pack shall
be provided.

18.41.4 OVERLOAD WARNING:-


Overload warning feature with audio-visual indication (visual indication shall show over
loaded) with stainless steel face plate shall be installed in the elevator car, so that when there is
overload in the car the sign shall light up a flash indicating overloaded and buzzer shall operate
during this period and the doors shall remain open until the overload is removed.

18.41.5 FIREMEN’S SWITCH:-


A toggle switch covered by a stainless steel cover shall be provided on the ground floor
for each elevator in each block which shall permit a fireman to call the elevator to the ground
floor by canceling all car and landing calls. The elevator shall then stop at the ground floor with
the door open to permit the fireman to have exclusive use of the elevator without any
interference from the landing calls.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 146
PARTICULAR SPECIFICATIONS
18.41.6 AUTO / FAN “ON/OFF”:-
If the car is not used for a long predetermined time, the fan inside the car shall
automatically be switched OFF.

18.41.7 EMERGENCY UNLOCKING DEVICE:-


This shall be provided on each landing door.

18.41.8 DOOR HANGER AND TRACKS: For the car and each landing door, sheave type
two point suspension hangers complete with track shall be provided “Sheaves and rollers shall
be of steel and shall include shielded ball bearing to retain grease lubrication. Adjustable ball
bearing rollers shall be provided to take the upward thrust of the doors. Tracks shall be of
suitable steel section with smooth surfaces.

18.41.9 INFRA RED RAYS DOOR PROTECTION:- Infra Red Door protection system with
minimum 72 beams to ensure safety and comfort of passenger by matching a screen of beams.
Should any part of body or any other object come in the way of any of these beams i.e in case
any beam is broken the doors immediately stops and then retract without contact and the car
and hoistway door shall return to the position. The door shall remain open until the expiration of
predetermined interval and then lose immediately.

18.41.10 LANDING ENTRANCE MATERIALS:- These shall consist of headers, extruded


aluminium cells and strut angles.

18.41.11 MEANS OF SUSPENSION AND FASTENINGS:-


(i) The car and counterweight shall be suspended by one or more steel wire suspension
ropes conforming to IS – 2365 or silent type roller, block or multiple links Chains (IS 3109 (Part
I)).
(ii) All the ropes and chains anchored to a winding drum shall have not less than one turn
(IS-3109 Part-I) on the drum when the car or counterweight has reached the extreme limit of its
overtravel.
(iii) The factor of safety of the suspension means, based on the static load of the car with
structural capacity load of the counterweight shall not be less than :-
4.5 + 1.4V for ropes and 5.6 + 1.75V for chains.
Where V is the speed of the rope or chain in m/sec.

18.41.12 RELATIVE SYSTEM RESPONSE:- Relative system response is a mimetic under


that optimists the selection of a particular elevator to answer a hall call based on the various
operational parameters of each elevator (position, direction, load etc) and any previous hall or
car hall assignments. Each elevator calculates its own relative system response time by
applying and penalty calculation on its current operational mode and call assignments.
The result of this calculations is then compared by each of the elevators in the group via
the be directed communication group to determine which elevator will be assigned the call. Only
the car with the best (lowest) relative system response is allowed to answer the call. RSR
±algorithm incorporations variable bonus and penalties to cater for real time charges on building
traffic conditions. The system continuity refines the bonus penalty values based on the previous
5 minutes waiting intervals which can result in a 10% improvement over the previous RSR
performance under heavy two way traffic condition. RSR computation for each hall call
repeated several times a second and the hall call assignment may be changed it a more
suitable car is obtained.

18.41.13 WIRING:- Complete wiring in the equipment shall be done in copper in using fire
retardant cables of suitable size.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 147
PARTICULAR SPECIFICATIONS

18.42 TESTING OF INSTALLATION:- The lift and other equipment will be subject to the
following test:-
(A) AT MANUFACTURERS WORKSHOP:-

(i) Sufficient test and inspection shall be made during manufacture of the lift component to
ensure that they comply with the ISI standards.

(ii) High Voltage Test:- The dielectric of electrical apparatus metre, excluding Generator
and instruments which are tested in accordance with the appropriate standards where they exist
shall be capable of withstanding test voltage of 10 items the working voltage with maximum of
2000 volts when applied.
(a) Between the live parts and frame of the equipment with all circuits completed.
(b) Between main terminals or equivalents parts with all circuits open and
(c) Between live parts of independent circuits.

(B) ISSUE OF SITE: The following tests shall be carried out on the completed lift installation
before it is put into normal service necessary test weights and instruments shall be provided by
the lift manufacturer and the electric power at the declare voltage (and frequency) required for
adjusting and testing shall be supplied by the department. The following tests shall be carried
out on the completed lift installation before it is put into normal service necessary test weight
and instruments shall be provided by the lift manufacturer and the electric power at the declare
voltage (and frequency) required for adjusting and testing shall be supplied by the department.

(i) Test to determine that the insulation resistance between power and control and earth is
not less than 0.5 mega Ohm when measured with a DC voltage of 500 volts. The test should be
with conductors so connected together as to ensure that all parts of circuit are simultaneously
tested.

(ii) Test to determine that the earthing of all conduit, switch casings and similar metal work is
continuous and of low resistance. Tests should be made from all terminals points by means of
a substantial current to ensure that the resistance of earth path is sufficiently low to enable
fuses or circuit breakers to operate under faulty conditions in accordance with relevant
standards and IE rules.

(iii) Test to determine that the motor, brake, control equipment and door locking devices
function correctly.

(iv) Test to determine that the lift car will attain rated speed.

(v) Test to determine that the lift car will raise and lower at rated load.

(vi) Test to determine that the safety car stops the lift car with rated load by manually tripping
the governor on a descending lift car with brake released. The stopping distance of the lift car is
the actual side as observed from the marking on the guide by the safety gear which should be
within the limit of stopping distance given in clause 15.22 and table 3 of IS 466 of 1980.

(vii) Dead Load Test:- This test will be carried out by subjecting the equipment to the
maximum dead load for half an hour. The equipment should retain this load for the specific
period without signs of permanent distortion.

(viii) Over Load Test:- Lifts shall be on a contract load + 10% at nominal supply voltage and
normal ambient temperature to attain the Contract Specifications for one round trip.

(ix) Static Test:- The lift shall be loaded with contract load plus 25% and the brake will be
tested to check that it can sustain the car at rest.

(x) Over speed test shall be made with ropes attached and all electrical apparatus operative
except the over speed switch on the governor, the ropping distance of the lift car is the actual
slide as observed from the marking on guides.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 148
PARTICULAR SPECIFICATIONS

18.43 TAKING OVER:- The installation will be taken over only if the above mentioned
acceptance tests are found to be satisfactory and a certification to the effect is issued by the
Accepting Officer or his representative. In addition to above the clearance certificate of test and
fitness as required by prevailing state and local bodies will be obtained by the tenderer and
produced to the Accepting Officer.

18.44 AUTOMATIC RESCUE DEVICES (ARD):- Passenger lift shall be fitted with ARD in the
event of power failure / controller failure the elevator should move automatically to the nearest
floor thereby rescuing passengers. A R D should also work to rescue passenger in case of
controller failure, phase failure and tripping of motor due to over load. ARD should operate on
dry maintenance free batteries. It should continuously monitor the normal power supply in the
main elevator controller and should activate the rescue operation with in 10-15 seconds of
power failure. ARD should remain parked till normal power supply is restored and the elevator
should automatically revert to normal operation mode. The seat of ARD unit with suitable
maintenance free dry batteries should be deemed to be included in unit rate for passenger lift
quoted by the contractor under respective items of Schedule ‘A’.
4.44.1 The machine should be suitable for high rise buildings and shall have geared elevator
system capable of lifting loads of requisite capacity at certified speeds.

18.44.2 Separate Car and Half Stop Door Open Time:- The time interval that the elevator
doors stands open after a stop will be independently adjustable for car call stops and hall call
stops. Normally move time will be allowed for a passenger to enter the car from the corridor
than for a passenger to leave the car, because the passenger in the corridor is usually farther
from the entrance of the arriving car than the riding passengers. The timing circuit for this
feature will be adjusted during installation to suit the requirement of the bldg./ users.

Signature of contractor Dy. Dir (Contracts)


Dated. For Accepting Officer
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 149
PARTICULAR SPECIFICATIONS
Appendix ’A’

1.0 CEMENT

1.1 GENERAL: Cement required for the work under the contract shall be procured,
supplied and incorporated in the works by the contractor under his own arrangement. Cement
shall be of tested quality and shall comply with the requirements mentioned in the SSR,
IS Specifications as amended and particular specifications given hereinafter.

A. Type of cement for the subject work to be procured and incorporated in work shall be
as given below

Sl Type of work Type of Remarks


No cement
1. Plain and Reinforced concrete OPC 43 grade
works using concrete grade upto IS: 8112
M-30; Plastering; Flooring and
Grouting with cement
2. Plain and Reinforced concrete OPC 53 grade
works using concrete grade more IS: 12269
than M-30 and Cold weather
concreting (5 C or below)
irrespective of concrete grade
3. Hydraulic Structures; Mass Portland Fly-ash based: with increased time for
concreting and marine structures. Pozzolana stripping of form work by 50 % as laid down in
Cement para 11.3 of IS: 456:2000
IS: 1489
(Part-I)
4. Underground Structures; Piles Sulphate Specially for situations where concrete is
and foundation works in coastal Resistant exposed to “Sulphate Attack”. Where sulphate
environment; STP; WTP; Portland concentration measured in terms of SO3
Chemical Envt etc. Cement content exceeds 300 PPM in ground water or
IS: 12330 0.2 % in soil, the use of SRPC is
recommended
*C3A is below 5% and 2 x C3A + C4AF is
below 25%.
5. Marine works; STP & WTP Portland Slag Alternative to PPC or SRPC specified above.
Cement
IS: 455

NOTE:

(a) Grade of cement shall be as mentioned above


(b) The contractor can use higher grade cement without any extra cost to the government.

1.2 SOURCE OF PROCUREMENT

A. Cement will be procured by the contractor from any one of following main producersor
other manufacturer approved by E-in-C’s Branchtill date of receipt of tender :-

(a) The Ramco Cements ltd. (Formally Madras Cement) (b) M/s Sanghi Industries Ltd
(Brand : “RAMCO”) (For ALL ) (Brand : “SANGHI”) (For
OPC 53 & PPC)
(c) M/s Chettinad Cement Corporation Ltd (d) Ambuja Cement
(Brand: “CHETTINAD CEMENT”) (Brand : “AMBUJA”) (For
(For OPC 43 & PPC) ALL)
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 150
PARTICULAR SPECIFICATIONS

(e) M/s Dalmia Cement (Bharat) Ltd (f) M/s My Home Industries Ltd
(Brand : “DALMIA”, “KONARK”) (Brand : “MAHA CEMENT”)
(For ALL) (For OPC 43, PPC & PSC)
(g) J K Lakshmi Cement Ltd (h) M/S Wonder Cement Ltd
(Brand : “J K LAKSHMI”) (For ALL) (Brand : “WONDER CEMENT”)
(For OPC 43, 53 & PPC)
(i) M/s Parasakti Cements Ltd (j) M/s Shree Guru kripa Cement (Pvt) Ltd
(Brand : “PRASAKTI”) (Brand : “SARTAJ”)
(For OPC 43 & PPC) (For OPC 43 & PPC)
(k) M/s Ultra Tech Cement Ltd (l) The India Cement (For ALL)
(Brand:“ULTRATECH”) (For ALL)
(m) Saurashtra cement (n) Nuvoco Vistas Corporation Ltd (Formally
(Brand : “SAURASHTRA”) Lafarge Cement)
(For ALL) (Brand : “NUVOCO”) (For All)
(o) Jaypee Rewa Cement (p) The Associated Cement Companies Ltd
(Brand : “JAYPEE”) (For ALL) (Brand : “ACC”) (For ALL)
(q) JK Cement (r) Century Cements
(Brand : “J K”) (For ALL) (Brand : “CENTURY”) (For ALL)
(s) Shree Cement (t) Mangalam Cement Ltd
(Brand : “SHREE”) (For ALL) (Brand : “MANGALAM”) (For ALL)
(u) Birla Corporation Ltd (v) Orient Cement
(Brand : “BIRLA”) (For ALL) (Brand : “ORIENT”) (For ALL)
(w) M/s Kesoram Industries ltd (x) M/s JSW Cement Ltd.
(Brand: “ BIRLA SHAKTI”) (Brand: “ JSW PSC”)
(For OPC 43, OPC 53 & PPC) (For PSC)

The Contractor shall furnish, the particulars of the manufacturer of cement alongwith the date of
manufacture to the Garrison Engineer for every lot of cement separately. The cement so
brought shall be fresh and in no case older than 60 days from the date of manufacture. The
document in support of the purchase of cement shall be verified by the Garrison Engineer.
Before placing the order for supply of cement by the contractor, he shall obtain written approval
from the GE regarding name of manufacturer, quantity of cement etc. Cement shall be
procured for minimum requirement of one month and not exceeding the requirement of the
same for more than two months at a time. The cement shall be consumed in the work within
three months after receipt. Cement shall conform to the requirement of Indian Standard
specification and each bag of cement shall bear relevant ISI certification mark. The weight of
each consignment shall be verified by the GE and recorded. The content of cement shall be
checked at random to verify the actual weight of cement per bag. However the content of
cement per bag shall be 50 Kg only subject to tolerance given in clause 9.2.2.1 and Annexure
‘B’ of IS -8112 of 89.

1.3 TESTING OF CEMENT

(A) The contractor shall submit the manufacturer’s test certificate in original alongwith test
sheet giving the result of each physical test as applicable and the chemical composition of the
cement or authenticated copy thereof, duly signed by the manufacture with each consignment,
as per the following IS provision :-
(a) Method of sampling hydraulic cement as per IS-3535-1986.

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

(c) Method of chemical analysis of hydraulic cement as per IS-4032-1985.

The test certificate and test sheet shall be furnished with each batch of cement. The Engineer-
in-Charge shall record these details in cement acceptance register to be maintained by him,
which will be signed by JE (Civil), EIC, GE and the Contractors as given in the format hereinafter
for verification.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 151
PARTICULAR SPECIFICATIONS
(B) The contractor shall however, organise setting time and a compressive strength test of
cement through designated laboratory on samples collected from the lot brought at site before
incorporation in work. The contractor will be allowed to use the cement only after satisfactory
compressive strength of seven days. To meet this requirement Contractor is required to keep
minimum 20 days stock before any new lot brought at site which can be used in the work. The
Contractor shall be required to remove the cement not meeting the requirement from site within
24 Hours. Seven day strength test will be relied upon to accept the lot of cement to commence
the work. However 28 days compressive strength test will be the final criteria to accept/reject the
lot.

(C) The GE shall carryout independent testing as per the tests mentioned in the `CEMENT
SUPPLY/ACCEPTANCE FORM` (Annexure ‘A’) of random samples of cement drawn from
various lots, if sample fails in 7 days compressive strength, the testing shall be carried out
through National Test House/ SEMT/ CME/ Regional Research Laboratories/ Govt. approved
Laboratories/ Zonal laboratories/ as per IS -3535-1986 (Method of samplinghydraulic cement)
and IS-4031 (method of physical test for hydraulic cement) and IS-4032-1985 (method of
chemical analysis of hydraulic cement) referred to above . The decision as to where the testing
of cement is to be done shall be taken by GE. In case the cement is not of requisite standard
despite manufacturer’s test certificate, the contractor shall remove the total consignment from
the site at his own cost after written rejection order of the consignment by the GE.

(D) The random samples as per relevant IS shall be selected by GE before carrying out
testing. The record of such samples selected by the GE for testing shall be properly
maintained in the `cement Testing Register’ giving cross reference to relevant consignment of
cement and quantity received etc.

1.4 TESTING CHARGES : Cost of transportation of samples to the approved laboratory /


test house and all testing charges including cost of sample shall be borne by the contractor.

(A) The contractor shall be required to set up adequate testing facilities at site to entire
satisfaction of Garrison Engineer for conducting setting time test and compressive strength test
as per IS codes referred to herein before for the samples collected from the lot brought at site.
The tests shall be carried out jointly within 7 days of receipt of cement at site. These tests can
alternatively be carried out at the Zonal Laboratory or any other recognized Laboratory so
designated by GE. The entire cost of testing shall be borne by the contractor irrespective of the
fact that the result are satisfactory or not. Recovery at the under mentioned rates shall be made
for tests carried out in Zonal Laboratory of MES :-

(a) Setting Time. : Rs. 100 per test per sample of cement.

(b) Compressive strength for : Rs. 300 per sample of three cubes.
sample of three cubes.

1.5 The Contractor shall submit original purchase vouchers 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 alonglwith the relevant documents to ensure the
requirements as mentioned hereinbefore, before acceptance.

(A) The original purchase vouchers and the test certificates shall be verified for subject
contract and defaced by the Engineer-in-Charge and kept on record in the office of the Garrison
Engineer duly authenticated and with cross reference to the consignment / control number
recorded in the Cement Acceptance Register. The cement Acceptance Register shall be
signed by the Junior Engineer (Civil), Engineer -in- Charge, GE and the Contractor. The
Contractor shall maintain schedule of supply of cement for each consignment. Cement when
tested as per IS 4031, initial setting time shall not be less than 30 minutes and final setting time
shall not be more than 600 minutes.

(B) The Accepting Officer may order a board of officers for random check of cement and
verification of connected documents during the currency of contract.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 152
PARTICULAR SPECIFICATIONS

1.6 STORAGE / ACCOUNTING AND PRESERVATION OF CEMENT

(A) Cement shall be stored In covered godown 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 room, the stack should be at least 20 cm away from floors and walls. The stacking of
cement shall be done as specified in relevant IS. The storage accounting and preservation of
cement supplied by the Contractor shall be done as per standard engineer practice till the same
is incorporated in the work and the cost of the same shall be deemed to be included in the unit
rates/ amount quoted by the tenderer.

(B) The Engineer - in - Charge shall inspect once a day to verify that cement lying at site is
stored, accounted preserved and maintained as per norms. The cement shall be stored so as
to differentiate each tested and untested consignment separately with distinct identifications. If
the GE is not satisfied with the storage /preservation of cement, he may order for any test(s) of
cement as applicable for that consignment to ensure its conformity to the quality mentioned in
the manufacturer’s test certificate. The Contractor shall bear the cost of necessary testing (s) in
this regard also and no claim whatsoever shall be entertained.

Staking of cement shall done as per relevant IS and as under :-

(a) Each cement consignment shall be stacked separately and removal shall be made on the
basis of `First In First out’.

(b) Adequate top cover will be provided.

(c) Stacks in no case shall be higher than 12 bags. The maximum width of each stack shall
be 3.0m. If the stack is to be more than 7 or 8 bags high, the bags shall be arranged in header
and stretcher fashion, ie. alternately lengthwise and cross wise so as to tie the piles together
and lesser the danger of topping over.

(d) Adequate space shall be kept between two stacks.

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

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

(E) Cement shall be removed from the store only according to daily requirement with the
knowledge of both the parties and daily consumption of cement shall be recorded in cement
consumption register which shall be signed by the Engineer-in-Charge and the contractor.
Cement constants given in Appx ‘A’ to E-in-C’s Branch letter No. 19280/E8 dated 03 May 1976
shall form the basis of consumption of cement for various items of works unless specifically
indicated otherwise.

(F) In case the consumption of cement as per cement consumption register is found to be
more than the estimated quantity of cement due to whatsoever reason, the contractor shall not
have any claim whatsoever for such excess consumption of cement.
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 153
PARTICULAR SPECIFICATIONS
1.7 MEASUREMENTS AND PAYMENT OF CEMENT
(A) The entire quantity of cement brought at site shall also be suitably recorded in the
measurement Book for record purposes as ‘Not to be abstracted‘ before incorporation in the
work and shall be signed by the Engineer-in-Charge and the Contractor.

(B) The payment shall only be allowed after production of original purchase vouchers,
certified copies of test certificates from the manufacturer for each consignment and results of
testing carried out in laboratory on receipt of cement (7 days compressive test) are found
satisfactory after testing as specified hereinbefore. Cement shall be paid as materiel lying at
site as per Condition 64 of IAFW-2249.Rate of cement given in SSR shall be applicable for
cement irrespective of grade of cement specified for use in the work.

1.8 PORTLAND POZOLANA CEMENT:


Portland Pozolana Cement conforming to IS:1489 of 1991 and shall be procured by contractor
at his own cost. PortlandPozolana Cement shall not be used for water retaining structures.

1.8.1 The following condition shall have to be satisfied before PPC can be allowed to be used
in the work :-

(a) PPC should meet the strength criteria of 43 grade OPC as laid down IS 8112 – 1989.

(b) The minimum period before striking off form work while using PPC shall be as given in
PS clause here-in-after.

(c) In cold climate region where temperature is lower than 15 degree Centigrade only OPC
shall be used.

(d) Mixing of OPC & PPC shall not be allowed in a work. However with the strict control of
ground executives different building can have different types of cement.

(e) While procuring PPC, the following requirement 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 approved 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 1000 degree centigrade should be used.”

Signature of contractor Dy. Dir (Contracts)


Dated. For Accepting Officer
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 154
PARTICULAR SPECIFICATIONS
Annexure `A’

CEMENT SUPPLY AND ACCEPTANCE FORM

Contract No. :

Name of Work : :

Control No. : Date:

Details of purchase:

(i) Particulars of manufacturer :

(ii) Details of supplier (if any) :

Details of test certificate:

(i) No. and date :

(ii) Particulars of Issuing Authority :

Sl. Nomenclature IS ref Sampling as per Physical Chemical Remarks


No. IS-3535-1980 test as per analysis as
IS-4031 per IS-
4032
1 2 3 4 5 6 7

*As ordered

Remarks with Signature

JE
Engineer-in-Charge
Contractor
Accepted/Rejected
Remarks of GE/Inspecting Officer/CE
CA NO CEPZ/MUM/TOKEN-01 OF 2023-24 SERIAL PAGE NO 155
PARTICULAR SPECIFICATIONS

APPENDIX ‘B’

SOURCE OF LOCAL MATERIAL

STATION: COLABA, MUMBAI

(a) Bricks : Local (Best Quality).

(b) Stone for masonry/ Road : Local

(c) Stone aggregate for concrete : Local

(d) Sand. : Local

NOTES:

(i) Sources indicated above are for guidance only. The contractor may at his discretion
procure materials from other sources without any extra cost to Govt. provided they conform to /
are superior to the samples of materials kept in GE’s office and source is approved by GE.

(ii) Sources of materials shall be as given as above or in the vicinity there of. 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 for its distance from site of
works.

(iii) 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.

Signature of contractor Dy. Dir (Contracts)


Dated. For Accepting Officer
CA NO. CEPZ/MUM/TOKEN-01 OF 2023-24 Srl Page No. 156

Appendix ‘C’
APPROVED LIST OF PRODUCTSAND MAKES/BRANDS/MANUFACTURERS
Ser No Items Make/Brand/Manufacturers
1 2 3
B/R ITEMS
Concrete
1. Ready Mix Concrete (RMC) 1 Lafarge
2 Ultra Tech
3 ACC
4 RMC Ready Mix/Prism RMC
5 Ramco

2. Water Proofing Compound 1 Pidilite Industries Ltd


2 FOSROC
3 Dr Fixit

3. Vitrified Tiles /Heavy duty 1 Johnson marbonite


exterior Vitrified tiles/Anti slip 2 Kajaria
Vitrified tiles 3 Somany
4 AGL Tiles
5 RAK Ceramic Ltd
6 Orient Bell Ltd

4. Distemper Oil Emulsion/Acrylic 1 Nerolac


Washable Distemper/Acrylic 2 Berger Paints
Emulsion Distemper/ Plastic 3 Dulux ( Akzonobel)
Emulsion Paint 4 Asian Paints

5. Light fittings LED 1 Phillips


2 Wipro
3 Bajaj
4 Havells
5 Jaquar

6. DBs/MCB(Miniature Circuit 1 Larsen &Tubro


Breakers & MCCB(Moulded 2 ABB
Case Circuit Breakers) 3 Siemens
4 Schneider
5 Havells
6 Legrand
7 Indo ASIAN
8 C & S Electric

7. PVC insulated Copper/ 1 Havells


Aluminum Cables 1100 Volts of 2 Finolex
all types 3 Nicco
4 Plaza
5 Anchor
6 Polycab
7 RPG
8 GLOSTER
9 RR Kabel
10 KEI
NOTES
(i) Materials to be incorporated in the work shall be superior/1st quality of the makes given above.
(ii) Items shall be considered which ever is applicable only.
(iii) Sources indicated are only for guidance and approval of the Garrison Engineer shall be taken
prior to procurement of materials and its incorporation.
(iv) The tender shall amongst other things also ascertain all information such as royalities, taxes
duties and other charges. etc on the materials and no additional payment shall be made on account
of the foregoing.
(v) Sources of materials shall be as 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 of its distance from site of works.

__________________________
SIGNATURE OF CONTRACTOR Dy Dir (Contracts)
DATED : FOR ACCEPTING OFFICER
CA NO. CEPZ/MUM/TOKEN-01 OF 2023-24 Srl Page No. 157

Appendix 'D'

MATERIALANDTHEIR TESTS
RECOVERYRATES OFTESTING CHARGES

Sl. Materials Test Method Frequency of Tests Level Rate Remark


No of of per s
testing test test
Rs.Ps
1. Bricks (i) IS-3495 As per (IS-5454) as given ‘A’ 330/- Checks
Compressive (Part-II) under : for
strength Lot Sample Permissible visual
Size Size No of and
Defective dimensi
Bricks onal
(ii) Water IS-3495 1001 5 0 ‘A’ 330/- charact
Absorption (Part-II) to eristics
10000 shall
(iii) IS-3495 10001 10 0 ‘A’ 330/- also be
Efflorescence (Part-I) to carried
35000 out as
35001 15 1 per
to IS:5454
50000
2. Coarse (i) Sieve IS:2386 One test for every 15 cu. m of ‘A’ 660/-
aggregate analysis (Part-I) aggregates or part thereof
brought to site
(ii) --do-- -do- ‘A’ 250/-
Flakiness
Index
(iii) --do-- One test for every 100 cu. m ‘A’ 600/-
Estimation of of or part thereof
deleterious
materials
(iv) Organic --do-- One test per source of supply ‘C’ 275/-
impurities
(v) Moisture --do-- Regularly as required ‘A’ 330/-
content (Part-II)
(vi) Specific --do-- One test for each source of ‘B’ 330/-
gravity (Part-II) supply.
3. Fine (i) Sieve IS:2386 One test for every 15cu.m of ‘A’ 660/-
Aggregate analysis (Part-I) FA or part when brought to
site.
(ii) Test for IS:2386 --do-- ‘A’ 500/-
clay, silt and (Part-II)
impurities
(iii) Specific One for each source of ‘B’ 330/-
gravity. supply
(iv) Moisture Regularly as required subject ‘A’ 330/-
content to 2 tests/day when being
used.
(v)Test for One test for each source of ‘C’ 275/-
organic supply.
impurities
4. Cement (i) Setting IS:4031- Once for each consignment ‘B’ 500/-
time 63 or as and when required.
(ii) affirmed --do-- ‘B’ 550/-
Soundness 1980
(iii) --do-- ‘B’ 550/-
Compressive
strength
(iv) Fineness -do- ‘B’ 275/-
CA NO. CEPZ/MUM/TOKEN-01 OF 2023-24 Srl Page No. 158

Appendix 'D' (Contd…)

Sl. Materials Test Method Frequency of Tests Level Rate Remarks


No of testing of test per test
Rs.Ps
5. Structural (i) Slump test IS:1199 The minimum frequency ‘A’ 300/- (i)
concrete (OR) of sampling of concrete Random
(M-15 Compacting of each grade shall be as sampling
grade factor Test under: shall be
and (OR) Qty of No of carried out
above) Vee-Bee concrete samples to cover
Time. in the work all mix
1 to 5 1 units.
6 to 15 2
(ii) IS : 516 16 to 30 3 ‘A’ 900/- (ii) Refer
Compressive 31 to 50 4 IS 456-
strength 50 and 4+1for each 2000
above addl50cum clause 14
or part for
thereof frequency
of
sampling.
6. (a) PCC (i) IS:2156- 8 Blocks out of 14 ‘A’ 900/- Samples :
Blocks Compressive 1984 14 blocks
for strength (Appx from
walling ‘B’) consignm
(Hollow (ii) Water --do-- 3 Blocks out of 14 ‘B’ 330/- ent of
Block) absorption (Appx every
‘E’) 5000
(ii) Density --do-- 3 Blocks out of 14 ‘B’ 330/- blocks
(Appx or part
‘A’) thereof.
(b) PCC (i) IS:2185 12 Blocks out of 18 ‘A’ 900/- Samples :
Solid Compressive 18 blocks
blocks for strength from
walling (ii) Water --do-- 3 Blocks out of 18 ‘B’ 330/- consignm
absorption ent of
(ii) Density --do-- 3 Blocks out of 18 ‘B’ 330/- every
5000
blocks
or part
thereof.
These
blocks to
be
checked
for
dimension
& weight.
7. Cement (i) Water IS-1237. 6 tiles out of 18 ‘B’ 330/- Samples:
flooring absorption (Appx ‘D’) 18 tiles
tiles/ from each
Terrazzo (ii) Wet --do-- 6 tiles out of 18 ‘B’ 600/- source of
tiles transverse (Appx ‘E’) supply
strength selected
(iii) --do-- 6 tiles out of 18 ‘C’ 1000/- at random.
Resistance to (Appx ‘F’)
wear
CA NO. CEPZ/MUM/TOKEN-01 OF 2023-24 Srl Page No. 159

Appendix 'D' (Contd…)

Sl. Materials Test Method Frequency of Tests Level Rate Remarks


No of testing of test per
test
Rs.Ps
8. Burnt (i) Water IS : 3495 6 tiles out of 12 ‘B’ 216/- Sample:
clay absorption (Part-II) 12 tiles
roofing (ii) --do— 6 tiles out of 12 ‘A’ 180/- from each
tiles Compressive (Part-I) source of
(hand strength supply
made) As selected
per IS : at random.
2690
(Part-II)
Length
150 mm
to 250
mm,
width
100mm
to
200mm,
thickness
35mm to
50mm
9. Mangalor (i) Water IS:654 6 tiles out of 32 ‘B’ 180/- Sample:
e pattern absorption (Appx 32 tiles
roofing 'A') from each
tiles consignm
(ii) Breaking --do-- 6 tiles out of 32 ‘B’ 120/- ent of
load (Appx 3000 tiles
‘C’) or part
thereof.
These
tiles shall
be
checked
for
dimension
..
10 Timber (i) Specific IS : 1708 Minimum 3 samples from ‘B’ 120/-
gravity and a lot of 4 cu. m or 250
weight pieces of seasoned
timber.
(ii) Moisture --do-- --do-- ‘A’ 120/-
content
11 Water for (i) Test for IS : 456 Once at the stage of ‘B’ 500/- Also refer
constructi acidity & 3015 approval of source of clause 4.3
-on water of IS: 456
purposes (ii) Test for --do-- --do-- ‘B’ 500/- and its
alkalinity subseque
(iii) Test for --do-- --do-- ‘C’ 500/- nt sub
solid content clauses
regarding
suitability
of water.
12 Welding Visual IS : 822 100% by visual inspection Work 360/- Specialise
of steel Inspection Clause site d tests,
work test 7.1 their
method
and
frequency
to be
CA NO. CEPZ/MUM/TOKEN-01 OF 2023-24 Srl Page No. 160

Appendix 'D' (Contd…)


Sl. Materials Test Method Frequency of Tests Level Rate Remarks
No of testing of test per
test
Rs.Ps
12 (Contd…) decided on
consideratio
n of
theirimporta
nce by the
Accepting
Officer
13 Timber (a) IS:1003 Frequency of sampling ‘A’ 180/-
panelled Dimensions, (Part-I) from each lot shall be as
and sizes, under:
glazed Workmanship Lot Size Sample
Door/ and finish size
Window 26 to 50 5
shutters 51 to 100 8
(including 101 to 150 13
factory 151 to 300 20
made 301 to 500 32
shutters )
501 to 1000 50
1001 &above 80
(b) Strength From each lot 5% of the
test factory made shutters
(i) Slamming IS:1003 shall be manufacturer
(ii) Impact --do— tested for strength tests.
Indentation
(iii) Shock --do—
Resistance
(iv) Edge --do--
Loading
14 Plywood Moisture IS:1734 Six test pieces cut from ‘C’ 240/- Sampling
(IS:303) content (Part-I) each of the boards shall be as
selected as per table per IS: 7835
shall be subjected to tables.
tests.
15 Wood (a) Density IS:2360 Three test specimen ‘A’ 60/- Sampling
particle (Part-III) from each sample (Size shall be as
board 150mm x75mm) per
(Medium (b) Moisture --do-- --do-- ‘A’ & 60/- IS:3487-
density content ‘B’ with
IS:3097 ) (c) Water --do— --do-- ‘A’ 60/- moisture
absorption (Part-16) (Size 300mm x300mm) metre.
(d) Swelling --do— --do— ‘A’ 60/-
due to (Part-17) (Size 125mm x100mm)
surface
absorption
(e) Swelling --do-- --do— ‘A’ 60/-
in water (Size 200 mm x 100mm)
(f) Modulus of --do— Three test specimens as ‘B’ 90/-
rupture (Part-4) per IS:2380
(g) Screw --do— --do -- ‘C’ 120/-
withdrawal (Part-4) As per IS:2385
strength
16 Reinforc (i) Physical test upto 16mm dia (Normal mass, ‘B’ 2500/-
ement tensile elongation, bend and rebend)
steel (ii) Ditto- More than 16mm dia ‘B’ 2750/-
Legend
A :Site Lab.
B :MES Lab/Zonal Lab/Command Test Lab.
C :NABL Accredited Lab/IIT/Engineering College.

SIGNATURE OF CONTRACTOR Dy DIR (CONTRACTS)


Date: FOR ACCEPTING OFFICER

You might also like