+ All Categories
Home > Documents > SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) -...

SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) -...

Date post: 10-Mar-2020
Category:
Upload: others
View: 7 times
Download: 0 times
Share this document with a friend
41
Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders will have to quote their rates considering the actual requirement for the completion of the work in all respect. Prior to quoting the rates, bidders are supposed to visit and inspect the proposed location of the work site. West Bengal Housing infrastructure Development Corporation Ltd. invites application from competent bonafide, resourceful, experienced and reputed engineering firms having experience in multistoried institutional/memorial building construction with Pile foundation with Auditorium of at least 200 seating capacity, Exhibition hall, cinema hall, entire electrification work[external and internal].HVAC system, fire fighting system, using VAM technology for air conditioning and Flow form technology for fountain, transformer, D G set, cafeteria, underground Water Tank, Fire Pump Room, electrical substation, car parking, landscaping etc. WBHIDCO will provide all final design drawings for structure. The agency will prepare necessary fabrication drawings and got it approved by the department prior to taking up fabrication. Necessary methodology for erection of different steel girders and design drawing for staging & shuttering will be prepared by the agency and got to be approved by the department prior to work. The agency will prepare QAP for all RCC work and steel structural work and road work. All necessary testing for ensuring quality of structure as well as different materials will be done by the agency as per the approved QAP in presence of departmental staff and 3 rd Party quality assurance plan implementing agency engaged by WBHIDCO. All arrangements for such testing or checking and cost thereof will be borne by the agency. All the work and specifications will be guided as per the approved drawings, BOQ items, tender specifications, PWD(Roads) Schedule and MOSRT&H (5 th edition). 2) Definition of Engineer-in-Charge and commencement of work: The word “Engineer-in-Charge” means the concerned General Manager (Engg). The word “Department” appearing anywhere in the tender documents means WBHIDCO LTD, who have jurisdiction, administrative or executive, over part or whole of the works forming the subject matter of the tender or contract. The word “approved” appearing anywhere in the documents means approved by the Engineer-in-Charge. In case, the work is transferred to any other General Manager (Engg.) under whom the work will be executed should be treated as the Engineer-in-Charge. The work shall have to be taken up within seven days of the receipt of the work order or otherwise mentioned therein. Failure to do so will constitute a violation of the contract stipulation as regards of proportionate progress and timely completion of work and the contractor will thereby make himself liable to pay compensation or other penal action as per stipulation of the printed tender form. Besides the supervision by the team of General Manager (Engg.) – II, all the electrical works will be looked after by General Manager (Electrical) and his team as and when necessary. 3) Terms & Conditions in extended period: As per Clause 5 of HIDCO F. No. 2911 (ii) if an extension of time for completion of the work is granted by the Engineer- in-Charge for cogent reasons for which the contractor have no control, it will be taken for granted by the working contractor that the validity of the contract is extended automatically upto the extended period with all terms and conditions, rates etc. remaining unaltered, i.e., the tender is revalidated upto the extended period. 4) Co—operative with other agencies, damages and safety of road users: All works are to be carried out in close co-operation with the Department and other contractor(s) that may be working in the area of work. The work should also be carried out with due regard to the convenience of the road users and occupants of the adjacent locality, if any. All arrangements and programme of work must be adjusted accordingly. All precautions must be taken to guard against chances of injury or accidents to workers, road users, occupants of the adjacent locality, etc. The contractor must see that all damages to any property which, in the opinion of the Engineer-in- Charge, are due to the negligence of the contractor are promptly rectified by the contractor at his own cost and expenses and according to the direction and satisfaction of the Engineer-in-Charge. 5) Transportation arrangement: The contractor shall arrange for all means of transport required for carriage and supply of materials and also the materials required for the construction work. The contractor must consider this aspect while quoting rate. 6) (a) Contractor’s Site Office: The contractor shall have an office adjacent to the work as may be approved by the Engineer-in-Charge where all directions and notice of any kind whatsoever, which the Engineer-in-Charge or his representative may desire to give to the contractor in connection with the contract, may be left or sent by post to such office or delivered to the contractor’s authorized agent or representative. For such intimation to the contractor’s site office, it shall be deemed to be sufficient enough to be served upon the contractor.
Transcript
Page 1: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

SECTION – C

Special Terms and Conditions

1)

General:

The bidders will have to quote their rates considering the actual requirement for the completion of the work in all respect. Prior to quoting the rates, bidders are supposed to visit and inspect the proposed location of the work site.

West Bengal Housing infrastructure Development Corporation Ltd. invites application from competent bonafide, resourceful, experienced and reputed engineering firms having experience in multistoried institutional/memorial building construction with Pile foundation with Auditorium of at least 200 seating capacity, Exhibition hall, cinema hall, entire electrification work[external and internal].HVAC system, fire fighting system, using VAM technology for air conditioning and Flow form technology for fountain, transformer, D G set, cafeteria, underground Water Tank, Fire Pump Room, electrical substation, car parking, landscaping etc.

WBHIDCO will provide all final design drawings for structure. The agency will prepare necessary fabrication drawings and got it approved by the department prior to taking up fabrication. Necessary methodology for erection of different steel girders and design drawing for staging & shuttering will be prepared by the agency and got to be approved by the department prior to work.

The agency will prepare QAP for all RCC work and steel structural work and road work. All necessary testing for ensuring quality of structure as well as different materials will be done by the agency as per the approved QAP in presence of departmental staff and 3rd Party quality assurance plan implementing agency engaged by WBHIDCO. All arrangements for such testing or checking and cost thereof will be borne by the agency.

All the work and specifications will be guided as per the approved drawings, BOQ items, tender specifications, PWD(Roads) Schedule and MOSRT&H (5th edition).

2) Definition of Engineer-in-Charge and commencement of work:

The word “Engineer-in-Charge” means the concerned General Manager (Engg). The word “Department” appearing anywhere in the tender documents means WBHIDCO LTD, who have jurisdiction, administrative or executive, over part or whole of the works forming the subject matter of the tender or contract. The word “approved” appearing anywhere in the documents means approved by the Engineer-in-Charge. In case, the work is transferred to any other General Manager (Engg.) under whom the work will be executed should be treated as the Engineer-in-Charge. The work shall have to be taken up within seven days of the receipt of the work order or otherwise mentioned therein. Failure to do so will constitute a violation of the contract stipulation as regards of proportionate progress and timely completion of work and the contractor will thereby make himself liable to pay compensation or other penal action as per stipulation of the printed tender form.

Besides the supervision by the team of General Manager (Engg.) – II, all the electrical works will be looked after by General Manager (Electrical) and his team as and when necessary.

3) Terms & Conditions in extended period:

As per Clause 5 of HIDCO F. No. 2911 (ii) if an extension of time for completion of the work is granted by the Engineer-in-Charge for cogent reasons for which the contractor have no control, it will be taken for granted by the working contractor that the validity of the contract is extended automatically upto the extended period with all terms and conditions, rates etc. remaining unaltered, i.e., the tender is revalidated upto the extended period.

4) Co—operative with other agencies, damages and safety of road users:

All works are to be carried out in close co-operation with the Department and other contractor(s) that may be working in the area of work. The work should also be carried out with due regard to the convenience of the road users and occupants of the adjacent locality, if any. All arrangements and programme of work must be adjusted accordingly. All precautions must be taken to guard against chances of injury or accidents to workers, road users, occupants of the adjacent locality, etc. The contractor must see that all damages to any property which, in the opinion of the Engineer-in-Charge, are due to the negligence of the contractor are promptly rectified by the contractor at his own cost and expenses and according to the direction and satisfaction of the Engineer-in-Charge.

5) Transportation arrangement:

The contractor shall arrange for all means of transport required for carriage and supply of materials and also the materials required for the construction work. The contractor must consider this aspect while quoting rate.

6) (a) Contractor’s Site Office:

The contractor shall have an office adjacent to the work as may be approved by the Engineer-in-Charge where all directions and notice of any kind whatsoever, which the Engineer-in-Charge or his representative may desire to give to the contractor in connection with the contract, may be left or sent by post to such office or delivered to the contractor’s authorized agent or representative. For such intimation to the contractor’s site office, it shall be deemed to be sufficient enough to be served upon the contractor.

Page 2: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

(b) Client’s Office : Beside the Contractor’s site office the agency / contractor will also provide furnished accommodation for Client’s Engineers, Supervisors, Meeting Room etc. Contractor will provide Office space for Third Party agency engaged by Client. No separate payment will be allowed for such accommodation. After completion of work all the furnitures, electrical fittings, computer etc. will be taken back by the agency.

7) Incidental and other charges:

The cost of all materials, hire charges to tools and plants, labour, Corporation / Municipal fees for water supply, royalty for materials (if any), electricity and other charges of Municipalities or statutory local bodies, ferry charges, toll charges, loading and unloading charges, handling chargers, overhead charges and other charges like Sales Tax (Central and/or State), Income Tax, Octroi Duty / Terminal Tax, Turnover Tax, VAT, etc. will be deemed to have been covered by the rates quoted by the contractor. Temporary diversion of existing services like road, water etc. to be maintained by the agency. All other charges for the execution of the specified work, including supply of materials and related carriage, complete or finished in all respect upto the entire satisfaction of the Engineer-in-Charge of the work. No extra claim in this regard beyond the specified rate as per work schedule whatsoever in this respect will be entertained.

8) Authorized Representative of Contractor:

The contractor shall not assign the agreement or sublet any portion of the work. The contractor may however, appoint an authorized representative in respect of one or more of the following purpose only.

i) General day to day management of work.

ii) To give requisition for departmental materials, Tools & Plants, etc. and to receive the same and sign hand receipts thereof.

iii) To attend measurements when taken by the Departmental Officers and sign the records of such measurements which will be token of acceptance by the contractor.

iv) The selection of the authorized representative shall be subject to the prior approval of the Engineer-in-Charge concerned and the contractor shall in writing seek such approval of the Engineer-in-Charge giving therein the name of work, Tender No., the Name, Address and the specimen signature of the representative whom he wants to appoint and the specific purposes as specified here-in-above, for which the representative will be authorized. Even after first approval, the Engineer-in-Charge may issue at any subsequent date, revised directions about such authorized representative and the contractor shall be bound to abide by such directions. The Engineer-in-Charge shall not be bound to assign any reason for his revised directions. Any notice, correspondences, etc. issued to the authorized representative or left at his address, will be deemed to have been issued to the contractor.

v) Power of Attorney: The Provision of the power of attorney, if any, must be subject to the approval of the Department. Otherwise the Department shall not be bound to take cognizance of such power of attorney.

9) Extension of time:

For cogent reasons over which the contractor have no control and which will retard the progress, extension of time for the period lost will be granted on receipt of application from the contractor before the expiry date of contract. No claim whatsoever for idle labour, additional establishment, enhanced cost of materials and labour and hire charges of tools & plants, etc. would be entertained under any circumstances. The contractor should consider the above factor while quoting his rate. Applications for such extension of time should be submitted by the contractor in the manner indicated in Clause-5 of the printed form of HIDCO.2911.

10) Contractor’s Go-down:

The contractor must provide suitable go-downs for cement and other materials at the site of work. The cement go-down is to be sufficient in capacity and it must be water tight with either an elevated floor with proper ventilation arrangement underneath the floor or if solid raised floor is made, cement is to be stored on bamboo or timber dunnage to the satisfaction of the Engineer-in-Charge. No separate payment will be made for these go-downs or for the store yard. Cement, which is found at the time of use to have been damaged, shall be rejected and must immediately be removed from the site by the contractor as per direction of the Engineer-in-Charge.

The concrete work, as laid down in the BOQ, is complete with necessary shuttering & staging work. All concrete for this construction work (foundation, sub-structure and super-structure) are to be produced by Batching Plant (minimum capacity CP 30). The agency will have to install such necessary plant at their own cost and responsibility.

11) Arrangement of Land:

The contractor will arrange land for installation of Plants and Machineries, go-down, storeyard, laboratory, site office, labour camp etc. at his own cost for the execution of the work. If land is available with the department, then the agency may take it on rent.

12) Work Order Book:

The contractor shall within seven days of receipt of the order to take up work, supply at his own cost one Work Order Book to Sub-Divisional Officer / Assistant Engineer Concerned, who is authorized to receive and keep in custody the Work Order Book on behalf of the Engineer-in-Charge. The Work Order Book shall be kept at the site of work under the custody of Sub-Divisional Officer / Assistant Engineer or his authorized representative. The Work Order Book shall have machine numbered pages in triplicates. Directions or instruction from Departmental officers to be issued to the Contractor will be entered (in triplicate) in the Work Order Book (except when such directions or instructions are given by separate letters). The contractor or his authorized representative shall regularly note the entries made in the Work Order

Page 3: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Book and also record thereon the action taken or being taken by him complying with the said directions or instruction on any relevant point relating to the work. The contractor or his authorized representative may take away the triplicate page of the Work Order Book for his own record and guidance.

Cases of supplementary items or any claims may not be entertained unless supported by entries in the Work Order Book or any written order from the Tender Accepting Authority.

The first page of the Work Order Book shall contain the following particulars:

i) Name of the Work.

ii) Reference to contract number.

iii) Contractual rate in percentage.

iv) Date of opening of the Work Order Book.

v) Name and address of the Contractor.

vi) Signature of the Contractor.

vii) Name & address of the Authorized representative (if any).

viii) Specific purpose(s) for which the contractor’s representative is authorized to act on behalf of the Contractor.

ix) Signature of the authorized representative duly attested by the Contractor.

x) Signature of the Sub-Divisional Officer / Assistant Engineer concerned.

xi) Date of actual completion of work.

xii) Date of recording final measurement.

Entries in (xi) & (xii) above shall be filled in on completion of the work and before the Work Order Book is recorded in the Office of The Sub-Divisional Officer / Assistant Engineer.

13) Clearing of Materials:

Before starting any work, work site, where necessary, must be properly dressed after cutting clearing all varieties of jungles, shrubs, bamboo clusters or any undesirable vegetation from the alignment or site of works. On completion of works all temporary structure or obstruction including pipes in underground work, if any, must also be removed. All scars of construction shall be obliterated and the whole site shall be left in a clear and neat manner to the satisfaction of the Engineer-in-Charge. No separate payment shall be made for all these works, the cost thereof being deemed to have been included in the rates of various items of works quoted by the contractor in the schedule of probable items of works.

14) (a) Sundry Materials:

The contractor must erect temporary pillars, master pillars, etc. as may be required in suitable places as directed by the Engineer-in-Charge at his own cost before starting and during the work by which the departmental staff will check levels, layout of different works and fix up alignment and the contractor shall have to maintain and protect the same till completion of the work. All machineries and equipments like Level Machine, Staff, Theodalite etc. and other sundry material like, pegs, strings, nails, flakes, instruments, etc. and also skilled labour required for setting out the levels, laying out different structures, etc. shall also be supplied by the contractor as per direction of Engineer-in-Charge at his own cost.

(b) Record Measurement:

i) The contractor shall measure the work done according to the guidelines of this tender document and PWD mode of practice and enter into their measurement book or, in booklet form after joint measurement with field Engineers of HIDCO and sign and submit it in triplicate to the engineer in charge for verification and certification and for subsequent payment of bills. If in a particular case, no guideline for made of measurement is available, then the decision of the EIC in consultation with the consultant or competent authority will be final.

ii) If any alterations or additions (other than those authorized) have been covered up by the Contractor without his having given notice of this intention to do so, the engineer in charge shall be entitled to appraise the value thereof and in the event of any dispute the decision of the Employer thereon shall be final and binding.

iii) The measurement and valuation in respect of the contract shall be completed within three months of the completion of the contract works.

iv) The price quoted by the contractor will be considered sacrosanct and the final project cost. The payment to the accepted bidder will be made on the basis of joint measurement by the authorized representative of the agency and the field Engineers of HIDCO.

15) Supplementary / Additional items of Works:

Notwithstanding the provisions made in the related printed tender form, any item of work which can legitimately be considered as not stipulated in the specific price schedule of probable items of work but has become necessary as a reasonable contingent item during actual execution of work will have to be done by the Contractor, if so directed by the Engineer-in-Charge and the rates will be fixed in the manner as stated below:-

Page 4: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

i) Rate of Supplementary items shall be analyzed in the 1st instant extended possible from the rates of the allied items of work appearing in the tender schedule.

ii) Rate of supplementary items shall be analyzed to the maximum extent possible from rates of the allied items of work appearing in the P.W.D. and P.W. (Roads) Department schedule of rates and if not then DSR or CPWD as will be in force at the time of N.I.T.

iii) If the rates of the supplementary items cannot be computed even after application of clauses stated above, the same shall be determined by analysis from market rates of material, labour and carriage cost prevailing at the time of execution of such items of work. Profit and overhead charges will be considered as per guide line of PWD Schedule.

iv) It may be noted that the cases of supplementary items of claim shall not be entertained unless supported by entries in the Work Order Book or any written order from the tender accepting authority.

16) Covered up works:

When one item of work is to be covered up by another item of work the latter item shall not be done before the former item has been measured up and has been inspected by the Engineer-in-Charge or the Assistant Engineer as the authorized representatives of the Engineer-in-Charge and order given by him for proceeding with the latter item of work. If this is not possible for practical reasons, the Sub-Assistant Engineer, if so authorized by the Assistant Engineer, may do this inspection in respect of minor works and issue order regarding the latter item.

17) Approval of Sample:

Samples of all materials to be supplied by the contractor and to be used in the work shall have to be approved by the Engineer-in-Charge and checking the quality of such materials shall have to be done by the concerned Department or as directed by Engineer-in-Charge prior to utilization in the work.

18) Water and Energy:

The contractor shall have to arrange at his own cost the energy required for operation of equipments and machineries, pumping set, illuminating work site, office, etc. that may be necessary in different stages of execution of work. No facility of any sort will be provided for utilization of the departmental sources of energy existing at site of work. Arrangement for obtaining water for the work should also be made by the contractor at his own cost. All cost for getting energy and / or for any purpose whatsoever will have to be borne by the contractor for which no claim will be entertained.

19) Amenities for contractors:

All materials, tools and plants and all labour (skilled and unskilled) including their housing, water supply, sanitation, light, procurement of food for staff & crews, medical aids, etc. are to be arranged by the contractor at his own cost. The cost of transport of labour, materials and all other incidental items as required for work shall also have to be borne by the Contractor without any extra claim from department.

20) Drawings:

The contactor will construct the Flyover and road work as per the approved drawing issued by HIDCO. The successful bidder i.e. contractor will have to prepare vendor drawing and make detail plan at their cost.

21) Serviceable Materials:

The responsibility for stacking the serviceable materials (as per decision of the Engineer-in-Charge) obtained during dismantling of existing structures/roads and handing over the same to the Engineer-in-Charge of work of this Department lies with the contractor and nothing will be paid on this account. In case of any loss or damage of serviceable materials prior to handing over the same to this Department, full value will be recover from the Contractor’s bill at rates as will be assessed by the Engineer-in-Charge.

22) Unserviceable Materials:

The Contractor shall remove all unserviceable materials, obtained during execution at place as directed. The contractor shall dressed up and clear the work site after completion of work as per direction of the Engineer-in-Charge. No extra payment will be made on this account.

23) Contractor’s risk for loss or damage:

All risk on account of railway or road carriage or carriage by boat including loss or damage of vehicles, boats, barges, materials or labour, if any, will have to be borne by the contractor without any extra claim towards department.

24) Idle labour & additional cost:

Whatever may be the reason for claim on idle labour, enhancement of labour rate, additional establishment cost, cost of Toll and hire and labour charges of tools and plants, railway freight, etc. would not be entertained under any circumstances.

25) Charges and fees payable by contractor:

i) The contractor shall received all notices and pay all fees required to be given or payable to by any statute or any regulation or by-law of any local or other statutory authority which may be applicable to the works and shall keep the Department free against all penalties and liabilities of every kind for breach of such statute regulation or law.

Page 5: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

ii) The Contractor shall indemnify the department from and against all claims, demands, suit and proceedings for or on account of infringement of any patent rights, design, trade mark of name or other protected right in respect of any constructional plant, machine, work, materials, thing or process used for or in connection with works or temporary works or any of them.

ii) Tools and Plants:

All Tools and Plants required for the work will have to be supplied by the Contractor at his own cost; all cost of fuel and stores for proper running of the Tools and Plants must be borne by the Contractor.

iv) Realization of Departmental claims:

Any sum of money due and payable to the contractor (including security deposit returnable to him) under this contract may be appropriated by the Government and set off against any claim of Government for the payment of sum of money arising out of this contract or under any other contract made by the contractor with the Government.

v) Compliance of different Acts:

The contractor shall comply with the provisions of the Apprentices Act, 1961, Minimum Wages Act, 1848. Contract Labour (Regulation and Abolition) Act 1970 and the rules and orders issued hereunder from time to time. If he fails to do so, Engineer-in-Charge of the work may at his discretion, take necessary measure over the contract.

The Contractor shall also make himself liable for any pecuniary liabilities arising out on account of any violation of the provision of the said Act(s). The Contractor must obtain necessary certificate and license from the concerned Registering Office under the Contract Labour (Regulation & Abolition) Act, 1970.

The contractor shall be bound to furnish the Engineer-in-Charge all the returns, particulars or date as are called for from time to time in connection with implementation of the provisions of the above Acts and Rules and timely submission of the same, failing which the contractor will be liable for breach of contract and the Engineer-in-Charge may at his discretion take necessary measures over the contract

26) Safety, Security and Protection of the Environment:

The Contractor shall, throughout the execution and completion of the Works and the remedying of any defects therein:

i) Have full regard for the safety of all persons and the Works (so far as the same are not completed or occupied by the department),

ii) Provide and maintain at his own cost all lights, guards, fencing, warning signs and watching, when and where necessary or required by the Engineer-in-Charge for the protection of the Works or for the safety and convenience of the public or others,

iii) Take all reasonable steps to protect the environment on and off the Site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods of operation,

iv) Ensure that all lights provided by the Contractor shall be screened so as not to interfere with any signal light of the railways or with any traffic or signal lights of any local or other authority.

27) Commencement of work:

The work must be taken up within the date as stipulated in the work order and completed in all respects within the period specified in Notice Inviting Tender.

28) Programme of work:

Before actual commencement of work the contractor shall submit a programme of construction of work with methodology clearly showing the required materials, men and equipment. The contractor will submit a programme of construction in the pattern of Bar Chart or Critical Path Method and a time table divided into four equal periods of progress of work to complete the work within the specific period for approval of the Engineer-in-Charge who reserves the right to make addition, alterations and substitutions to such programme in consultation with the contractor and such approved programme shall be adhered to by the contractor unless the same is subsequently found impracticable in part or full in the opinion of the Engineer-in-Charge and is modified by him. The contractor must pray in writing, showing sufficient reasons therein for modification of programme. The conditions laid down in clause 2 of the printed tender form regarding the division of total period and progress to work and the time table there for as provided in the said clause shall be deemed to have been sufficiently complied with the actual progress of work and does not fall short of the progress laid down in the approved time table for one fourth, half and three fourth of time allowed for the work.

29) Setting out of the work:

The contractor shall be responsible for the true and perfect setting out of the work and for the correctness of the position, levels, dimensions and alignments of all parts of work. If any rectification or adjustment becomes necessary the contractor shall have to do the same at his own cost according to the direction of the Engineer-in-Charge. During progress of works, if any, error appears or arises in respect of position, level, dimensions or alignment of any part of the work contractor shall at his own cost rectify such defects to the satisfaction of the Engineer-in-Charge. Any setting out that may be done or checked by either of them shall not in any way relieve the contractor of his responsibility for correctness and rectification thereof.

30) Precautions during works:

The contractor shall carefully execute the work without disturbing or damaging underground or overhead service utilities viz. Electricity immediately be brought to the notice of the Engineer-in-Charge and necessary precautionary measures as

Page 6: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

would be directed by the Engineer-in-Charge shall be carried out at the cost and expenses of the contractor. If the service utilities are damaged or disturbed in any way by the contractor during execution of the work, the cost of rectification or restoration of damages as would be fixed by the Engineer-in-Charge concerned will be recovered from the contractor. Telephones, Gas, Water pipes, Sewers etc. In case disturbances of service utilities is found unavoidable the matter should

If any concreting is done during rainy weather, then the contractor will take necessary protection for concreting and even may have to erect temporary pandel like overhead covering arrangement, if felt needed and suggested by the department, at their own cost. No separate payment will be allowed to the contractor for such arrangements.

31) Testing of qualities of materials & workmanship:

All materials and workmanship shall be in accordance with the specifications laid down in the contract and also as per relevant IS codes and approved QAP and the Engineer-in-Charge reserves the right to test, examine and measure the materials/workmanship direct at the place of manufacture, fabrication or at the site of works or any suitable place. The contractor shall provide such assistance, instrument, machine, labour and materials as the Engineer-in-Charge may require for examining, measuring and testing the works and quality, weight or quantity of materials used and shall supply samples for testing as may be selected and required by the Engineer-in-Charge without any extra cost. Besides this, he will carry out tests from outside Laboratory as per instruction of Engineer-in-Charge. The cost of all such tests shall be borne by the agency and that must be considered during quoting rate.

32) Timely completion of work:

All the supply and the work must have to be completed in all respects within the time specified in Notice Inviting Tender from the date of commencement as mentioned in work order. Time for completion as specified in the tender shall be deemed to be the essence of the contract.

33) Procurement of materials:

All materials required to complete the execution of the work shall be supplied by the contractor after procurement from authorized and approved source.

34) Rejection of materials:

All materials brought to the site must be approved by the Engineer-in-Charge. Rejected materials must be removed by the Contractor from the site within 24 hours of the issue of order to that effect. In case of non-compliance of such order, the Engineer-in-Charge shall have the authority to cause such removal at the cost and expense of the contractor and the contractor shall not be entitled to any claim for any loss or damage on that account.

35) Implied elements of work in items:

Except such items as are included in the Specific Priced Schedule of probable items and approximate quantities, no separate charges shall be paid for traffic control measures, shoring, shuttering, dewatering, curing etc. and the rates of respective items of works are to be deemed as inclusive of the same.

36) Damaged cement:

Any cement lying at contractor’s custody which is found at the time of use to have been damaged shall be rejected and must immediately be removed from the site by the contractor or disposed of as directed by Engineer-in-Charge at the costs and expenses of the contractor.

37) Issue of Departmental Materials:

Departmental materials will not be issued under any circumstances.

38) Force Closure:

In case of force closure or abandonment of the works by the Department the contractor will be eligible to be paid for the finished work and reimbursement of expenses actually incurred thereof by him but not for any losses.

39) Tender Rate:

The contractor should note that the tender is strictly based on the rates quoted by the Contractor on the priced schedule of probable item of work. The quantities for various other items of works as shown in the priced schedule of probable items of works are based on the drawing and design prepared by the Department. If variations become necessary due to design consideration and as per actual site conditions, those have to be done by the contractor at the time of execution at the rate prescribed in the tender clause. No conditional rate will be allowed in any case.

40) Delay due to modification of drawing and design:

The contractor shall not be entitled for any compensation to any loss due to delays arising out of modification of the drawing, addition & alterations of specifications.

41) Additional Conditions:

A few additional conditions under special terms and conditions:

i) Rate quoted shall be inclusive of clearing site as per direction of the Engineer-in-Charge.

ii) Rate quoted shall be inclusive of West Bengal Sales Tax, Income Tax, Octroi and all other duties, if any.

Page 7: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

iii) Display board (Informatory) of size 150 cm x 90 cm is to be provided at the work-site with aluminum plate hoisted on steel tubular pipe / angle post to a height of 1.5 Metre at the cost of the contractor including fitting, fixing, painting, lettering, etc. complete as per direction of Engineer-in-Charge.

iv) The Contractor is to display caution board at his own cost as per direction of Engineer-in-Charge.

v) Deep excavation of trenches and left out for days shall be avoided. If needed, necessary shoring must be done by the successful bidder at their own cost, to keep the adjacent road unaffected from any damage.

vi) Labour welfare CESS will be deducted @ 1% (one percent) of gross bill value as per rule.

vii) The whole work will have to be executed as per approved drawings.

viii) Income Tax will be deducted from each bill of the contractor as per applicable rate and rules in force.

ix) In accordance with the West Bengal Taxation Laws (amendment) Ordinance, 1993 amending the West Bengal Finance (Sales Tax) Act, 1994 necessary S.T / VAT will be deducted as per rate in force from the bill in addition to other deduction as per extent rules.

x) The contractor will provide strong barricading and safety measures to guard their construction area. No separate payment will be done. Necessary road diversion or any temporary arrangement during the execution will have to be done by the agency for keeping the traffic flow through the roads below undisturbed.

xi) The contractor will take electricity power at their cost for construction work as well as illumination of site.

42) Royalty:

The Contractor will have to submit the receipt of payment of royalty to the Government for use of sand, stone materials, laterite, Moorum, gravel, etc. to the Engineer-in-Charge before preparation of bill for payment, when they collect the materials directly from the source. If they collect the materials from the authorized quarry holder or commercial establishment who directly or indirectly pay the royalty to the Government, necessary certificate or cash memo for sale in that respect from them shall have to be produced to the Engineer-in-Charge failing which necessary deduction from the dues of the contractor may be made as fixed by the Engineer-in-Charge.

43) Night Work:

The contractor shall not ordinarily be allowed to execute the work at night. The contractor may however, have to execute the work at night, if instructed by the Engineer-in-Charge. For true technical or emergent reasons, the work may require to be executed during the night also according to the instruction of the Engineer-in-Charge. In that case the contractor shall have to arrange for separate set of labour with sufficient and satisfactory lighting arrangement for the night work. No extra payment whatsoever in this respect will be made to the contractor.

Page 8: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Section – D Specification of Works

1) General:

The information given hereafter is without any prejudice. The intending bidders should satisfy themselves regarding the latest conditions of the site and its surroundings by personal check and investigation.

a) Name of Work:

As mentioned in N.I.T.

b) Major Scope of Work:

i) Piling, Pile cap

ii) Structural works with RCC, Steel structure, auditorium, over head RCC reservoir etc.

iii) Brick work in foundation and superstructure.

iv) Finishing works, flooring, doors and windows, Aluminium frame work and structural glazing and curtain glazing works etc. (As per schedule of finish)

v) Internal and external water supplying plumbing, sanitary installations and fittings, fixtures and sewage disposal with a STP and underground water reservoir, Fire Pump.

vi) Entire Internal and external Electrification works, Transformer, D.G. set for backup power supply. Auditorium lighting, Internal electrification with concealed wiring with appropriate control and safety system. of public address system and C C TV network etc. Installation and maintenance upto stipulated period includes 12 months maintenance period)

vii) Supply, fitting and installation of lift and escalators with maintenance [up to stipulated period].

viii) Internal and external fire fighting system with installation of smoke detectors and fire alarm system, fire hydrants and water reservoir.

ix) Installation and maintenance [up to stipulated period] of air Conditioning and ventilation system (Centralized).

x) Integrated building management system.

xi) Roads, paths, parking, paving, compound wall, gates and fountain with flow form technology and landscaping etc.

xii) Air conditioning of a portion of building using VAM technology with maintenance [up to stipulated period].

xiii) Installation and operating fountain using flow form technology and its maintenance

xiv) Installation and operating fountain using flow form technology and its maintenance

c) Location of Work site: As mentioned in N.I.T.

d) Working condition:

During execution of work, contractor will remain responsible for providing unhindered passage to traffic on road adjacent to site, providing lighting and guarding arrangement during night for safety and no extra cost will be paid on this account.

It is to be noted that there will not be any electrical facility at work site. Bidder should make his own arrangement for water, necessary power of lighting, welding, running of pumps etc. and the cost for such arrangement shall be deemed to have been included in the rates quoted by the bidder.

Work shall have to be executed in accordance with the rules and regulations in vogue of Government of West Bengal and local authorities.

e) Specifications:

Details of Specifications to be followed in the Proposed Construction are given here-in-after, in the Price Schedule.

f) Codes of Practice:

Latest editions of the relevant Indian Standard Specifications and codes of practice and as per departmental schedule of rates as mentioned in Sl. No. Clause - 1 of special terms & conditions of contract of bid documents (Section – C) are to be followed during execution of the works.

g) Salient Features of Project:

As per B. O. Q. of work.

Page 9: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

h) Detailed Specification:

Materials for civil work / structures:

All materials to be used for structure must be procured, stored and tested before use conforming to respective Clauses of prevailing codes of practice.

Cement:

As per the nomenclature of BOQ item.

Coarse aggregate:

Coarse aggregate shall conform to the specifications laid down in IS 383.

Fine aggregate:

Fine aggregate shall conform to the specifications laid down in IS 383

Samples of coarse and fine aggregates proposed to be used by the Contractor must be deposited with the Engineer-in-Charge for his approval. The Samples shall be fair indications of the general quality and shall be delivered in 3 (three) nos. 450 GMs bottles.

On approval of samples one set will be retained by the Engineer, one set shall be sent to his representative at site of works and the third set shall be returned to the contractor for keeping in his site office. Any consignment which in the opinion of the Engineer-in-Charge does not conform with the approved samples should be, if so directed, immediately removed by the Contractor at his own cost.

Water:

Water shall be potable, free from any harmful chemicals or suspended materials.

Steel Reinforcement:

All steel reinforcement shall conform to the provisions contained in IS 1786-1987. For reinforced concrete work in any part of the structure the provisions of IS 456-2000 will apply Fe 500D steel of TATA or SAIL or RINL will be used only.

Structural Steel work:

Structural steel shall conform to IS 2062 for structural steel of make TATA or SAIL or RINL will be used only.

Concrete:

Concrete must be produced and laid conforming to relevant clauses of IS 456. When concrete is specified by strength, it is termed as “Design Mix Concrete” or “Grade of Concrete”. Such concrete is that in which the design of mix. i.e. determination of the proportions of cement, aggregates and water is arrived at to have a Target Mean strength for each grade of concrete.

Mix Design:

The Mix design shall be done by the contractor as per IS 10262 (Recommended guide lines for mix design) and I.S. SP-23 (S&T) - 1982 (Hand Book on concrete Mix) and I.S. 383-1970.

However, for guidance it is to be noted that the mix and water cement ratio shall be arrived at after preliminary tests which shall be done as per relevant clause of IS 456.

The Engineer-in-Charge will approve the final design and job mix in accordance with stipulations of IS 456. The Contractor shall stick to the job mix formula approved by the Engineer-in-Charge. However, the same may be modified only with specific written permission of the Engineer-in-Charge

Admixture:

To improve the workability of concrete and cement grout, admixtures conforming to I.S. 6925 and I.S. 9103 may be used on specific written permission of the Superintending Engineer. Admixtures generating Hydrogen, Nitrogen etc. shall not be used. The cost of admixtures and labour for mixing the same shall be deemed to have been included in the rates quoted for respective works.

Construction Joint:

Concreting shall be carried out continuously upto construction joints, the position and arrangements of which shall be predetermined by the Engineer-in-Charge or his representative. Any intermediate rest/pause shall also be subject to his approval. All construction joints shall have to be provided as per relevant clause of IS 456 – 2000.

Curing of Concrete:

Concrete shall be cured properly and protected from any harmful effects. Stipulations of relevant Clauses of IS 456 shall be strictly adhered to.

Page 10: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Testing of Concrete for R.C.C. / P.C.C. Works:

The contractor shall provide all labour, materials and appliances including cube testing machine required to make test specimens for designing concrete mix and testing the quality of concrete going into the job.

Test cube shall be prepared as per IS-1199. 150 mm cubes shall be made, cured & tested at 7 days and at 28 days for compressive strength conforming to IS-516. Strength of concrete at 7 days age can be converted to 28 days as per IS: SP-24.

The contractor shall make all arrangements and do everything necessary for proper making and curing the test specimen under the direction, supervision and control of the Engineer-in-Charge or his representatives at their cost.

The Engineer-in-Charge or his representative may at any time direct the contractor to make specimen from the concrete actually going into the job. The contractor shall forthwith comply with that direction.

Acceptance Criteria of Concrete:

Acceptance criteria shall conform to relevant clauses of IS 456.

Where the cube strength falls below the allowable strength specified and the Engineer-in-Charge on the basis of test results is satisfied that the concrete deficient in strength is acceptable, the Engineer-in-Charge shall have full power in his absolute discretion to reduce the rate as a penal measure.

Reduced Rate for under-specified Concrete:

The contractor shall remain fully liable for producing concrete of specified strength. In case the concrete is found to be acceptable as under-specified work due to deficiency in strength of concrete and is accepted by the Engineer-in-Charge reduction in rate may be applied as under.

Percentage reduction =Design Strength Observed Strength

Design Strength x 100

If the deficiency in strength of concrete is beyond tolerable limit the Engineer-in-Charge may at his discretion direct the

portion of concrete certified by him so deficient in strength to be dismantled the old and replaced by concrete of specified strength at the Contractor’s cost.

The Engineer-in-Charge may also at his discretion allow deficient concrete to remain but the deduction on account of such deficiency in strength shall be made above.

Additional Tests of Concrete:

For any substandard concreting due to bad workmanship, honeycombing, bulging etc. and also due to concreting found deficient in strength, the Engineer-in-Charge may conduct additional tests, if required, in the opinion of the Engineer-in-Charge for testing the flexural strength, durability and other required parameters of the concrete on cored samples or on the newly constructed structure. The following are the examples (not exhaustive) of tests. Any number of the tests may be carried out as decided by the Engineer-in-Charge. The contractor shall arrange for the test and bear the cost of the same, as per direction of the Engineer-in-Charge. If the newly constructed concrete structure fails to attain the desired strength, durability and other properties of the concrete by any one of the tests stated in Cl. No. D. 16.1., the Engineer-in-Charge shall have discretion to get the defective portion replaced or rectified at the contractor’s cost. In such cases the decision of the Engineer-in-Charge will be final and binding.

Non-destructive Test Methods:

Surface hardness Tests:

They include the William’s Testing Pistol, Frank Spring Hammer, Einbeck Pendulum hammer.

Rebound Test:

Schmidt rebound Hammer.

Penetration Techniques

These include the smitz Hammer, Split Pin and Windsor probe.

Dynamic or Vibration Tests:

These include resonant frequency and mechanical sonic and ultrasonic pulse velocity methods. They include the Sonometer, the PUNDIT equipment and unltrasonic pulse velocity measuring equipments.

Magnetic Methods:

They include the Pachometer and Covermeter.

Chemical tests to obtain cement content, Aggregate / ratio and grading:

The above tests shall be carried out by any approved laboratory or firm.

Page 11: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Mode of Measurement for Payment of Concrete:

Payment shall be made on volume of concrete as per recorded measurement. Cost of cement, stone chips, sand and any admixture, cost of transportation of concrete, and its placement using pumps etc. and any other allied items of work, excluding reinforcement, pre-stressing steel and other accessories shall be deemed to have been included in the rate.

Shuttering:

Form work must conform to Clause Nos.1501 to 1513 under Section 1500 of specification for road and bridge works – 4th revision published by I.R.C. Shuttering shall be of approved type with hard wood timber planks true to line with smooth surface and not less than 37.5 mm thick with 4 mm thick plywood lining over the planks. The plywood shall conform to IS 4990 – 1993. However, as an alternative, sufficiently rigid steel shuttering may be used, if so desired or approved by the Engineer-in-Charge.

All shuttering and framing must be adequately stayed and braced to the satisfaction of the Engineer-in-Charge for properly supporting the concrete during the period of hardening. It shall be so constructed that it may be removed without shock of vibration to the concrete.

Drawings showing shuttering details together with supporting design calculation in detail should be submitted by the contractor to the Engineer-in-Charge for his approval before taking up the work.

Before concrete is placed, the shuttering must be coated with an approved preparation for preventing the adhesion of the concrete to the shuttering and it is to be of such a nature and so applied that the surface of the finished concrete is not stained. Cares should also be taken that such approved preparation shall be kept out of contact with the reinforcements. The interior of all moulds and boxes must be thoroughly washed with a hose pipe or otherwise so as to be properly cleaned and free from all extraneous matter previous to the deposition of concrete.

Mode of Measurement for Payment:

Will be as per guidelines of this tender document and PWD Schedule guide line. If in a particular case, no guide line is available the decision of Engineer-in-charge in consultation with the consultant or competent authority will be final.

Finishing of Concrete Surface:

As soon as the shuttering has been removed, the visible surface of the concrete shall be rubbed down to perfectly smooth finish, free from all irregularities. The finish must be produced by using any of the methods specified in the specifications and codes of practice. No separate payment will be made for finishing surfaces.

Steel reinforcement for structure:

This work shall consist of furnishing and placing reinforcement of the shape and dimensions shown on the drawings and as specified in Clause Nos. 1601 to 1609 under Section 1600 of Specifications for Road and Bridge Works 5th – revision published by IRC.

Generally TMT bars of grade Fe 500 shall be used for the structure.

The Contractor’s rate shall include the cost of reinforcements and cost of carriage for steel materials to work site, labour for cutting the bars to correct length, bending cold to shape, placing and fixing in the position as shown in drawing with black annealed wire of approved gauge securely tied at every inter-section or as directed. The contractor shall without extra charge provide all other support and fixing required and shall take precautions that all such temporary fixings are removed before the concrete is put in the mould. The contractor’s rate shall also include any initial straightening of the bars if necessary and removing loose rust or scales, if any, and other incidental works in this connection. It should also include the cost of supply of black annealed wire of approved gauge required for tying reinforcement. Cost of spot or running welding as and when provided as per direction of the Engineer-in-Charge for lap splice shall be included in the rate.

• Regarding steel structural work, the contractor’s rate shall inclule all cost of matrial, cost of fabrication, carriage and erection at site in position. Prior to painting the steel structural memebers or built-up members must be cleaned with sand blasting method and the cost for this will be borne by them. Structural steel or reinforcement steel of make TATA or SAIL or RINL will be used

Welding:

Welding shall conform to the specifications laid down in relevant IS codes of practice

N.B. - Specifications of any item of works not covered here in above shall be guided by the P.W.D. / P.W. (Roads) Directorate’s Schedule of Rates inforce at the time of N.I.T. and latest edition of relevant Indian Standard Specifications and Codes of Practice.

Page 12: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Section – E

SPECIAL CONDITION OF N.G.T 1) The Contractor shall not store/dump construction material or debris on metalled road.

2) The contractor shall get prior approval from Engineer-in-Charge for the area where the construction material or debris

can be stored beyond the metalled road. This area shall not cause any obstruction to the free flow of traffic/inconvenience to the pedestrians. It should be ensured by the contractor that no accidents occur on account of such permissible storage.

3) The contractor shall take appropriate protection measures like raising wind breakers of appropriate height on all sides of the plot / area using CGI sheets or plastic and / or other similar material to ensure that no construction material dust fly outside the plot area.

4) The contractor shall ensure that all the trucks or vehicles of any kind which are used for construction purposes/or are carrying construction material like cement, sand and other allied material are fully covered. The contractor shall take every necessary precautions that the vehicles are properly cleaned and dust free to ensure that enroute their destination, the dust, sand or any other particles are not released in air/contaminate air.

5) The contractor shall provide mask to every worker working on the construction site and involved in loading, unloading and carriage of construction material and construction debris to prevent inhalation of dust particles.

6) The Contractor shall provide all medical help, investigation and treatment to the workers involved in the construction of building and carry of construction material and debris relatable to dust emission.

7) The contractor shall ensure that C & D waste is transported to the C & D waste site only and due record shall be maintained by the contractor.

8) The Contractor shall compulsory use of wet jet in grinding and stone cutting.

9) The contractor shall comply all the preventive and protective environmental steps as stated in the MoEF guidelines, 2010.

10) The contractor shall carry out on-Road-Inspection for black smoke generating machiner. The Contractor shall use cleaner fuel.

11) The Contractor shall ensure that all DG sets comply emisson norms notified by MoEF.

12) The Contractor shall use vehicles having pollution under control certificate. The emissions can be reduced by a large extent by reducing the speed of a vehicle to 20 kmph. Speed bumps shall be used to ensure speed reduction. In cases where speed reduction cannot effectively reduce fugitive dust, the contractor shall divert traffic to nearby paved areas.

13) The Contractor shall ensure that the construction material is covered by tarpaulin. The contractor shall take all other precaution to ensure that no dust particles are permitted to pollute air quality as a result of such storage.

14) No concrete or construction or repairing works will be done at least within one meter radius of the truck of trees.

15) There shall be no concretization of the tree within one meter of their circumference.

16) Wherever because of the width of the road/pavement division it is not possible to provide one meter around the trees than it is liberty to the field officers to permit lesser dimension commensurate with space available at site in the special circumstances only but if shall be ensured that tree have sufficient area for receiving the water and air to its roots.

Page 13: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Additional Conditions for Green Building Norms INTRODUCTION

The entire project work has been planned for minimum 5-Star GRIHA LD ratings and a high degree of responsibility

and cooperation is necessary from the contractor.

The following guideline provides the general concept of green, green building rating and the expectations from each one of those involved in this project:

1) GENERAL NOTE ON GREEN BUILDING PRACTICES

All materials and systems used in the project are intended to maximize energy efficiency for operation of Project throughout service life (substantial completion to ultimate disposition - reuse, recycling, or demolition) with an emphasis on top quality. Materials and systems are to maximize environmentally-benign construction techniques, including construction waste recycle, reusable delivery packaging, and reusability of selected materials. Contractor(s) shall adhere to best practices related to Green Buildings. Other than the general guidelines outlined here, contractor(s) shall be furnished with a supplementary set of guidelines more specific to their nature of service/product.

1.01 GREEN BUILDING PRACTICES:

Ensure healthy indoor air quality in final Project.

Maximize use of products with low embodied energy (harvesting, mining, manufacturing, transport, installation, use, operations, recycling and disposal). Exceptions might include materials that result in net energy conservation during their useful life in building and building's life cycle.

Use construction practices such as material waste reduction and dimensional planning that maximize efficient use of resources and materials.

Provide or contribute to O&M Manuals wherever applicable

Be conversant with the Site Waste Management Program Manual and actively contribute to its compilation.

Employ construction practices that minimize dust production and combustible by products.

Avoid materials that can leach harmful chemicals into ground water; do not allow potentially harmful chemicals to enter sewers or storm drains.

Protect soil against erosion by wind or storm-water and topsoil depletion

Minimize noise generation during construction; screen mechanical equipment to block noise.

Protect natural habitats; restore natural habitats where feasible within scope of Project.

The contractor has to comply with the provisions spell out in environmental clearance issued / to be issued to IIT Jodhpur during progress of work. The copy of issued EC may be obtained from Engineer-in-charge.

Page 14: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

2. CONDITIONS OF CONTRACT SPECIFIC TO GREEN BUILDING PRACTICES

The contractor shall strictly adhere to the following conditions as part of his contractual obligations:

2.1 SITE

2.1.1 The contractor shall ensure that adequate measures are taken for the prevention of erosion of the top soil during the construction phase. The contractor shall implement the Erosion and Sedimentation Control Plan (ESCP) provided to him by the Engineer-in-charge as part of the larger Construction Management Plan (CMP). The contractor shall obtain the Erosion and Sedimentation Control Plan (ESCP) Guidelines from the Engineer-in-charge and then prepare "working plan" for the following month's activities as a CAD drawing showing the construction management, staging & ESCP. At no time soil should be allowed to erode away from the site and sediments should be trapped where necessary.

2.1.2 The contractor shall ensure that all the top soil excavated during construction works is neatly stacked and is not mixed with other excavated earth. The contractors shall take the clearance of the architects / Engineer-in-charge before any excavation. Top soil should be stripped to a depth of 20 cm (centimeters) from the areas to be disturbed, for example proposed area for buildings, roads, paved areas, external services and area required for construction activities etc. It shall be stockpiled to a maximum height of 40 cm in designated areas, covered or stabilized with temporary seeding for erosion prevention and shall be reapplied to site during plantation of the proposed vegetation. Top soil shall be separated from subsoil, debris and stones larger than 50 mm (millimeter) diameter. The stored top soil may be used as finished grade for planting areas.

2.1.3 The contractor shall carry out the recommendations of the soil test report for improving the soil under the guidance of the Engineer-in-charge who would also advise on the timing of application of fertilizers and warn about excessive nutrient levels.

2.1.4 The contactor shall carry out post-construction placement of topsoil or other suitable plant material over disturbed lands to provide suitable soil medium for vegetative growth. Prior to spreading the topsoil, the sub-grade shall be loosened to a depth of 50mm to permit bonding. Topsoil shall be spread uniformly at a minimum compacted depth of 50mm on grade 1:3 or steeper slopes, a minimum depth of 100mm on shallower slopes. A depth of 300mm is preferred on relatively flatter land.

2.1.5 The Contractor should follow the construction plan as proposed by the Engineer-in-charge to minimize the site disturbance such as soil pollution due to spilling. Use staging and spill prevention and control plan to restrict the spilling of the contaminating material on site. Protect top soil from erosion by collection storage and reapplication of top soil, constructing sediment basin, contour trenching, mulching etc.

2.1.6 No excavated earth shall be removed from the campus unless suggested otherwise by Engineer-in-charge. All subsoil shall be reused in backfilling/landscape, etc as per the instructions of the Engineer-in-charge

2.1.7 The contractor shall not change the natural gradient of the ground unless specifically instructed by the architects / landscape consultant. This shall cover all natural features like water bodies, drainage gullies, slopes, mounds, depressions, rocky outcrops, etc. Existing drainage patterns through or into any preservation area shall not be modified unless specifically directed by the Engineer-in-charge.

2.1.8 The contractor shall not carry out any work which results in the blockage of natural drainage.

2.1.9 The contractor shall ensure that existing grades of soil shall be maintained around existing vegetation and lowering or raising the levels around the vegetation is not allowed unless specifically directed by the Engineer-in-charge

2.1.10 Contractor shall reduce pollution and land development impacts from automobiles use during construction.

2.1.11 Overloading of trucks is unlawful and creates and erosion and sedimentation problems, especially when loose materials like stone dust, excavated earth, sand etc. are moved. Proper covering must take place. No overloading shall be permitted.

2.2 CONSTRUCTION PHASE AND WORKER FACILITIES

2.2.1 The contractor shall specify and limit construction activity in pre-planned/designated areas and shall start construction work after securing the approval for the same from the Engineer-in-charge. This shall include areas of construction, storage of materials, and material and personnel movement.

2.2.2 Preserve and Protect Landscape during Construction

2.2.2.a The contractor shall ensure that no trees, existing or otherwise, shall be harmed and damage to roots should be prevented during trenching, placing backfill, driving or parking heavy equipment, dumping of trash, oil, paint, and other materials detrimental to plant health. These activities should be restricted to the areas outside of the canopy of the tree, or, from a safe distance from the tree/plant by means of barricading. Trees will not be used for support; their trunks shall not be damaged by cutting and carving or by nailing posters, advertisements or other material. Lighting of fires or carrying out heat or gas emitting construction activity within the ground, covered by canopy of the tree is not to be permitted.

2.2.2.b The contractor shall take steps to protect trees or saplings identified for preservation within the construction site using tree guards of approved specification.

Page 15: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

20.2.2.c The contractor shall conserve existing natural areas and restore damaged areas to provide habitat and promote

biodiversity. Contractor should limit all construction activity within the specified area as per the Construction Management Plan (CMP) proposed by the Engineer-in-charge. All the existing trees should be preserved, if not possible than compensate the loss by re-planting trees in the proportion of 1:3.

2.2.2.d The contractor shall avoid cut and fill in the root zones, through delineating and fencing the drip line (the spread limit of a canopy projected on the ground) of all the trees or group of trees. Separate the zones of movement of heavy equipment, parking, or excessive foot traffic from the fenced plant protection zones.

2.2.2.e The contractor shall ensure that maintenance activities shall be performed as needed to ensure that the vegetation remains healthy. The preserved vegetated area shall be inspected by the Engineer-in-charge at regular intervals so that they remain undisturbed. The date of inspection, type of maintenance or restorative action followed shall be recorded in the logbook.

2.2.3 Contractor shall be required to develop and implement a waste management plan, quantifying material diversion goals. He shall establish goals for diversion from disposal in landfills and incinerators and adopt a construction waste management plan to achieve these goals. A project-vide policy of "Nothing leaves the Site" should be followed. In such a case when strictly followed, care would automatically be taken in ordering and timing of materials such that excess doesn't become "waste". The Contractor's ingenuity is especially called towards meeting this prerequisite/ credit (GRIHA). Consider recycling cardboard, metal, brick, acoustical tile, concrete, plastic, clean wood, glass, gypsum wallboard, carpet and insulation. Designate a specific area(s) on the construction site for segregated or commingled collection of recyclable material, and track recycling efforts throughout the construction process. Identify construction haulers and recyclers to handle the designated materials. Note that diversion may include donation of materials to charitable organizations and salvage of materials on-site.

2.2.4 Contractor shall collect all construction waste generated on site. Segregate these wastes based on their utility and examine means of sending such waste to manufacturing units which use them as raw material or other site which require it for specific purpose. Typical construction debris could be broken bricks, steel bars, broken tiles, spilled concrete and mortar etc.

2.2.5 The contractor shall provide clean drinking water from RO Plant for all workers, technical staff of contractor and site staff of department.

2.2.6 The contractor shall provide the minimum level of sanitation and safety facilities for the workers at site. The contractor shall ensure cleanliness of workplace with regard to the disposal of waste and effluent; provide clean drinking water and latrines and urinals as per applicable standard. Adequate toilet facilities shall be provided for the workman within easy access of their place of work. The total no. to be provided shall not be less than 1 per 30 employs in any one shift. Toilet facilities shall be provided from the start of building operations, connection to a sewer shall be made as soon as practicable. Every toilet shall be so constructed that the occupant is sheltered from view and protected from the weather and falling objects. Toilet facilities shall be maintained in a sanitary condition. A sufficient quantity of disinfectant shall be provided. Natural or artificial illumination shall be provided.

2.2.7 The contractor shall ensure that air pollution due to dust/generators is kept to a minimum, preventing any adverse effects on the workers and other people in and around the site. The contractor shall ensure proper screening, covering stockpiles, covering brick and loads of dusty materials, wheel-washing facility, gravel pit, and water spraying. Contractor shall ensure the following activities to prevent air pollution during construction: Clear vegetation only from areas where work will start right away Vegetate / mulch areas where vehicles do not ply. Apply gravel / landscaping rock to the areas where mulching / paving is impractical Identify roads on-site that would be used for vehicular traffic. Upgrade vehicular roads (if these are unpaved) by increasing the surface strength by improving particle size, shape and mineral types that make up the surface & base. Add surface gravel to reduce source of dust emission. Limit amount of fine particles (smaller than 0.075mm) to 10 - 20% Water spray, through a simple hose for small projects, to keep dust under control. Fine mists should be used to control fine particulate. However, this should be done with care so as not to waste water. Heavy watering can also create mud, which when tracked onto paved public roadways, must be promptly removed. Also, there must be an adequate supply of clean water nearby to ensure that spray nozzles don't get plugged. Water spraying can be done on:

a) Any dusty materials before transferring, loading and unloading

b) Area where demolition work is being carried out

c) Any un-paved main haul road

d) Areas where excavation or earth moving activities are to be carried out

The contractor shall ensure that the speed of vehicles within the site is limited to 20 km/hr. All material storages should be adequately covered and contained so that they are not exposed to situations where winds on site could lead to dust / particulate emissions.

Spills of dirt or dusty materials will be cleaned up promptly so the spilled material does not become a source of fugitive dust and also to prevent of seepage of pollutant laden water into the ground aquifers. When cleaning up the spill, ensure that the clean-up process does not generate additional dust. Similarly, spilled concrete slurries or liquid wastes should be contained / cleaned up immediately before they can infiltrate into the soil / ground or runoff in nearby areas

Provide hoardings of not less than 2.5m high along the site boundary, next to a public road or other public area

Provide dust screens, sheeting or netting to scaffold along the perimeter of the building as required.

Cover stockpiles of dusty material with impervious sheeting.

Page 16: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Cover dusty load on vehicles by impervious sheeting before they leave the site

2.2.8 Contractor shall be required to provide an easily accessible area that serves the entire building and is dedicated to the separation, collection and storage of materials for recycling including (at a minimum) paper, corrugated cardboard, glass, plastics, and metals. He shall coordinate the size and functionality of the recycling areas with the anticipated collections services for glass, plastic, office paper, newspaper, cardboard, and organic wastes to maximize the effectiveness of the dedicated areas. Consider employing cardboard balers, aluminium can crushers, recycling chutes, and collection bins at individual work stations to further enhance the recycling program

2.2.9 The contractor shall ensure that no construction leach ate (Ex: cement slurry), is allowed to percolate into the ground. Adequate precautions are to be taken to safeguard against this including, reduction of wasteful curing processes, collection, basic filtering and reuse. The contractor shall follow requisite measures for collecting drainage water run-off from construction areas and material storage sites and diverting water flow away from such polluted areas. Temporary drainage channels, perimeter dike/swale, etc. shall be constructed to carry the pollutant-laden water directly to the treatment device or facility (municipal sewer line).

2.2.10 Staging (dividing a construction area into two or more areas to minimize the area of soil that will be exposed at any given time) should be done to separate undisturbed land from land disturbed by construction activity and material storage.

2.2.11 The contractor shall comply with the safety procedures, norms and guidelines (as applicable) as outlined in the document Part 7 _Constructional practices and safety, 2005, National Building code of India, Bureau of Indian Standards. A copy of all pertinent regulations and notices concerning accidents, injury and first-aid shall be prominently exhibited at the work site. Depending upon the scope & nature of work, a person qualified in first-aid shall be available at work site to render and direct first-aid to causalities. A telephone may be provided to first-aid assistant with telephone numbers of the hospitals displayed. Complete reports of all accidents and action taken thereon shall be forwarded to the competent authorities.

2.2.12 The contractor shall ensure the following activities for construction workers safety, among other measures:

Guarding all parts of dangerous machinery. Precautionary signs for working on machinery Maintaining hoists and lifts, lifting machines, chains, ropes, and other lifting tackles in good condition. Durable and reusable formwork systems to replace timber formwork and ensure that formwork where used is properly maintained. Ensuring that walking surfaces or boards at height are of sound construction and are provided with safety rails or belts. Provide protective equipment; helmets etc. Provide measures to prevent fires. Fire extinguishers and buckets of sand to be provided in the fire-prone area and elsewhere. Provide sufficient and suitable light for working during night time.

2.2.13 Adopt additional best practices, prescribed norms in construction industry.

2.2.14 The storage of material shall be as per standard good practices as specified in Part 7, Section 2 - Storage, Stacking and Handling practices, NBC 2005 and shall be to the satisfaction of the Engineer-in-charge to ensure minimum wastage and to prevent any misuse, damage, inconvenience or accident. Watch and ward of the Contractor's materials and site shall be his own responsibility. There should be a proper planning of the layout for stacking and storage of different materials, components and equipments with proper access and proper maneuverability of the vehicles carrying the materials. While planning the layout, the requirements of various materials, components and equipments at different stages of construction shall be considered. The Owner shall not take any responsibility on any account.

2.2.15 The contractor shall provide for adequate number of garbage bins around the construction site and the workers facilities and will be responsible for the proper utilization of these bins for any solid waste generated during the construction. The contractor shall ensure that the site and the workers facilities are kept litter free. Separate bins should be provided for plastic, glass, metal, biological and paper waste and labeled in both Hindi and English.

2.2.16 The contractor shall prepare and submit 'Spill prevention and control plans' before the start of construction, clearly stating measures to stop the source of the spill, to contain the spill, to dispose the contaminated material and hazardous wastes, and stating designation of personnel trained to prevent and control spills. Hazardous wastes include pesticides, paints, cleaners, and petroleum products.

2.2.17 Contractor shall collect the relevant material certificates for materials with high recycled (both post-industrial and post-consumer) content, including materials for structural use like TMT steel rolled with high percentage of recycled steel, and RMC mix with fly-ash etc.

2.2.18 Contractor shall collect the relevant material certificates for rapidly renewable materials such as bamboo, wool, cotton insulation, agri-fiber, linoleum, wheat board, strawboard and cork.

2.2.19 Contractor shall adopt an IAQ (Indoor Air Quality) management plan to protect the system during construction, control pollutant sources, and interrupt pathways for contamination. He shall sequence installation of materials to avoid contamination of absorptive materials such as insulation, carpeting, ceiling tile, and gypsum wallboard. He shall also protect stored on-site or installed absorptive materials from moisture damage.

2.2.20 The contractor shall ensure that a flush out of all internal spaces is conducted prior to handover. This shall comprise an opening of all doors and windows for 14 days to vent out any toxic fumes due to paints, varnishes, polishes, etc.

2.2.21 Contractor shall make efforts to reduce the quantity of indoor air contaminants that are odorous or potentially irritating harmful to the comfort and well-being of installer and building occupants. Contractor shall ensure that the VOC (Volatile Organic Compounds) content of paints, polishes, coatings, primers, sealants and Adhesives used must not exceed the VOC content limits mentioned below:

(A) Paints

Non-flat-150 g/L

Flat (Mat) - 50 g/L

Page 17: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

(B) Anti corrosive/ anti rust coatings - 250 g/L

(C) Clear wood finishes

Varnish - 350 g/L

Lacquer - 550 g/L

Floor coatings – 100

g/L Stains - 250 g/L

(D) Sealers

Waterproofing sealer - 250 g/L

Sanding sealer - 275 g/L Other

sealers - 200 g/L

(E) Adhesives (g/1 less water)

Indoor Carpet adhesives – 50

Carpet Pad Adhesives – 50

Wood Flooring Adhesive – 100

Rubber Floor Adhesives – 60

Sub Floor Adhesives – 50

Ceramic Tile Adhesives – 65

VCT and Asphalt Tile adhesives – 50

Dry Wall and Panel Adhesives – 50

Structural Glazing Adhesives – 100

Multipurpose Construction Adhesives – 70

(F) Substrate Specific Application (g/1 less water)

Metal to Metal – 30

Plastic Foams – 50

Porous material (except wood) – 50

Wood – 30

Fiber Glass – 80

2.2.22 Wherever required, Contractor shall meet and carry out documentation of all activities on site, supplementation of information, and submittals in accordance with GRIHA program standards and guidelines. Towards meeting the aforementioned building environmental rating standard(s) expert assistance shall be provided to him up on request.

2.2.23 Water Use during Construction for curing

Contractor should spray curing water on concrete structure and shall not allow free flow of water. After liberal curing on the first day, all the verticals surfaces of concrete structures should be painted with curing chemical to save water. Concrete structures should be kept covered with thick cloth/gunny bags and water should be sprayed on them. Contractor shall do water pending on all sunken slabs using cement and sand mortar.

2.2.24 The Contractor shall remove from site all rubbish and debris generated by the Works and keep Works clean and tidy throughout the Contract Period. All the serviceable and non-serviceable (malba) material shall be segregated and stored separately. The malba obtained during construction shall be collected in well formed heaps at properly selected places, keeping in a view safe condition for workmen in the area. Materials which are likely to cause dust nuisance or undue environmental pollution in any other way, shall be removed from the site at the earliest and till then they shall be suitable covered. Glass & steel should be dumped or buried separately to prevent injury. The work of removal of debris should be carried out during day. In case of poor visibility artificial light may be provided.

2.2.25 MATERIALS & FIXTURES FOR THE PROJECT

The contractor shall endeavor to source most of the materials for construction at this project within a distance of 800 km radius from the project site. Contractor shall collect the relevant material certificates to prove the same

a) Any material that is to be sourced from outside the prescribed radius shall be done after securing the necessary approval from the Engineer-in-charge.

Page 18: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

b) All cement used at site for reinforced concrete, precast members, mortar, plaster, building blocks, etc shall be PPC (Ordinary Portland Cement). The PPC must meet the requirements of IS 1489: 1991. (Minimum 25% replacement of cement with fly ash in PPC (Portland Pozzolona Cement) by weight of the cement used in the overall RC for meeting the equivalent strength requirements).

c) As a measure to reduce wastage and water consumption during construction, the contractor shall source or set up the infrastructure for a small scale ready mix concrete, all concreting works at site shall utilize only batch mix concrete.

d) The contractor has to comply as per MoEF issued notification 8.0.763(E) dated 14th Sept. 1999 containing directive for greater fly ash utilization, where it stipulated that every construction agency engaged in the construction of buildings within a radius of 50 km radius of a Thermal Power Plant, have to use of 100% fly ash based bricks/blocks in their construction. Any brick/block containing more than 25% fly ash is designated as fly ash brick/block. As per GRIHA credits, bricks / blocks should contain more than 40% fly ash.

e) The contractor shall ensure that sand from approved source is used in an all concreting works unless specifically instructed otherwise by the Engineer-in-charge.

f) Timber and aluminium use should be minimized in the project. If used, timber shall constitute of reclaimed timber and aluminium shall constitute recycled content. The source of such reclaimed timber shall be approved by the Engineer-in-charge.

g) The contractor shall ensure that non toxic anti-termite and other pest control is strictly used.

h) All plumbing and sanitary fixtures installed shall be as per the requirement of the GRIHA and shall adhere to the minimum LPM and LPF mentioned.

i) The contractor shall employ 100% zero ODP (ozone depletion potential) insulation; HCFC (hydro-chlorofluorocarbon)/ and CFC (chlorofluorocarbon) free HVAC and refrigeration equipments and / halon-free fire suppression and fire extinguishing systems.

j) The contractor shall ensure that all composite wood products/agro-fibre products used for cabinet work, etc do not contain any added Urea Formal Dehyde resin.

2.2.26 RESOURCES CONSUMED DURING CONSTRUCTION

a) The contractor shall ensure that the least amount of water and electricity is wasted during construction. The Engineer-in-charge can bring to the attention any such wastage and the contractor will have to ensure that such bad practices are corrected.

b) The contractor shall install necessary meters and measuring devices to record the consumption of water, electricity and diesel on a monthly basis for the entire tenure of the project.

c) The contractor shall ensure that all run-off water from the site, during construction is collected and reused to the maximum.

d) The contractor shall use treated recycled water of appropriate quality standards for construction, if available.

e) No lights shall be turned on during the period between 6:00 AM to 7:00 PM during summers and between 7.30 AM to 5.30 AM in winters, without the permission of the Engineer-in-charge.

f) The contractor is encouraged to use bio-diesel in place of petroleum diesel for the running of generators during construction.

2.2.27 CONSTRUCTION WASTE

a) Contractor shall ensure that wastage of construction material is kept to a maximum of 3%.

b) All construction debris generated during construction shall be carefully segregated and stored in a demarcated waste yard. Clear, identifiable areas shall be provided for each waste type. Employ measures to segregate the waste on site into inert, chemical, or hazardous wastes.

c) All construction debris shall be used for road preparation, back filling, etc, as per the instructions of the Engineer-in-charge, with necessary activities of sorting, crushing, etc.

d) No construction debris shall be taken away from the site, without the prior approval of the Engineer-in-charge.

e) The contractor shall either recycle the unused chemical/hazardous wastes such as oil, paint, batteries, and asbestos or disposed of to the authorized recycle vendors as per direction of Engineer-in-charge.

f) If and when construction debris is taken out of the site, after prior permissions from the Engineer in charge, then the contractor shall ensure the safe disposal of all wastes and will only dispose of any such construction waste in approved dumping sites.

g) Inert wastes are to be disposed off at landfill sites approved by Municipal Corporation/ local bodies.

2.2.28 Documentation

a) The contractor shall, during the entire tenure of the construction phase, submit the following records to the Engineer-in-charge on a monthly basis:

Page 19: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

i) Water consumption in litres

ii) Electricity consumption in 'kwh' units

iii) Diesel consumption in litres

iv) Quantum of waste generated at site and the segregated waste types divided into inert, chemical and hazardous wastes.

v) Digital photo documentation to demonstrate compliance of safety guidelines as specified here.

b) The contractor shall, during the entire tenure of the construction phase, submit the following records to the Engineer-in-charge on a weekly basis:

i) Quantities of material brought into the site, including the material issued to the contractor by the client.

ii) Quantities of construction debris (if at all) taken out of the site

iii) Digital photographs of the works at site, the workers facilities, the waste and other material storage yards, pre-fabrication and block making works, etc as guided by the Engineer-in-charge.

c) The contractor shall submit one document after construction of the buildings, a brief description along with photographic records to show that other areas have not been disrupted during construction. The document should also include brief explanation and photographic records to show erosion and sedimentation control measures adopted. (Document CAD drawing showing site plan details of existing vegetation, existing buildings, existing slopes and site drainage partem, staging and spill prevention measures, erosion and sedimentation control measures and measures adopted for top soil preservation during construction

d) The contractor shall submit to the Engineer-in-charge after construction of the buildings, a detailed as built quantification of the following:

i) Total materials used,

ii) Total top soil stacked and total reused

iii) Total earth excavated,

iv) Total waste generated,

v) Total waste reused,

vi) Total water used,

vii) Total electricity, and

viii) Total diesel consumed.

e) The contractor shall submit to the Engineer-in-charge, before the start of construction, a site plan along with a narrative to demarcate areas on site from which top soil has to be gathered, designate area where it will be stored, measures adopted for top soil preservation and indicate areas where it will be reapplied after construction is complete.

f) The contractor shall submit to the Engineer-in-charge, a detailed narrative (not more than 250 words) on provision for safe drinking water and sanitation facility for construction workers and site personnel.

g) Provide supporting document from the manufacturer of the cement specifying the fly-ash content in PPC used in reinforced concrete.

h) Provide supporting document from the manufacturer of the pre-cast building blocks specifying the fly ash content of the blocks used in an infill wall system.

i) The contractor shall, at the end of construction of the buildings, submit to the Engineer-in-charge, submit following information, for all material brought to site for construction purposes, including manufacturer's certifications, verifying information, and test data, where Specifications sections require data relating to environmental issues including but not limited to:

i) Source of products: Supplier details and location of the supplier and brand name.

ii) Project Recyclability: Submit information to assist Owner in recycling materials involved in shipping, handling, and delivery, and for temporary materials necessary for installation of products.

iii) Recycled Content: Submit information regarding product post industrial recycled and post consumer recycled content. Use the "Recycled Content Certification Form", to be provided by the Commissioning Authority appointed for the Project.

iv) Product Recyclability: Submit information regarding product and product's component's recyclability including potential sources accepting recyclable materials.

v) Clean tech: Provide pollution clearance certificates from all manufacturers of materials

vi) Indoor Air quality and Environmental Issues: Submit following certificates:

Page 20: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

a) Certifications from manufacturers of Low VOC paints, adhesives, sealant and polishes used at this particular project site.

b) Certification from manufacturers of composite wood products/agro fibre products on the absence of added urea formaldehyde resin in the products supplied to them to this particular site.

c) Submit environmental and pollution clearance certificates for all diesel generators installed as part of this project. j) Provide total support to the Engineer-in-charge in completing all Green Building Rating related formalities, including

signing of forms, providing signed letters in the contractor's letterhead.

2.2.28 EQUIPMENT

a) To ensure energy efficiency during and post construction all pumps, motors and engines used during construction or installed, shall be subject to approval and as per the specifications of the architects.

b) All lighting installed by the contractor around the site and at the labour quarters during construction shall be CFL/LED bulbs of the appropriate illumination levels. This condition is a must, unless specifically prescribed.

The contractor is expected to go through all other conditions of the GRIHA rating stipulations, which can be provided to him by the Consultants of WBHIDCO.

Failure to adhere to any of the above mentioned items, without necessary clearances from the Consultants of the WBHIDCO and the Engineer-in-charge, shall be deemed as a violation of contract and the contractor shall be held liable for penalty as determined by the Engineer in charge.

3. Special Conditions for NIT to comply directives of Hon'ble National Green Tribunal and EIA Guidance Manual:-

a) The contractor shall not store/dump construction material or debris on metalled road.

b) The contractor shall get prior approval from Engineer-in-Charge for the area where the construction material or debris can be stored beyond the metalled road. This area shall not cause any obstruction to the free flow of traffic/ inconvenience to the pedestrians. It should be ensured by the contractor that no accidents occur on account of such permissible storage.

c) The contractor shall take appropriate protection measures like raising wind breakers of appropriate height on all sides of the plot/area using CGI sheets or plastic and lor other similar material to ensure that no construction material dust fly outside the plot area.

d) The contractor shall ensure that all the trucks or vehicles of any kind which are used for construction purposes/or are carrying construction material like cement, sand and other allied material are fully covered. The contractor shall take every necessary precautions that the vehicles are properly cleaned and dust free to ensure that en-route their destination, the dust, sand or any other particles are not released in air/ contaminate air.

e) The contractor shall provide mask to every worker working on the construction site and involved in loading, unloading and carriage of construction material and construction debris to prevent inhalation of dust particles.

f) The contractor shall provide all medical help, investigation and treatment to the workers involved in the construction of building and carry of construction material and debris relatable to dust emission.

g) The contractor shall ensure that C&D waste is transported to the C & D Waste site only and due record shall be maintained by the contractor.

h) The contractor shall compulsory use of wet jet in grinding and stone cutting.

I) The contractor shall comply all the preventive and protective environmental steps as stated in the MoEF guidelines, 2010.

j) The contractor shall carry out on-Road- Inspection for black smoke generating machinery. The contractor shall use cleaner fuel.

k) The contractor shall ensure that all DG sets comply emission norms notified by MoEF.

l) The contractor shall use vehicles having pollution under control certificate. The emissions can be reduced by a large extent by reducing the speed of a vehicle to 20 kmph. Speed bumps shall be used to ensure speed reduction. In cases where speed reduction cannot effectively reduce fugitive dust, the contractor shall divert traffic to nearby paved areas.

m) The contractor shall ensure that the construction material is covered by tarpaulin. The contractor shall take all other precaution to ensure that no dust particles are permitted to pollute air quality as a result of such storage.

n) The arterial Roads planned in Contract shall be completed first within 5 months from the stipulated date of start, up to DBM level and vehicles should use these Roads afterwards, Till completion of arterial roads, the alternative path for plying of vehicles carrying construction material shall be used and these shall be kept sprinkled with water to control dust.

Page 21: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Additional Specifications

1) GENERAL

1.1 The work in general shall be executed as per the description of the item, specification attached, CPWD specifications

2009 Vol. - I & II with upto date correction slip.

1.2 In case of any variation between different applicable specifications, the following order of precedence will be followed :

i) Description of items as given in Schedule of quantities

ii) Particular specifications

iii) Additional & Special Conditions

iv) CPWD Specifications including correction slips issued up to the last date of uploading/submission of tender.

v) Working drawings

vi) Indian Standards Specifications of BIS

vii) ASTM, BS, or other foreign origin code mentioned in tender document.

viii) Manufacturer's specifications and as decided by the Engineer-in-charge.

ix) Sound Engineering practices or well established local construction practices and as decided by the Engineer-in-charge.

Above provision supersedes Para 8.1 of "Conditions of Contract of GCC 2014"

Page 22: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Clause 10 A LIST OF PREFERRED MAKES OF MATERIALS (CIVIL WORKS) Preferred makes of materials to be used in the work is given below and Contractor shall procure the material

mentioned in the list from any one of the preferred makes only. In case of non availability of these makes the Engineer-in-charge may allow use of alternative BIS marked materials / makes in the work. Non BIS marked materials may be permitted by the Engineer-in-charge only when BIS marked materials are not manufactured

Sl. No. Material Manufacturer

1 Chlorpyriphos / Lindane (for Anti- Termite Treatment)

ESSAR-CHLORO, STP, DURSBAN, GIBRALTOR.

2. Waterproofing compound as admixtures in concrete, Plasticizers, other construction chemicals

FOSROC, CICO, SIKA, PIDILITE, WEBER, HUNTSMAN, BASF, STP, BENGAL BETUMEN, ULTRA GREEN, ULTRACON, CHEMBOND

3. Bitumen JUNO,INDIAN OIL, HINDUSTAN PETROLEUM, TIKKI TAR, BENGAL BITUMEN, BHARAT PETROLEUM

4. Ordinary Portland Cement(43 Grade) WONDER, ACC, ULTRATECH, BIRLA, J.K. CEMENT, AMBUJA, NIRMEX, BINANI, JAYPEE CEMENT, CENTURY CEMENT

5. White Portland Cement BIRLA, WHITE, JK WHITE, ACC

6. Reinforcement Bar (Thermo Mechanically Treated)/ Structural Steel (as per IS : 1786,IS:226)

TATA, SAIL, RASTRIYA ISP AT NIGAM LTD., JINDAL STELL & POWER LTD., JSW STEEL LTD.

7. Oil Bound Washable Distemper BERGER PAINTS, SHALIMAR PAINTS, ASIAN PAINTS, NEROLAC, ICI (Annexure ‘B’)

8. Acrylic Distemper BERGER PAINTS, SHALIMAR PAINTS, ASIAN PAINTS, NEROLAC, ICI (Annexure ‘B’)

9. Premium Acrylic Emulsion Paints BERGER PAINTS, SHALIMAR PAINTS, ASIAN PAINTS, NEROLAC, ICI (Annexure ‘B’)

10. Cement Primer BERGER, ASIAN PAINTS, ICI, SHALIMAR (Annexure ‘B’) 11. Steel Primer ICI, NEROLAC, ASIAN PAINTS, SHALIMAR (Annexure ‘B’)

12. Wood Primer ICI, NEROLAC, ASIAN PAINTS (WHITE), SHALIMAR (Annexure ‘B’)

13. Textured Exterior Paint

ASIAN PAINTS (APEX WITH HONEY COMBROLLER FINISH) ICI (WEATHER SHIELD WITH HONEY COMB ROLLER FINISH, KANSAI NEROLAC (EXCEL WITHHONEY COM ROLLER FINISH), LUXTURE SURFACE COATING

14. Epoxy Paint ASIAN, ICI, KANSAI NEROLAC,BERGER 15. Performance Coating for Fire Protection AKZO NOBEL COATINGS INDIA LTS., ASIAN PAINTS 16. Water Proofing Cement Paint ASIAN PAINTS, SNOWCEM INDIA LTD., BERGER PAINTS,

SHALIMAR PAINTS 17. Non Metallic Floor Hardener ( Dry Shake Topping) MC BAUCHEMIE (INDIA), FOSROC, HUNTSMAN, BASF. 18. Synthetic Enamel Paint BERGER, ASIAN PAINTS, ICI, NEROLAC, SHALIMAR

(Annexure ‘B’) 19. Vitrified Tiles RIWASA, OASIS, NITCO, SWASTIK, SOMANY, KAJARIA ,

ORIENT-Bell 20. Ceramic/ Wall Tiles OASIS, NITCO, ORIENT-Bell, SWASTIK, KAJARIA, SOMANY 21. Ceramic Glazed Tiles OASIS, NITCO, ORIENT-Bell, SWASTIK, HINDWARE,

KAJARIA 22. Gypsum Board SAINT GOBAIN, LAGYP BY LAFARGE-BORAL GYPSUM,

INDIA GPSUM 23. Mineral Fiber False Ceiling ARMSTRONG, HUNTER DOUGLAS, DEXUNE, SAINT

GOBAIN, VNEXT 24. Metal False Ceiling ARMSTRONG, HUNTER DOUGLAS, DEXUNE, SAINT

GOBAIN 25. Mosaic and Chemered Cement Concrete Tiles NITCO, KERAMOS, HINDUSTAN, UNISTONE, ARIHANT 26. Anodized Aluminum Hardware Fittings EVERITE, KINLONG, ACME 27. SS Fitting EVERITE, KINLONG, ACME 28. Float Glass Reflective Glass Mirror Glass MODI GURD, SAINT GOBAIN, TATA-ASHAI,HNG, AIS-

GLEVERBEL, PILKINGTON 29. Commercial Board, Ply, Teak Ply Commercial Ply CENTURY, GREEN PLY GARNET, DURO (Annexure ‘A’) 30. Hardware, Patch Fittings and Friction Hinges HETTICH, DORMA, ACME 31. Factory made Flush Door Shutter, Panel Door

Shutter CENTURY DOORS, DURO GREEN PLY, GARNET (Annexure ‘A’)

32. Pre-laminated Particle Board CENTURY , GREENPLY, DURO, GARNET 33. Floor Spring for Aluminum Doors HARDWYN, GODREJ, DORMA, DORSET, ACME 34. Aluminum Section HINDALCO, INDALCO, JINDAL, MAHAVIR 35. PVC Tiles/ Rolls (Normal & Antistatic) ARMSTRONG, LGHAUSYS, UNITEX 36. Polyurethane Insulation LLPYD INSULATIONS, HUNTSMAN, AIP HEYWORTH,

QUICK BUILD 37. UPVC/CPVC/PVC pipe, Fittings and Fixture FINOLEX, ASTRAL, SUPREME POLO-PLAST, GEORGE

FISHER 38. Fire Proof steel Doors and General Purpose Steel

Doors METAFLEX, SHAKTI HORMANN, PROMAT, BHAWANI FIRE PROTECTION

39. G.I. Pipe JINDAL ( HISSAR), TATA, SURYA

Page 23: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Sl. No. Material Manufacturer

40. Silicone Sealant /Sealant GE, DOW CORNING, WACKER, SIKA, BECKER 41. Expansion Joint Filler Board Polyethylene Board

(Crosslink: SIIFLEX) SUPEREME INDUSTRIES, SHALITEX, BENGAL BITUMEN, ISOFOAM

42. Flexible Epoxy in Control/ Isolation joints SANFIELD, BOSTIK, FLEXJOINT OF CORROSION ENGINEERING

43. EXTRUDED Polystyrene Board Insulation (XPS Board)

DOW BUILDING SOULTIONS, OWENS CORNING, ISOFOAM, SUPREME PETROCHEM INDUSTRIES LTD.

44. Polycarbonate sheet COXWELL, SUNPAL, DANPALON, GALLINA 45. Powder Coated GI Sheet TATA, ESSAR, JSW, STEEL LTD 46. Melamine Polish ASIAN PAINTS, PIDILITE, ICI, DULUX 47. Stainless Steel Railing JINDAL, DORMA, GEZE, KICH 48. Hermitically sealed performance glass Toughened

Glass, DGU AUTHORIZED FABRICATIORS (MODI GUARD, SAINT GOBAIN, TATA-ASHAI, HNG, AIS-GLEVERBEL, PILKINGTON

49. Fire rated vision Panels SAINT GOBAIN, PILKINGTON, SCHOTT, FERILITE, PAYROGUARD

50. Skylight Thermoform MCCOY ARCHITECTURAL SYSTEM VERGOLA, ABUCOB 51. EPDM HANU, OSAKA, ALPS,AEROFLEX, K FLEX 52. Polyester Powder Coating Shades NEROLAC, BERGER, J&N 53. Poly-Sulphide Sealant FOSROC, SIKA, PIDILITE, CHEMBOND ULTRACON 54. Tile and Stone Adhesive, Grouting Compound PIDILITE, BAL ENDURA, FERROUSCRETE, MYK-

LATICRETE 55. Dash and Anchoring Fasteners HILTI, FISCHER, BOSCH, WURTH 56. Wall Putty BIRLA WALL CARE, JK WHITE, SHAKTI/ SHALIMAR,

LUXTURE SURFACE COATING 57. Curing compound FOSROC, SIKAM CICO, BASF, PIDILITE, ULTRACON,

ULTRA GREEN 58. G.I. Fittings TATA, UNIK, ZOLOTO 59. HDPE Pipes SUPREME,ASHIRWAD, ASTRAL 60. DI PIPES ELECTROSTEEL, JAI BALAJI 61. DI Fitting KARTAR ELECROSTEEL, JAI BALAJI 62. CI Fitting NECO,SKF, BIC 63. CI Double Flanged sluice valve KIRLOSKAR, SONDHI, KEJRIWAL 64. Float Valve LEADER, ZOLOTO 65. Centrifugally Cast (Spun) Iron (IS-3989) Pipes &

Fittings NECO, SKF, BIC, RIF

66. Centrifugally Cast (Spun) Iron (Class LA) Pipes NECO, KAILANSH, ELECTROSTEEL 67. C.I. Manhole cover, frames and GI Gratings RBA FERRO, WALTZER, KAJECO, NECO,SKF, BIC 68. SFRC Manhole covers and gratings KK, JAIN, PARGATI, ARZOO 69. Gun Metal Valves, globes LEADER, ZOLOTO, LK 70. CP Brass Fittings CERA, ROCA, KOHLER, TOTO 71. Sanitary Fittings and Accessories ROCA, SUPREME, KOHLER, CERA 72. Water Meter LEADER, ZOLOTO,LK 73. Brass Stop and Bib Cock LEADER, ZOLOTO,LK 74. Non Return valve (check valve) H” to 1 1/4” LEADER, ZOLOTO,LK 75. Insulation for hot water pipes KAIFLEX, ARMAFLEX, CAREFLEX 76. Toile Cubicles MERINO INDUSTRIES LTD (TITAN SERIES), GREEN

STURDO, GREEN PLY INDUSTRIES LTD (GREENLAM STURDO CLASSIC), TRESPA, DORMA

77. European WC, Indian WC, Washbasin, Urinals JAQUAR, KOHLER, CERA, TOTO 78. Stone ware pipes PERFECT, MOLI CERMICS, BIKANER CLAY PRODUCTS 79. GULLY TRAPS PERFECT, PARRY, JAYASWAL- NECO, MOLI CERAMICS,

BIKANER CLAY PRODUCTS 80. Atactic Poly Propylene Sheet BITUMAT, PIDILITE, STP, HTL 81. UPVC Doors and Windows FENESTA, ALUPLAST, DUROPLAST ENCRAFT (INDIA)

KOMMERLING (INDIA) DECEUNINCK (INDIA) 82. Heat Resistant Tiles SWASTIK, THERMATEK, OASIS 83. Gypsum Plaster FERROUS CRETE, GYPROC SAINT GOBAIN, BORAL

GYPSUM 84. Floor Hardener IRONITE, FERROK, HARDONATE, ULTRACON 85. Modular Expansion Joint HERCULUS, VEXCOLT, DEVIN, CS 86. Vitrified Pool Tiles JOHNSON ENDURA, KAJARIA, SOMANY,OASIS 87. Sports Vinyl Flooring GER FLOOR, TARETT, OMANI 88. Furnishing / Partition VISTA, VENETION, BLIND, D’SPAZE, MAC, VNEXT 89. Concrete Pump Primer/ Pumping Aid SLICK- PAK, ULTRACON, BASF, FOSROC 90. Furniture/Compactor/ Steel Almira / Chair /

Customized Item DELITE HI-TECH, GODREJ, HEYWORTH STEELCASE, ROCKWORTH

91 Floor Grating NEER, GMGR 92. PVC Cistern JAQUAR, HINDWARE, KOHLER, SHAKTI 93. Pressure Reducing Valve ZOLOTO LEADER, CIM 94. Soap Dispenser EURONICS, HINDWARE, JAQUAR, SHAKTI 95. Crystalline Water Proofing Admixture PENETRON, KRYTON, PIDILITE, FOSROC 96. Stainless Steel Sink NEELKANTH, NIRALI, SHAKTI 97. Ball Valves RAPID CONTROL, CIM, SKS, L&T VALVES, LEADER,

ZOLOTO 98. Butterfly Valve KRILOSKAR, CASTLE, KSB, LEADER, ZOLOTO 99. Hardware For UPVC Doors And Windows GU, ROTTO, COTSWOLD, DORSET, DNV GLOBAL

Page 24: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Sl. No. Material Manufacturer 100. Color Coated Galvanized Sheet For Decking /

Roofing TATA, LLOYD METAL, CRAFT

101 Mechanical Coupler For Reinforcement DEXTRA, SANFIELD, BARSPLICE 102. RMC ACC, LAFARGE, ALCHON, ULTRA TECH, NDCON

CONSTRUCTION and SHAILA ENTERPRISE. 103. SWR Pipe & Fitting SUPREME, FINOLEX, POLOPLAST 104. Eco Drain/ NU Drain & Fitting SUPREME, ASTRAL 105. Overhead four layer tank SINTEX, TITUS, SUPREME, FRONTIER 106. Insulation Nitrile AEROCELL K-FLEX, ARMAFLEX, A-FLEX 107 ACOUSTICS ALP, HAYAKAWA, ACOUSTIBLOCK, ARMACELL,

ACCOSOUND 108 Rubber Sports Flooring ALP, CCIL, ECOFLEX 109 Waterproofing HAYAKAWA, RUBBER CO., GRACE, BASF, ULTRACON,

ULTRA GREEN, CHEMBOND 110 Commercial Ply Board CENTURY , GREEN PLY,GARNET, DURO 111 Ply Wood Work CENTURY , GREEN PLY,GARNET, DURO Annexure ‘A’ 112 PLY BOARD with VENEERING work CENTURY , GREEN PLY,GARNET, DURO 113 POLYSTYRENE SANDWICHED INSULATED

CONCRETE BLOCK (FOR EXTERNAL WALLS) CHELSEA BLOCKS & PIPES PVT. LTD. (CHELSEA CONCRETE), KJS CONCRETE,

114 HOLLOW BLOCKS CHELSEA BLOCKS & PIPES PVT. LTD. (CHELSEA CONCRETE), KJS CONCRETE, MGM CONCRETE & ECOLOGIC CONCRETE, ABSOLUTE CEMENT,

115 SHOT BLASTED PAVERS (Production by Fully Computerized Mixing & Shaping on Compaction Vibration Machine Condition)

KJS, PAVE ESPANIA

116 HEAVY DUTY ROAD PAVERS ( M-40 FOR CAR PARKING AREA) ANY MAKE CEMENT (Production by Fully Computerized Mixing & Shaping on Compaction Vibration Machine With Steel Moulds & curing in controlled Condition)

PAVE ESPNIA , KJS CONCRETE, CHELSEA, G.M. CONCRETE

117 ANTI SKID LIGHT DUTY ROAD PAVERS (M-30 GRADE FOR FOOTPATHAND WALKWAYS) (Production by Fully Computerized Mixing & Shaping on Compaction Vibration Machine With Steel Moulds & curing in controlled Condition)

PAVE ESPNIA , KJS CONCRETE, CHELSEA, G.M. CONCRETE

118 GRASS GRID & KERB STONE (Production by Fully Computerized Mixing & Shaping on Compaction Vibration Machine With Steel Moulds & curing in controlled Condition)

PAVE ESPNIA , KJS CONCRETE, CHELSEA, G.M. CONCRETE

119 Solid Block (Production by Fully Computerized Mixing & Shaping on Compaction Vibration Machine With Steel Moulds & curing in controlled Condition)

KJS, CHELSEA BLOCKS, PAVE ESPNIA, G.M. CONCRETE

120 SAUCER DRAIN KJS CONCRETE, KONKRETE KONCEPTS COMPANY, ABSOLUTE CEMENT

121 BOLLARD TERRA FIRMA, KONKRETE KONCEPTS ABSOLUTE COMPANY , KK CEMENT

122 DRAIN COVER KJS CONCRETE, KONKRETE KONCEPTS ABSOLUTE COMPANY , KK CEMENT, ARZOO

123 MANHOLE COVER KJS CONCRETE, KONKRETE KONCEPTS ABSOLUTE COMPANY , KK CEMENT, ARZOO

124 AAC BLOCK FOR BOUNDARY WALL & FILLER WALLS

ANY MAKE (Production by Fully Computerized Mixing & Shaping on Compaction Vibration Machine With Steel Moulds & curing in controlled Condition)

125 INDOOR AND OUTDOOR RECTIFIED TILES CEREMIC TILES

OASIS, SWASTIK, NITCO, KAJARIA, SOMANY

126. Rain water pipe ASTRAL, SUPREME 127. ALUMINUM COMPOSITE PANEL ALUCOBOND, ALUDECOR,REWBOND 1. The Contractor will submit "Material Test Certificate of Manufacture" & G.S.T. NOS of Manufactures of Original Bills of

respective items for specific work to Engineer-in-Charge of work. 2. Contractor will submit Certificate with supporting document regarding Complete Setup of Testing Laboratory with

testing equipments and tools etc. as per ASTM/DIN/ BIS/ NABL as applicable for conducting necessary and Mandatory Tests.

3. Contractor will submit regarding Copy of Test Certificates of Manufacture regarding that Full Tests were conducted during production of respective Items as per relevant codes.

4. Contractor will submit the Copy of Relevant ISO Certificate's regarding Establishment and running, operation of manufacturing units of relevant items.

5. For RMC- Lot wise original Bills/ Tax Invoice of respective RMC Branded Producer as per list approved from whom they procure RMC for specific work to Engineer-in-charge of work.

6. The Agency contractor has to submit all G.S.T Registration no of dealers/ manufactures/ suppliers of Raw material in a sequence chain method and relevant transaction Nos.

Page 25: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

ANNEXURE 'A'

PRODUCT SARDA PLYWOOD INDUSTRIES LTD

CENTURY PLYBOARD (I) LTD

GREENPLY INDUSTRIES LTD

SURYA MANUFACTURING PRIVATE LIMITED

(GARNET)

MR PLYWOOD (IS-303) DUROPLY CENTURY PLY GREEN GOLD MR GRADE PLYWOOD

BWP PLY (IS-710) DURO PUMAPLY

(BWP IS-710) CENTURY BWP IS -710

GREEN GOLD BWP IS 710

BWP GRADE PLYWOOD

MR BORAD (IS1659) DUROBOARD-MR CENTURYBOARD – MR GREEN GOLD BOARD –MR

MR GRADE BLOCK BOARD PINE 19MM

BWP BOARD (IS-1659) DUROBOARD-BWP CENTURY BOARD BWP GREEN GOLD BOARD –BWP

BWP GRADE BLOCK BOARD

TEAK PLY (IS 1328) DUROTEAK CENTURY TEAK PRIME

PLUS HZ GREEN TEAK

PRIME

NATURAL TEAK PLWOOD & BLOCK

BOARD

OST/BST PLY DURO OST/BST CENTURY OST/BST GREEN OST/BST

OST/BST BOARD DURO OST/BST CENTURY OST/BST GREEN OST/BST

FLEXI PLY (BWP) DUROFLEX (4MM, 6MM, 9MM, 12MM,

16MM)

CENTURY FLEXI (4MM, 6MM,9MM, 12MM,

16MM)

GREEN FLEXI (4MM, 6MM, 9MM, 12MM,

16MM) FLEXI PLYWOOD

FIRE PLY (IS-5509) DURO FIRESHIELD CENTURY FIRE SAFE FIRE RETARDANT

PLYWOOD

MARINE PLYWOOD DURO MARINE GREEN CLIB PLY BWP

IS -710 ARCHITECT PLY IS

710

FLUSH DOOR(IS-2202 PART-1)

DURO DOOR BWP CENTURY PRIME FLUSHDOOR BWP

GREEN FLUSHDOOR BWR

BWP GRADE FLUSH DOOR

VENEER DURO NATURE

SIGNATURE CENTURY VENEER

NATURAL DECORATIVE VENEER PLY

D.N. TEAK PLYWOOD 4MM

DECORATIVE

NATURAL TEAK PLYWOOD 4 MM

ECONOMIC RANGE PLY BOARD

SARDA PLYWOOD INDUSTIRES LTD

CENTURY PLYBOARD (I) LTD

GREENPLY INDUSTRIES LTD

SURYA MANUFACTURING PRIVATE LIMITED

MR PLYWOOD DUROMAC PLY- MR SAINIK PLY- MR ECOTECH PLY- MR SURYA PLY-MR

BWR PLYWOOD DUROMAC PLY-

BWR SAINIK PLY- BWR

ECOTECH PLY- BWR

SURYA PLY BWR

MR BOARD DUROMAC BOARD-

MR SAINIK BOARD - MR

ECOTECH BOARD-MR

SURYA BOARD MR

BWR BOARD DUROMAC BOARD-

BWR SAINIK BOARD BWR

ECOTECH BOARD- BWR

SURYA BOARD- BWR

FLUSH DOOR (IS -2202 PART-10)

DUROMAC FLUSH DOOR BWR

SAINIK FLUSH DOOR BWR

ECOTECH FLUSH DOOR BWR

SURYA FLUSH DOOR BWR

Page 26: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Annexure 'B'

Paint Comparison Chart

Product Company Shalimar Paints Asian Paints Nerolac ICI AKZONOBEL

(Dulux) Berger Paints

Premium Exterior Emulsion

Xtra Maxima, Weatherpro

Apex Ultima Impression Excel Weathershild Ultra

Clean Weathercote

Allgaurd

100% acrylic Exterior Emulsion

Xtra Apex Excel

Dulux Weathershield/ Dulux Premium

Exterior Emulsion

Weather coat smooth

Semi acrylic Exterior Emulsion

Shaktiman Ace Suraksha + Plus Dulux Promise Walmasta

Luxirior Interior Emulsion

Husain /Signature / Stay clean

Royale Shine Impression Velvet Touch Luxol Silk

Premium Plastic Emulsion Interior

SAPEP Asian premium

Emulsion Nerolac Beauty

Gold Dulux(DAEP) Rangoli Super acry

Eonimical/ Regular Quality Emulsion

interior NO. 1 Silk, Master Tractor Beauty Silver Promise Interior Bison Emulsion

Acrylic Distemper interior

No. 1 PAD Tractor AD Nerolac Beauty

OBD Duwal Acryle Distmper IAD

Bison Acrylic Distemper

Synthetic Enamel (Lustre)

Superlac Lustre finish

Asian Pants Lustre Pearl Lustre Dulux Lustre Luxol Lustre

Enamel

Synthetic Ename (Satin)

Superlac Satin finish

Apcolite Premium satin

Nerolac Satin Enamel

Dulux Satin Finish Luxol satin Enamel

1st Quality Synthetic Enamel

Super Hi-Gloss (SHE)

Apcolite (ASE) Nerolac (NSE) Dulux Hi glass Luxol Enamel

2nd Quality Enamel

GP Gattu Goody Duwel Enamel Butterfly

PU based wood finish

Jetlac Carewood Touchwood Wonderwood PU Wood Care Woodkeeper

Cement Based Paint

Maha Cemkote Uatsavcem

Product Name NAME OF BRANDS / COMPANY

Wall Putty Cement Based Shakti/ Shalimar ,Birla, J.K/BJN Paints

Exterior Primer before and after Putty Shakti/ Shalimar ,Nerolac, Asain, Burger & ICI AKZONOBEL

(Dulux) ,BJN Paints(Sherwin Williams)

Interior Primer before and after Putty WTCP/ Shalimar ,Nerolac,BJN Paints (Sherwin Williams),

Asain, Burger & ICI AKZONOBEL (Dulux)

Wood Primer /Pink Primer Shalimar, Asian,BJN Paints Berger, Nerolac & ICI

AKZONOBEL (Dulux)

Steel Primer or Red Primer Shalimar, Asian,BJN Paints, Berger, Nerolac & ICI

AKZONOBEL (Dulux)

Water proof Cement Paint Snowcem, Kilichnixon, Durocem,BJN Paints, Berger, ICI

AKZONOBEL (Dulux)

Page 27: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

List of testing equipment to be provided by the contractor at site lab:

a) Balances:

i) 7 kg to 10 kg capacity, semi-self indicating type-Accuracy 10 gm.

ii) 500 gm capacity, semi-self indicating type-Accuracy 1 gm.

b) Sieves : as per IS: 460-1962

i) 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50 mm, 40 mm, 25 mm, 20 mm, 12.5mm, 10 mm, 6.3 mm, 4.75 mm, complete with lid and pan.

ii) 200 mm internal dia (brass frame) consisting of 2.36 mm, 1.18 mm, 500 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan.

iii) Sieve shaker: Capable of 200 mm and 300 mm dia. sieves, manually operated with timing switch assembly.

c) Equipment for slump test- slump cone, steel plate, tamping rod, steel scale, scoop-10 Nos.

d) Equipment for concrete testing

Concrete cube moulds 15x15x15cm- 150 Nos.

i) Pruning rods 2Kg weight, length 40cm and ramming face 25mm - 2 Nos.

e) Compression testing machine: Capacity 100 tonnes electrical -cum- manually operated-2 Nos.

f) Graduated measuring equipment: Cylinders- 250ml, 500ml - 5 each. Beaker capacity 500ml, 200 ml, -5 each, wash bottles capacity 50 ml- 5 no. and thermometer 0-100 degree centigrade - 5 no.

g) Enamel trays (for efflorescence test for bricks)

i) 300 mm x 250 mm x 40 mm - 10 Nos.

ii) Circular plates of 250 mm dia - 10 Nos.

h) Ultrasonic Pulse Velocity Test Equipment (For concrete) - 1 No.

i) Other instruments: Measuring tape 3 m- 48 Nos., Steel tape- 24 m, Vernier calipers,plumb bob, spirit level minimum 30 cm long with 3 bubbles, wire gauge (Circular type) disc, steel foot rule, long nylon thread, magnifying glass, moisture meter, Meggar (for electrical division),plastic bags for taking samples etc.

j) Laser Distance Meter of 200 metre range with Bluetooth connectivity - 5 Nos.

k) Laser level.

l) Aggregate impact test apparatus as per IS 2386 part - IV-1963

m) Compaction apparatus (proctor) as per IS 2720 part - VII-1974

n) Earth Resistance Test (Electrical)

o) Meggar (Electrical)

APPROVED MAKES – HVAC WORKS Approved makes: Tenderers should base their offer on the following makes of Equipment only which are acceptable to

Consultant/ Engineer-in-Charge.

Sl. No. Item Approved Makes

1. AIR COOLED SCREW CHILLING MACHINES WITH EVAPORATIVE COOLING KIT (AHRI/ EUROVENT CERTIFIED ONLY)

: CARRIER, TRANE, YORK

2. AIR HANDLING UNITS WITH FANS OF NICOTRA/ KRUGER / VTS COMEFRI

: EDGETECH, SYSTEMAIR, VTS, ZECO

3. TFA WITH HEAT RECOVERY WHEEL/ ENERGY RECOVERY VENTILATORS

: DRI, FLAKTWOOD (SEMCO)

4. CHILLED WATER CASSETTES : BHUTORIA, EDGETECH, TRANE

5. COOLING COILS : EDGETECH, WAVES, ZECO

6. FAN COIL UNITS : EDGETECH, WAVES, ZECO

Page 28: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Sl. No. Item Approved Makes

7. SPLIT AC UNITS : CARRIER, BLUESTAR, HITACHI, VOLTAS, O-GENERAL, DAIKIN

8. MOTORS : SIEMENS, ABB, KIRLOSKAR, ALSTOM, CROMPTON, MARATHON

9. PUMPS (COND./HOT/PRIMARY CHILLED WATER) : CROMPTON GREAVES, BEACON, KIRLOSKAR, KSB

10. VARIABLES SPEED DRIVE SECONDARY CHILLED WATER PUMPING SYSTEM

: ARMSTRONG, GRUNDFOSS, XYLEM

11. V F D : DANFOSS, FUJI, VACON

12. PRECISION AC UNITS : BLUEBOX, STULTZ, CLIMAVENETA

13. CENTRIFUGAL FANS : NICOTRA, KRUGER, COMEFRI, HUMIDIN, GREENHECK, AIRFLOW

14. AXIAL FLOW FANS : GREENHECK, KRUGER, SYSTEMAIR, HUMIDIN, AIRFLOW

15. JET FANS : GREENHECK, KRUGER, SYSTEMAIR, AIRFLOW

16. INLINE FANS : NICOTRA, PINEAIR, KRUGER

17. COOLING TOWER : BELL, PAHARPUR, FLOWTECH

18. PROPELLER FANS : KHAITAN, PINEAIR, ALSTOM, CARYAIRE

19. BALANCING VALVES : ADVANCE, CASTLE, OVENTROP

20. BUTTERFLY VALVES : ADVANCE ,CASTLE, VALTREE, L&T VALVES, ,BELIMO

21. P.I.D. VALVES : DANFOSS, OVENTROP,BELIMO ADVANCE, FRESE, CASTLE

22. BALL VALVES : RAPID CONTROL, TOUR & ANDERSON, CIM, SKS, L&T VALVES

23. NON RETURN VALVES : ADVANCE, CASTLE, L&T VALVES

24. PRE INSULATED VALVES : VALTREE, KRISH VT

25. POT/Y-STRAINER/SUCTION STRAINER / AIRVENT : EMERALD, RAPID CONTROL, SKS D.S. ENGG

26. COMBINED AIR & DIRT SEPARATOR : SPIROTECH, SPIROTHERM

27. VACUUM DEGASSER : SPIROTECH, SPIROTHERM

28. HEAT PUMP : CLIMAVENETA, DIMPLEX ROSEMAX-MAMMOTH, CARRIER, YORK,BLUE BOX

29. ELECTRIC HOT WATER GENERATOR : RAPID-COOL,KEPL,BLUE BOX,CLIMAVENENTA

30. CARBON PANEL FILTERS : HONEYWELL, RYDAIR, TRION

31. ELECTROSTATIC PRECIPITATORS (ESP) : HONEYWELL, RYDAIR, TRION

32. FILTERS/ PANEL FILTERS : THERMADYNE, CAMFIL FARR PUROMATIC, SPECTRUM

33. FDV UNIT (FORCED DRAFT VENTILATION) : EDGETECH, RCS, ZECO, HUMIDIN

34. COOLING PADS : ECOCOOL, MUNTER (ITALY), GIGOLA (ITALY)

35. DEHUMIDIFER UNIT : BRYAIR, MUNTER

36. PIPES (MS/GI) : APL APOLLO, JINDAL HISSAR, TATA, JINDAL STAR, PRAKASH SURYA

37. PIPE INSULATION (EXPANDED POLYSTRENE) : BEADSELL, STYRENE, PERFECT PACK

38. REFRIGERANT PIPING(COPPER) : RAJCO, MANDEV, KARAN METALS

Page 29: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Sl. No. Item Approved Makes

39. DUCT & REFGT. PIPING THERMAL INSULATION CLOSED CELL / CROSS LINKED ELASTOMERIC / POLYETHYLENE FOAM

: ARMAFLEX, AEROFLEX, TROCELLEN, K FLEX

40. DUCT ACOUSTIC LINING : UP TWIGA, OWENS CORNING

41. G.I. SHEETS : TATA, SAIL, JINDAL

42. ALUMINIUM SHEETS : INDALCO, HINDALCO, BALCO

43. FACTORY FABRICATED DUCTS : DUCTOFAB, ROLASTAR, ZECO

44. PRE INSULATED DUCT : ZECO, P3, ALP

45. STEM THERMOMETERS (V - GROOVED) : EMRALD, H.GURU, JAPSIN

46. DUCT HANGERS : GRIPPLE, DOBYGRIP`

47. PHI CELLS : PUREAIR, RGF

48. DIGITAL THERMOMETER : STAEFA, JOHNSON, SEIMENS, HONEYWELL

49. PRESSURE GAUGES : H. GURU, FIEBEG, MARSH, EMERALD

50. ALUMINIUM GRILLES / DIFFUSERS : RAVISTAR, SERVEX, PINEAIR, AIRFLOW

51. FIRE DAMPERS : RUSKIN, GREENHECK, RAVISTAR, AIRFLOW

52. ACTUATOR FOR FIRE DAMPER : SIEMENS, BELIMO

53. ANALOG MEASURING METERS : AE, RISHAB

54. P.U.F. PIPE SUPPORTS : MALANPURENTECH, MULTI PRODUCTS, BEST PLASTRONICS

55. BITUMENOUS PRODUCTS/ MASTICS : S.T.P., TIKKI TAR

56. CPRX COMPOUND : SHALIMAR PAINTS, ASIAN PAINTS

57. GATE VALES & GLOBE VALVE (GUN METAL) (DRAIN VALVE)

: LEADER, ZOLOTO

58. AUTO AIR VENT WITH STOP VALVE : ANERGY, RAPID CONTROL, EMERALD

59. FIRE RESISTANT HESSAIN/ CANVAS : ARCHNA CHEMICALS, NAVAIR

60. RUBBER PADS / VIBRATION ISOLATORS : RESISTOFLEX, EMERALD, KANWAL

61. MODULATING VALVES (3-WAY/2-WAY) : HONEYWELL, JOHNSON, ANERGY RAPID CONTROL

62. THERMOSTAT AND ACTUATOR FOR 2-WAY / 3 WAY VALVE

: ANERGY, HONEYWELL, SIEMENS, RAPID CONTROL

63. ENERGY METERS : SEIMENS, HONEYWELL, ANERGY

64. FLOW SWITCH (BELLOW TYPE) : RAPID CONTROL, ANERGY

65. AIR-CURTAINS : MITZVAH, BEACON, SAM

66. SCALE PREVENTER : SCALE GUARD, CRYSTELLO

67. FLEXIBLE DUCT : PINEAIR, CARRYAIR, GPSPIRA

68. FLEXIBLE COUPLINGS : KANWAL, RESISTOFLEX, CORI

69. TUBULAR HEATER : DASPASS, ESCORTS

70. ELECTRICAL STARTERS / CONTACTORS : SIEMENS, L&T, BCH

Page 30: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Sl. No. Item Approved Makes

71. CONTROL CABLES COPPER CONDUCTOR : NATIONAL, ECKO, FINOLEX

72. L.T. POWER ALUMINIUM / COPPER CABLES (FRLS) : FORT GLOSTER, CCI, UNIVERSAL, CCI MUMBAI, UNICO (MP)

73. PANEL BOARDS (POWDER COATED) & CONTROL CONSOLE

: KEPL,TRICOLITE, ADELEC, ZENIYA, SP ELECTROTECH, NEPTUNE

74. ACB MICROPROCESSOR : L&T, SIEMENS, G.E. (SPECTRONICS), SCHNEIDER

75. M.C.C.B. WITH ROTARY HANDLE : L&T, SIEMENS, G.E, HAVELLS

76. SELECTOR SWITCH : L&T, SIEMENS, G.E, HAVELLS

77. MEASURING METER : AE, RISHAB

78. CURRENT TRANSFORMER (CAST RESIN) : AE, KAPPA, PRECISE

79. INDICATING LAMPS (LED TYPE) : SIEMENS, L&T, TELEMECANIQUE

80. PERFORATED CABLE TRAYS : INDIANA, SLOTCO, BHARTI OF APPROVED SHADE

81. CABLE GLANDS : COMMET, GRIPWEL

82. SOLDERLESS LUGS : DOWELLS

83. PUSH BUTTON : SIEMENS, L&T, TELEMECANIQUE

84. CAPACITORS (APP TYPE) : SIEMENS, L & T, ASIAN, GE

85. CONTROLS : HONEYWELL, STAEFA, RAPID CONTROL, JOHNSON

86. MOTOR PROTECTION CIRCUIT BREAKERS : SIEMENS, LOAD KONTACT (MDS), L&T, GE, HAVELLS

87. COPPER WIRES : FINOLEX, ECKO, R.R. KABLE

88. DIGITAL VOLTMETER & AMMETER WITH SELECTOR SWITCH

: ENERCON, L&T, DUCAT

89. CONTACTORS : L&T, SIEMENS, G.E, SCHNEIDER

90. THERMAL OVER LOAD RELAY : L&T, SIEMENS, G.E

91. SINGLE PHASING PREVENTOR : MINILEC, BCH

92. MINIATURE CIRCUIT BREAKER : HAGER, MDS, GE, SIEMENS, SCHNEIDER

NOTES:

1. For chilling unit the firm must quote out of the makes specified.

2. Out of the approved makes of material mentioned above, the make of material to be used on the work shall be specified to the contractor during technical and financial evaluation as decided by the Engineer-in-Charge jointly.

3. In respect of materials for which approved makes are not specified above, these will be of makes to be decided by the Engineer-in-Charge and as per sample approved before procurement.

4. The contractor shall submit samples of all materials before procurement for approval and shall procure directly from the manufacturer or their stockiest.

5. The engineer in charge shall be finally deciding authority for acceptance of samples /makes

Page 31: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

LIST OF APPROVED MAKES OF MATERIALS FOR ELECTRICAL RELATED WORKS

Wires : RR Kabel / Havells / Finolex / Anchor / Polycab / skytone / Rallison / Tamra

Modular Switches/Sockets : Northwest / Legrand / Havells / Honeywell (MK) / Anchor / Benlo / Hager / RR

Elect

Phenolic sheet : Super hylem / Formica

Ceiling fan(5Star rated) : Havells / Crompton / Usha / Anchor / RR Elect / GE

LED Light fitting : Phillips / Havells / wipro / C&S / Panasonic / RR Elect / Benlo / Crompton / Osram

LT Panel/ PLC Board : Neptune, Adlec, Tricolite, Zeniya, Standard, SPC Electrotech, Surendra

Electricals, Advance

Exhaust fan : Havells / Anchor / RR Elect / Crompton / Usha / GE

Brass Batten holder : Kinjal / Antex / Anchor / Havells

M.S. Conduit : NIC / BEC / SK / AKG

MCB : Hager / Legrand / Anchor / Honeywell (MK) / ABB / Benlo

MCB DB : Hager / Legrand / Anchor / Honeywell (MK) / Anchor ABB / Benlo

MCB ISOLATER : Hager / Legrand / Honeywell (MK) / Anchor / ABB / Benlo

MCCB, ACB : Schneider / L&T / ABB / Benlo / HPL / C&S / Siemens / Legrand

TIMER : LEGRAND / L&T / Siemens / Schneider / Benlo / Havells

PVC Conduit : Polycab / AKG / SK / Precision / Anchor

Power / Control Cables : RR Kabel, Havells, Finolex, Polycab, skytone, Rallison, KEI

MICC Cable : Tyco, Pyrotenax, Jiuli

Bus duct : C&S / L&T / LEGRAND / GE / Zeniya

Lift(Gearless) : Otis / Schindler / Mitsubishi / Kone / Jonson

Power/Control cable : RR Kabel, Finolex, Polycab, skytone, Rallison, KEI

Auxiliary relay & contractor : GE / L&T / Siemens / Schneider / Havells

Timer : GE / L&T / Siemens / Schneider / Cutlarhammer

Voltmeter & Ammeter : AE / L&T / Neptune

Indicating Lamp : Vaishno / Siemens / L&T

Selector Switches : L&T / Siemens / Kaycee

Note: - The engineer in charge shall be final binding authority for acceptance or approved make.

Page 32: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

DG SET

Sl. No. Item Makes

(i) Engine Kirloskar, Cummins, Caterpillar

(ii) Alternator Stamford, Kirloskar Green, Crompton Greaves, Caterpillar

(iii) Relays PLA, Puneet

(iv) Contractors SIEMENS / L&T / GROUP SCHNEIDER (TELEMECHANIQUE) / ABB / LEGRAND / HONEYWELL

(v) M.S. Pipes Tata Steel, Jindal (Hissar), HSL

(vi) Anti Vibrations Mountings Dunlop, Cummins

(vii) Batteries Exide, Standard, Furukawa, Amarraja, Cummins

(viii) AMF Panel Board Tricolite, Legrand (Adlec), Neptune,SPC eletrotech,Zeniya, Standard, Sudhir Power or as

per make of OEM , Surendra Electricals, Advance

(ix) Battery Charger Volstat, Chhabi Electricals, Caldyne, Mahamai/Galaxy

Note: - The engineer in charge shall be final binding authority for acceptance or approved make.

Page 33: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

LIST OF APPROVED MAKES OF MATERIALS - SUB STATION

11 KV VCB PANEL :: SIEMENS /ABB / SCHNEIDER

ACB WITH VARIABLE MICRO-PROCESSOR BASED RELEASES (O/C, S/C &

E/F) : SIEMENS /L&T / ABB /SCHNEIDER / LEGRAND

MCCB WITH VARIABLE (STATIC/ MICROPROCESSOR BASED/ THERMO

MAGNETIC RELEASES ) (O/C, S/C, E/F : SIEMENS / L&T / ABB /SCHNEIDER / LEGRAND

MEASURING INSTRUMENTS (DIGITAL TYPE) : MECO / CONZERVE/ L&T/ SIEMENS/AEI

PANEL ACCESSORIES : SIEMENS / ABB/ L&T/SCHNEIDER

PROTECTIVE RELAYS (MICRO PROCESSOR BASED COMPATIBLE WITH

PC & PLC) : SIEMENS / L&T / ABB / ALSTOM/ SCHNEIDER

TRIVECTOR METER DIGITAL TYPE : CONZERVE/ SIEMENS / L & T/ ABB

TRANSFORMER : VOLTAMP/CROMPTON/ABB / SCHNEIDER/ SIEMENS

G.I. PIPES : JINDAL/TATA

SHUNT CAPACITOR WITH HARMONIC FILTER (650 V) : L&T/EPCOS (SIEMENS)/ SCHNEIDER/ CROMPTON/ HAVELLS

APFC RELAY (DIGITAL MICRO PROCESSOR BASED COMPATIBLE PC/PLC) : BELUK/ ENERCON/SIEMENS/ L&T / SCHNEIDER/ HONEYWELL

CONTROL FUSES WITH BASE : SIEMENS/ BCH/ L & T/ SCHNEIDER/HONEYWELL

CT’s (CAST RESIN) : AEI/KAPPA/PRAGATI/GILBERT

BRASS COMPRESSION GLAND (HEAVY DUTY) : COMMEX/GRIPWELL/ HENSEL

SELECTOR SWITCH : SALZER/ SIEMENS/ABB/ SCHNEIDER/ LEGRAND/ HONEYWELL

CRIMPLING LUGS/THIMBLES : DOWEL/JAIN SON

TERMINAL STRIP : CONNECTWELL/ ELMEX

JOINTING KIT XLPE : RAYCHEM / XICON / BIRLA 3M

CONTACTORS : SIEMENS/L&T/GROUP SCHNEIDER (TELEMECHANIQUE)/ ABB/

LEGRAND/ HONEYWELL

G.I./Cu. STRIP& EARTHING MATERIAL& Cable trays and ACCESSORIES : BHARATI/INDEANA/MEM/ SLATCO/ OBO, CTM

PROGRAMMABLE TIMER (SELF POWERED ELECTRONIC DIGITAL) : SIEMENS / L&T/LEGRAND/ABB/HONEYWELL

AUXILIARY RELAYS COMPATIBLE WITH PLC ETC) : SIEMENS/ L&T/ ABB/ LEGRAND/ HONEYWELL

BATTERY CHARGER : VOLTSTAT/ CHABI/ AMARAJA/ BCH/ MAHAMAI

SEALED MAINTENANCE FREE BATTERY : HITACHI/ GLOBAL/ YUASA/ /AMARAJA

INDICATING LAMPS (LED TYPE) : SEIMENS/L&T/ SCHNEIDER / ABB/ HONEYWELL

RISING MAINS : CONTROL & SWITCHGEAR/GE/HENKWON/SCHNEIDER/

ZUCCHINI (LEGRAND)

UPS : EMERSON/LUMINOUS/DELTA/GALAXI

P.C. & ACCESSORIES : IBM/HP/DELL/ COMPAQ

SOLAR PV SYSTEM : TATA BP / L & T / CONTROL & SWITCHGEAR/ HAVELLS (MNRE

approved firms)

Page 34: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

SANDWITCH TYPE BUS DUCT and RISING MAIN : LEGRAND /L&T (HENIKWON) /SCHNEIDER

CT’S (CAST RESIN) AEI/KAPPA/GILBERT/ PRAGATI

BRASS COMPRESSION GLAND (HEAVY DUTY) : COMMEX/GRIPWELL/ HENSEL

SELECTOR SWITCH : SALZER/SIEMENS/ ABB/ SCHNEIDER/HONEYWELL

CRIMPING LUGS/THIMBLES : DOWEL/GRIPWELL

TERMINAL STRIP : CONNECT WELL/ELMEX

GI/CU STRIP & EARTHING MATERIAL : BHARATI/INDIANA/SLOTCO/MEM

SEALED MAINTENANCE FREE BATTERY : HITACHI/ GLOBAL/YUASA/ AMARAJA

PLC : SIEMENS / ABB / SCHNEIDER / ALLEN BREDLY/ Surendra

Electricals.

BRASS COMPRESSION GLAND (HEAVY DUTY) : COMMEX/GRIPWELL/HENSEL

TELEPHONE CABLE : RR Kabel / Havells / Finolex / Anchor / Polycab / skytone / Rallison

/Tamra

TELEPHONE TAG BLOCK WITH BOXES : KRONE/POUYET

G.I. PIPE & ACCESSORIES (ISI) : TATA/JINDAL-HISSAR

EXIT LIGHT/EMERGENCY LIGHT : LEGRAND/MK/INSTA POWER

CONDUIT ACCESORIES (HEAVY DUTY) : RAMA/NOBLE/PEI/SK/BEC/ANCHOR

CENTRALISED LIGHTING CONTROL SYSTEM : PHILIPS/ SCHNEIDER/ LUTRON/ HONEYWELL

HIGH- MAST : PHILIPS/ BAJAJ/VALMONT

LANDSCAPE LIGHTING FIXTURE WE-EF/ LED LINARE/ iGUZZINI/HUNZA/LUXR LED

FIBER/ UTP : MOLEX / TE/ PANDUIT/ SYSTIMAX/ AMP/ BELDEN

FLOOR / WALL RACEWAYS : LEGRAND / MK /OBO

IP BASED EPABX SYSTEM : SIEMENS / AVAYA/ ALCATEL

IBMS : SIEMENS/ JOHNSON /HONEYWELL

FIRE ALARM SYSTEM : BOSCH/ SIEMENS / HONEYWELL

PUBLIC ADDRESS SYTEM : BOSCH/ PHILIPS/ BOSE/AV MEDIA SOLUTIONS

LIGHTENING PROTECTION SYSTEM AND CHEMICAL EARTHING SYSTEM : ALLIED POWER SOLUTION/ TRI PROTECH TECHNOLOGY/OBO/

LPI-AUSTRALIA/JK EARTHING

IT SYSTEM INTEGRATORS : PRIMASONIC SPECTRUM PVT. LTD / BALAJI CONTROLS/

COMTEL COMMUNICATION/ /Honeywell

HDPE PIPES : VALENS/ TIJARIA POLYPIPES/EONM/ FLOW-WEL

PARKING MANAGEMENT SYSTEM : FAAC INDIA LTD/KLAUS MULTIPARKING SYSTEM / GLOBAL

ENGINEERS (INDIA) PVT. LTD.

Note: - The engineer in charge shall be final binding authority for acceptance or approved make.

Page 35: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

List of Approved Make (IT)

Items Approved Make

Cat-6A Mounting Cords Siemon / Corning / Actassi / Panduit / Legrand

Cat-6A Mounting Cords Siemon / Corning / Actassi / Panduit / Legrand

24 Port Jack Panel Siemon / Corning / Actassi / Panduit / Legrand

Cat-6A Mounting Cords 1 Mt Siemon / Corning / Actassi / Panduit / Legrand

Cat-6A 24 Port Jack Panel Siemon / Corning / Actassi / Panduit / Legrand

Cat-5A 24 Port Jack Panel Siemon / Corning / Actassi / Panduit / Legrand

15 U Wall Mount Rack APW / Net Rack / Rittal / Actassi / Legrand

9 U Wall Mount Rack APW / Net Rack / Rittal / Actassi / Legrand

1 U PVC Cable Manager Netrack / Rittal / Actassi / Legrand

6 socket PDU APW / Net Rack / Rittal / Actassi / Legrand

Mounting Hardware pack of 10pcs APW / Net Rack / Equivalent

200 Pair MDF Net Rack / Krone / APW / Actassi / Legrand

10 Pair Krone Module Net Rack / Krone / APW / Actassi / Legrand

25 Pair Riser cable Net Rack / Krone / APW / Actassi / Legrand

42 U 800mmX800mm Closed Network Rack Net Rack / Krone / APW / Actassi / Legrand

12 Socket PDU Delton / Skyton / Actassi / Legrand

6 Core Single Mode Fibre HP / IBM / Panduit / Netrack / Legrand

SC-LC MM Fiber Patch Cords ( 3 Mtr) Siemon / Corning / Actassi / Panduit / Legrand

6 Core Multi Mode Fibre Siemon / Corning /Actassi / Panduit / Legrand

12 Port Fiber LIU Loaded with SC SM Couple Siemon / Corning / Actassi / Panduit / Legrand

24 Port Fiber LIU Loaded with SC SM Couple Siemon / Corning / Actassi / Panduit / Legrand

SC MM Pigtail (1.0 Mtr) Siemon / Corning / Actassi / Panduit / Legrand

Blank Panel for LIU Siemon / Corning / Actassi / Panduit / Legrand

SC MM Pigtail (3.0 Mtr) Siemon / Corning / Actassi / Panduit / Legrand

Grid Runner Pedestal Bracket Siemon / Corning / Actassi / Panduit / Legrand

Grid Runner Pedestal Bracket Clamp Siemon / Corning / Actassi / Panduit / Legrand

Grid Runner 4'' Bend Radius Control Siemon / Corning / Actassi / Panduit / Legrand

21''Wx4''Dx24''L section Siemon / Actassi / Panduit / Legrand / Equivalent UL Listed

Grid Runner Universal Intersection Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

Items Approved Make

Page 36: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Fiber Runner 4x4 QuikLock Coupler Siemon/Actassi/Panduit/ LegrandEquivalent UL Listed

Fiber Runner 4x4 Channel Uniflair/ Siemon/Actassi/Panduit/ Legrand

Fiber Runner 2x2 Hinged Cover Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

Fiber Runner 4x4 Snap-On Hinged Cover Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

Fiber Runner 4x4 QuikLock Trapeze Bracket - 1/2'' Threaded Rod Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

Fiber Runner Spill-Over Junction with 2x2 Exit (yellow) Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

Fiber Runner Spill-Over Junction with 2x2 Exit - Fiber Runner 4x4 Channel

Cover (yellow) Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

Fiber Runner 2x2 QuikLock Coupler Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

Corrugated Loom Tubing - 1.5'' I.D. Siemon/Actassi/Panduit/Legrand/Equivalent UL ListeD

Fiber Runner 2x2 Hinged Channel - Mounting Holes Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

Fiber Runner 4x4 End Cap Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

Fiber Runner 4x4 Horizontal Tee Fitting Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

Fiber Runner 4x4 Horizontal Tee Split Cover Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

Fitting, 1-Port Spill out to 1.5'' (38mm) Inside Diameter Corrugated Tubing, YL Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

QuikLock Hardware Nut Driver Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

Full-length blanking shade blanks Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

2 port faceplate with Gang Box Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

UTP CAT-6A Cable in 305 Mtr. Roll Siemon/Actassi/Panduit/Legrand/Equivalent UL Listed

UTP CAT-6A Information Outlet Red Siemon/Coring/Emerson/Eaton/APC/Legrand/Panduit

UTP CAT-6A Information Outlet Yellow Siemon/Corning/Actassi/Panduit/Legrand

Chassis Based Core Switch Cisco/Juniper/Allied Telesis/Legrand

Distribution Layer-3 Switch Cisco/Juniper/Allied Telesis/Legrand

Wireless LAN Controller 100 Aps Cisco/Juniper/Allied Telesis/Legrand

Distribution 48 port Switch Cisco/Juniper/Allied Telesis/Legrand

Distribution Layer-2, 24 port Cisco/Juniper/Allied Telesis/Legrand

N Series Access point Cisco/Juniper/Allied Telesis/Legrand

Internet Firewall 400 Mbps Cisco/Juniper/Allied Telesis/Legrand

Internet Router Cisco/Juniper/Allied Telesis/Legrand

Database & Mail Server Internet Router Mail Cisco/IBM/HP/Brocade/Legrand

EPABX Up to 1000 Extension Panasonic/Avaya/ Alcatel

Note:- The engineer in charge shall be final binding authority for acceptance or approved make

Page 37: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

List of Approved Make (DIG)

Items Approved Make

Digital Information Display Panel Sharp / GSQ / Christie

E-Signage System Extreme Media / Sharp / GSQ

Unmanaged Switch Dlink / Netgear / Cisco

Cables, Connectors with Patch Panel & Termination Kramer / MX

Cat 6 STP Cable Kramer / Molex / Panduit/Legrand

List of Approved Make (PUC)

Items Approved Make

Display Panel Sharp / Planar / Christie

Digital Projector Sharp / Planar / Christie

Motorized Projector Screen Draper / Dalite / Bronx

Motorised Projector Lift Draper / Da lite / Bronx

Wall Mount kit BRONX / CHIEF / NB

Retractable Monitor Arthur Holm / Albiral / Crestron

Wireless Presentaion Gateway Crestron / Kramer / AMX

Desktop Connection Box Extron / Kramer / Bronx

Digital Crosspoint Lightware / AMX / Crestron

Input Board Lightware / AMX / Crestron

Output Board Lightware / AMX / Crestron

Matrix Multiformat Switcher Lightware / AMX / Crestron

Active Wall Plate Lightware / AMX / Crestron

Multiformat Transmitter Lightware / AMX / Crestron

HDMI Extender Lightware / AMX / Crestron

Distribution Amplifier Lightware / AMX / Crestron

Remote Power Unit Lightware / AMX / Crestron

HD Video Tele Conferencing Polycom / Tandberg / Lifesize

Central Unit Media Vision / TOA / Ateis

Chairman Unit Media Vision / TOA / Ateis

Delegate Unit Media Vision / TOA / Ateis

Long Microphone Unit Media Vision / TOA / Ateis

Extension Cord Media Vision / TOA / Ateis

Items Approved Make

Page 38: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

Remote Delegate Interface Unit Media Vision / TOA / Ateis

Goosneck Microphone Sennheiser / Shure / TOA

Digital Matrix Mixer Media Vision / TOA / Ateis

Digital Matrix Mixer Module Media Vision / TOA / Ateis

Wide-dispersion Speaker System Stewart Audio / Equipson SA / TOA

Ceiling Speaker Stewart Audio / Equipson SA / TOA

Amplification System Stewart Audio / Equipson SA / TOA

Light Panel Control System Crestron / AMX / Lutron

Touch Panel Control System &Accessories Crestron / AMX / Bronx

Content Recording System Polycom / Tenberg / Reach

PTZ Camera Bosch / Cisco /Honeywell / Sony

Speaker / Audio Cables and Connectors MX / KRAMER / Extron

AV Cables MX / KRAMER / Extron

Equipment Rack Valrack / President / FSS

Motorised Lectern Bronx / Dalite / VillProCtrl

List of Approved Make (MARC)

Items Approved Make

IP Dome Camera Axis / Pelco / Avagilon/Mobotix/Arecont Vision/ Honeywell

IP Bullet Camera Axis / Pelco / Mobotix/ Avagilon/Arecont Vision/Honeywell

Panoram Camera Axis / Pelco / Mobotix/ Avagilon/Arecont Vision/ Honeywell

Netwaork Video Recorder Milestone / Urmet / Videonetics / Genetec / ISS/ Honeywell

VMS Software Honeywell/DVM/ Urmet / Videonetics / Genetec / ISS

Hard Disk Drive Seagate / WD

RJ-45 Outlets Cisco/Juniper/Allied Telesis

Media Converter Cisco/Juniper/Allied Telesis/ATOP

LIU to Media Converter Cisco/Juniper/Allied Telesis/ ATOP

Fiber LIU Box Cisco/Juniper/Allied Telesis

LCD Monitor Samsung / Sony / Panasonic

Equipment Rack Rittal / APC / Arctic / SGQ

Online UPS APC / Luminous / Elent.

Managed Switch Cisco/Juniper/Allied Telesis

CAT Cable Siemon/Corning/Actassi/Panduit/Legrand

Items Approved Make

Page 39: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

PVC Conduit Finolex / AKG/Norpack/anchor

Optical Fiber Siemon/Corning/Actassi/Panduit

IP CCTV Accessories Custom/Honneywell

Intelligent Reader Controller RBH / Lenel / Apollo/ Honeywell SFM

Door Panel Enclosure RBH / Lenel / Apollo/ Honeywell

Push Button RBH / Lenel / Apollo/Honeywell

LAN Interface Module RBH / Lenel / Apollo

EM Lock BELL / RBH

Proximity Card Reader RBH / Lenel / Apollo/ Honeywell

Proximity Card Remcon / Soka / BEL/ Honeywell

Emergency Glass Break Unit Remcon / Soka / BEL

Recessed/Surface Magnetic Contact RBH / Lenel / Apollo

Server Dell / HP

Standalone Time & Attendance System TimeDesk / Saviour / ESSL

Unmanaged Switch Cisco/Juniper/Allied Telesis

Multi-Stranded Data Cable Finolex / Excel / Delton/RR Kabel

Multi-Stranded Power Cable Finolex / Excel / Delton/ RR Kabel

Accessories Custom

Walk Through Metal Detector Smith Detection / Rapiscan/ L3

Hahdheld Metal Detector Smith Detection / Rapiscan/ L3

Visitor Management System Milestone / Urmet / Genetec

X-ray Baggage Scaner Smith Detection / Rapiscan/ L3

Letter bomb Detector Detec / Rapiscan/ L3

Boom Barrier Somfy / O&O / Magnetic/Faac

RF-ID Reader Somfy / SACS / Fieg

Automatic Bollards Somfy / O&O / Magnetic

Tyre Killer Somfy / O&O / Magnetic

UVSS System Gatekeeper UVSS / Secuscan Germany / Infinite

Note:- The engineer in charge shall be final binding authority for acceptance or approved make

Page 40: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

ESTABLISHING SITE LABORATORY AND TESTING OF MATERIALS

Equipments for conducting necessary tests (as per CPWD Specifications 2009 Volume-I) shall be provided and installed at site in the well-furnished site laboratory by the agency at his own cost. The following laboratory equipment should be in general or as and when required be set up at site laboratory: -

SL. No. Equipment Numbers

1. 100 MT compression testing machine, electrical-cum-manually operated) 1

2. Slump cone, steel plate, tamping rod, steel scale, scoop 10

3. Vicat Apparatus with Desk pot 3

4. Megger & earth resistance tester 3

5. Pumps and pressure gauges for hydraulic testing of pressure 2

6. pipes Weighing scale platform type 100 Kg 2

7. capacity Graduated glass measuring cylinder As per requirement

8. Sets of sieves of 450mm internal dia for coarse aggregate [100mm, 80mm, 40mm; 2mm;

12.5mm, 3

9. Sets of sieves of 20mm internal dia for fine aggregate [4375mm; 2.36mm; 1.18mm; 600 microns;

300 microns & 150 microns, with lid and pan] 3

10. Sieve Brushes and sieve shaker capable of 20mm and 300mm dia sieves, manually operated

with timing switch assembly 5

11. Cube moulds size 70mmx70mmx70mm 30

12. Cube moulds size 150 mm x 150 mm x 150mm 12

13. Ultrasonic Test Equipment (For concrete) 3

14. Hot air oven temp. Range 50°C to 300°C-sensitivity 1 degree 3

15. Electronic balance 600gx0.1g., 10kg and 50 kg 4

16. Physical balance weight up to 5 kg 4

17. Digital thermometer up to 150oc 4

18. Air Content of concrete testing machine 3

19. Measuring jars 100ml, 20ml, 500ml 5 Nos. each size

20. Gauging trowels 100mm & 20mm with wooden 12

21. Spatula 100mm & 20mm with long blade wooden handle 12

22. Vernier calipers 12” & 6” size 6 each

23. Digital PH meter least count 0.01mm 6 each

24. Digital Micrometer least count. 0.01mm 6 each

25. Digital paint thickness meter for steel 500 microns 3

26. RG aInge tray 600x450x50mm, 450x300x40mm,300x250x40mm 3 Nos. each

27. Electric Motor mixer 0.25 cum capacity 4

28. Rebound hammer test digital rebound hammer 4

SL. No. Equipment Numbers

Page 41: SECTION C Special Terms and ConditionsSeal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO SECTION – C Special Terms and Conditions 1) General: The bidders

Seal and Signature of the Tenderer. General Manager (Engg.) - II, WB HIDCO

29. Screw gauge 0.1mm-10mm, least count 0.05 6

30. Water testing kit 3

31. Motorized sieve shaker 3

32. Pruning Rods 2 Kg weight length 40 cm and ramming face 25 mm2 4

33. Extra Bottom plates for 15 cm cube mould 30

34. Standard Vibration Table for gauging the cubes 2

35. Pocket concrete penetrometer 0 to 50kg/ sq.cm 2

36. Concrete temperature measuring thermometer with Brass protection sheath 0-

100 degree centigrade 4

37. Mortar Cube vibrator 2

38. Dial type spring balance preferable with zero correction knob capacity 100 kgs.

reading to ½ kg. 2

39. Counter scale capacity 1 kg and 10 kg 2

40. Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 20 gm, 100 gm 2 each

41. Brass Weight of 50 gm, 2 gm, 10 gm, 5 gm, 2 gm, 1 gm 2 each

42. Measuring cylinder TPX or Poly propylene capacity 100 ml, 500 ml, 250 ml, 100 ml 2each

43. Pyrex, corning or Borosil beakers with cover capacity 500 ml, 20 ml, 50 ml 3 each

44. Wash Bottles capacity 500 ml 12

45. Thermometers 1-100 degree centigrade / max. and Min/ Dry and wet with table 6

46. Set of box spanner ratchet 3

47. Hammer 1lb& 2lb 3 each

48. Distance metre (of 100 metre) 2

49. Hacksaw with 6 blades 3

50. Measuring tape (5 metre) 4

51. Depth gauge 2 cm 6

52. Shovels& Spade 6

53. Steel plates 5 mm thick 75x75 cm 6

54. Plastic or G.I. Buckets 15 liter, 10 liters, 5 liter 3 each

55. Wheel Barrow 12

56. Floor Brushes, hair dusters, scrappers, wire brush, paint brushes, shutter steel plat oil,

kerosene with stove etc. 12 each

57. Any other equipment for site tests as outlined in BIS codes and as directed

by the Engineer-in-charge. -


Recommended