Technical Bid

Transcription

Technical Bid
Central University of Bihar
(Established by the Central Universities Act, 2009)
TENDER AND CONTRACT DOCUMENT
FOR THE WORK OF
“Construction of Administrative Building, Schools, Lecture Hall Complex,
Hostels etc. at Central University of Bihar Campus, Panchanpur, Gaya”
Technical Bid
(Part – 1)
February, 2015
TENDER No. : RITES/CP/TC/CUB/Package-2/Buildings/2015
RITES
THE INFRASTRUCTURE PEOPLE
RITES LIMITED
(A Govt. of India Enterprise)
RITES BHAWAN – II,
PLOT No – 144, SECTOR-44
GURGAON (HARYANA) – 122003
Tender Document issued to
_____________
(Name of Tenderer)
_____________
(Address of Tenderer)
Signature of Officer issuing the Document with Designation and Date of issue ________
1
TENDER AND CONTRACT DOCUMENT
CONTENTS
Sl. No.
Details
Page
PART – 1 (Technical Bid)
(Read with correction slips up to date)
SECTION No 1
SECTION No 2
Notice Inviting Tender and Instructions to
Bidders.
Tender and Contract Form
SECTION No 3
SECTION No 4
SECTION No 5
SECTION No 6
Special Conditions
Schedules A to F
Technical Specifications
Drawings
PART – 2 (Financial Bid)
SCHEDULE (BILL) OF QUANTITIES
ABSTRACT OF COST OF ALL SCHEDULES
PERCENTAGE & ITEM RATE
TENDER
DETAILS OF QUOTED UNIT RATES AND
AMOUNT – SCHEDULES
PART - 3
General Conditions of Contract *
(Read with correction slips up to date)
SECTION No 7
SECTION No 8
SECTION No 9
SECTION No 10
Conditions of Contract
Clauses of Contract
RITES Safety Code
RITES Model Rules for Protection of Health
and Sanitary Arrangements for Workers
RITES Contractor’s Labour Regulations
SECTION No 11
*General Conditions of Contract 2011 (Compilation of Sections 7 to 11) is available with all
correction slips up to date, in RITES website www.rites.com
2
PART – 1
TECHNICAL BID
3
Section - 1
NOTICE INVITING TENDER AND
INSTRUCTIONS TO TENDERERS
4
SECTION 1
NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS
1.0
1.1
GENERAL
Tender Notice
Open tenders are invited by RITES Ltd., a Public Sector Enterprise under the Ministry of
Railways, acting for and on behalf of Central University of Bihar as an Agent/Power of
Attorney Holder, from working contractors (including contractors who have executed works
within the last five years reckoned from the scheduled date of opening of tender) of Railways,
CPWD, MES, DOT, RITES, State PWD or any other Central / State Government Undertaking,
Municipal Body, Autonomous Body of Central/State Governments or Public Ltd., Co. listed on
BSE/NSE for the work of “Construction of Administrative Building, Schools, Lecture Hall
Complex, Hostels etc. at Central University of Bihar Campus, Panchanpur, Gaya”.
(Note: Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their derivatives
are synonymous).
1.2
Estimated Cost of Work
The work is estimated to cost Rs. 149, 43, 06, 926.00 (Rupees one hundred forty nine
crores forty three lakhs six thousand nine hundred twenty six only). This Estimate,
however, is given merely as a rough guide.
1.3
Time for Completion
The time allowed for completion will be Twenty Four (24) months from the date of start which
is defined in Schedule F under Clause 5.1a of Clauses of Contract.
1.4
Brief Scope of Work:
Construction of Administrative Building, Schools, Lecture Hall Complex,
Hostels etc. at Central University of Bihar Campus, Panchanpur, Gaya
1.5
Availability of Site
The site for the work is available.
QUALIFICATION CRITERIA TO BE SATISFIED
2.1
The Qualification Criteria to be satisfied are given at Annexure I enclosed.
2.2
The Qualification Criteria to be satisfied will depend on the category of works, whether
Normal or Large. Normal Works are those costing up to Rs.30 Crores each and
Large Works are those costing more than Rs.30 Crores. The work for which the
Tender is being invited falls under the category of Large.
2.3
The Qualification Criteria to be satisfied will also depend on whether the Work falls in
Normal area or difficult area. Difficult area includes North East States, Jammu &
Kashmir, Jharkhand, Chhattisgarh and Andaman & Nicobar Islands. Normal area
5
covers all areas other than difficult area. The work for which this Tender has been
invited falls under Normal Area.
2.4
In this Tender Joint Venture is not allowed.
2.5
The documents to be furnished by the Bidder to prove that he is satisfying the
Qualification Criteria laid down should all be in the Bidder’s name, except in cases
where though the name has changed, the owners continued to remain the same and
in cases of amalgamation of entities.
2.0
FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON
QUALIFICATION CRITERIA
3.1
Other than Joint Ventures
The Tenderer shall furnish a Letter of Transmittal as given in Annexure II A enclosing
the documents mentioned therein/listed in para 1(a) of Annexure IA.
3.2
Joint Ventures (For Large Works): Not Applicable
3.3
Joint ventures (For Normal Works): Not Applicable
4.0
CONTENTS OF TENDER DOCUMENT
4.1
Each set of Tender or Bidding Document will comprise the Documents listed below
and addenda issued in accordance with Para 7 :
PART – 1:- Technical Bid Packet
(Read with Correction Slip Nos. 1 to 16 dated 06.01.2015)
Section 1 Notice Inviting Tender and Instructions to Tenderers.
Section 2 Tender and Contract Form.
Section 3 Special Conditions.
Section 4 Schedules A to F
Section 5 Technical Specifications
Section 6 Drawings
PART – 2:- Financial Bid Packet
Schedule of Quantities (Bill of Quantities)
PART – 3:- General Conditions of Contract
(Read with correction Slip No. 1 to 6 dated 12.05.2014)
Section 7
Conditions of Contract
Section 8
Clauses of Contract
Section 9
RITES Safety Code
Section 10
RITES Model Rules for protection of Health and Sanitary arrangements
for Workers
Section 11
4.2
RITES Contractor’s Labour Regulations
General Conditions of Contract (Compilation of Sections 7 to 11) with up to date
correction slips is available in RITES website www.rites.com.
6
5.0
ISSUE OF TENDER DOCUMENT
5.1
A complete set of Tender Document (Technical and Financial Bid) described in Para
4.1 above can be seen in the office of the Joint General Manager (JGM), Tender
Cell, 3rd Floor, RITES Ltd., RITES Bhawan –II, Plot No. 144, Sector-44, Gurgaon122003, Haryana between hours of 11.00 AM and 4.00 PM every day except on
Saturdays, Sundays and Public Holidays.
5.2
One set of Tender Document may be purchased from the office of Joint General
Manager, Tender Cell, 3rd Floor, RITES Ltd., RITES Bhawan –II, Plot No. 144,
Sector-44, Gurgaon-122003, Haryana from 13.02.2015 to 09.03.2015 for a non
refundable fee per set of Rs. 10000/- (Rupees ten thousand only) in the form of
Demand Draft/ Pay Order/ Banker’s cheque drawn on any Scheduled Bank payable
at Gurgaon/Delhi in favour of RITES Ltd., Gurgaon on submission of an application.
5.3
Tender Documents including drawings can also be downloaded from RITES Website
(www.rites.com) and in such a case, the Tenderer shall deposit the cost of tender
documents along with submission of tender, failing which his tender shall not be
opened. The cost of tender documents shall be deposited in the form of a separate
Banker’s cheque / Demand Draft / Pay Order and enclosed in the envelope containing
the Earnest Money Deposit. The amendments / clarifications to the Tender
documents will also be available on the above website.
5.4
Tender Documents downloaded from RITES website shall be considered valid for
participating in the tender process. During the scrutiny of downloaded tender
document, if any modification / correction etc. is noticed as compared to the original
documents posted on the website, the bid submitted by such a Tenderer is liable to be
rejected. In case the bid of a Tenderer who has downloaded the document from
website is accepted the contract shall be executed in the original / manual tender
document issued by the concerned RITES officer.
5.5
Clarifications on Tender Documents
A prospective Tenderer requiring any clarification on the Tender Document may notify
in writing or by telefax or by E-mail at the following Postal Address / Fax No. / E-mail
address: Sr. DGM (CP), 3rd floor, RITES Ltd., RITES Bhawan - II, Plot No. - 144,
Sector - 44, Gurgaon - 122 003 (Haryana), Telephone No. 0124 –
2728310/202/345, Fax 0124 - 2728371 / 2571682, E-mail – [email protected]
In cases where Pre-Bid Meeting is not proposed to be held, request for clarifications
including request for Extension of Time for submission of Bid, if any, must be received
not later than 10 (ten) days prior to the deadline for submission of tenders. Details of
such questions raised and clarifications furnished will be uploaded in RITES website
without identifying the names of the Bidders who had raised the questions. Any
modification of the Tender Document arising out of such clarifications will also be
uploaded on RITES website only.
In cases where Pre-Bid Meeting is proposed to be held, provisions in para 6.0 below
may be referred to.
7
6.0
PRE-BID MEETING
6.1
The Tenderer or his official representative is invited to attend a pre-bid meeting which
will take place at the Office of AGM/CP-II, 2nd floor, RITES Ltd., RITES Bhawan - II,
Plot No. - 144, Sector - 44, Gurgaon - 122 003 (Haryana) on 24.02.2015 at 11:00
Hrs.
6.2
The Tenderers are required to submit any question on issues relating to the tender, in
writing or by telefax or by E-mail so as to reach Sr. DGM (CP), 3rd floor, RITES Ltd.,
RITES Bhawan - II, Plot No. - 144, Sector - 44, Gurgaon - 122 003 (Haryana),
Telephone No. 0124 – 2728310/202/345, Fax 0124 - 2728371 / 2571682, E-mail –
[email protected] not later than 3 (three) days before the date fixed for the
meeting.
6.3
The purpose of the meeting will be to clarify the issues raised and to answer
supplementary questions on such issues.
6.4
Minutes of the meeting including the text of the questions raised (without identifying
the source of enquiry) and the responses given will be uploaded on RITES website.
Any modifications of the Tender Document which may become necessary as a result
of the Pre-bid Meeting shall be made exclusively through the issue of an Addendum /
Corrigendum and not through the Minutes of the Pre-Bid Meeting. The Minutes of the
Meeting as described above and the Addendum / Corrigendum, if any, will be
uploaded on RITES website only.
6.5
Non-attendance at the Pre-bid Meeting will not be a cause for disqualification of a
tenderer.
7.0
AMENDMENT OF TENDER DOCUMENT
7.1
Before the deadline for submission of tenders, the Tender Document may be modified
by RITES Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda will
however be stopped 7 days prior to the deadline for submission of tenders as finally
stipulated.
7.2
Addendum/corrigendum, if any, will be hosted on website only and shall become a
part of the tender document. All Tenderers are advised to see the website for
addendum/ corrigendum to the tender document which may be uploaded up to 7 days
prior to the deadline for submission of Tender as finally stipulated.
7.3
To give prospective Tenderers reasonable time in which to take the addenda/
corrigenda into account in preparing their tenders, extension of the deadline for
submission of tenders may be given as considered necessary by RITES.
8.0
TENDER VALIDITY
8.1
The Tender shall be valid for a period of 90 days from the due date for submission of
Tender or any extended date as indicated in sub para below.
8.2
In exceptional circumstances, during the process of evaluation of tenders and prior to
the expiry of the original time limit for Tender Validity, the Employer may request that
the Tenderers may extend the period of validity for a specified additional period. The
8
request and the tenderer’s response shall be made in writing. A Tenderer may refuse
the request without forfeiting his Earnest Money. A Tenderer agreeing to the request
will not be permitted to modify his Financial Bid to a higher amount but will be
required to extend the validity of the Earnest Money for the period of the extension.
9.0
EARNEST MONEY
9.1
The Tender should be accompanied by Earnest Money of Rs. 50, 00, 000.00 (Rupees
fifty lakhs only) in any of the forms given below:Banker’s Cheque / Pay Order/ Demand Draft payable at Gurgaon/Delhi, drawn in
favour of RITES Ltd.
9.2
Any Tender not accompanied by Earnest Money in an acceptable form shall be
rejected by the Employer as non-responsive.
9.3
Refund of Earnest Money
a) Two Packet System
The Earnest Money of the Tenderers whose Technical Bid is found not acceptable will
be returned without interest soon after scrutiny of Technical Bid has been completed
by the Employer subject to provisions of Para 9.4 (b). The Earnest Money of the
Tenderers whose Technical Bid is found acceptable but Financial Bid is rejected will
be returned without interest within 28 days of the end of Tender Validity Period subject
to provisions of Para 9.4 (b).
b) Single Packet System: Not Applicable.
After evaluation of the Financial Bids, the Earnest Money of unsuccessful Tenderers
will be returned without interest within 28 days of the end of Tender Validity Period
subject to provisions of Para 9.4 (b).
c) In case of both Two Packet and Single Packet System, the Earnest Money of the
successful Tenderer, without any interest, will be adjusted as a part of the
Security Deposit payable in terms of provisions in the General Conditions of
Contract (Clause 1A of Clauses of Contract).
9.4
The Earnest Money is liable to be forfeited
a)
if after bid opening, but before expiry of bid validity or issue of Letter of
Acceptance, whichever is earlier, any Tenderer
i)
withdraws his tender or
ii)
Makes any modification in the terms and conditions of the tender which
are not acceptable to the Employer.
b)
in case any statement/information/document furnished by the Tenderer is
found to be incorrect or false.
c)
in the case of a successful Tenderer, if the Tenderer
9
i)
fails to furnish the Performance Guarantee within the period specified
under Clause 1 of “Clauses of Contract”. or
ii)
fails to commence the work without valid reasons within the period as
specified in Schedule F after the date of issue of Letter of Acceptance
or from the first date of handing over of the site, whichever is later.
In case of forfeiture of E.M. as prescribed hereinabove, the Tenderer shall not be
allowed to participate in the retendering process of the work.
10.0
ALTERNATIVE PROPOSALS BY THE TENDERERS
The Tenderers shall submit offers which comply strictly with the requirements of the
Tender Document as amended from time to time as indicated in Para 7.0 above.
Alternatives or any modifications shall render the Tender invalid.
11.0
SUBMISSION OF TENDER
11.1 Two Packet System and Single Packet System
(a)
Two Packet System
The tenderer shall submit the Tender in original in two packets as under:PACKET A: - TECHNICAL BID
Envelope 1
Envelope 2
Earnest Money & Cost of Tender Document if the bid is submitted on the
document downloaded from RITES website
“Authority to Sign”, ‘Integrity Pact’ (when applicable) and Qualification
Information along with all enclosures / documents as per Letter of
Transmittal/ Checklist given in Annexure II A/ II B (L)/IIB(N). As regards
“Authority to Sign” Para 11.2 below may be referred to. As regards
‘Integrity Pact’, para 11.7 below may be referred to.
Technical Bid (Part 1 and Part 3) (Refer Para 4.1) including signature on
Tender Form (Section 2) duly witnessed after filling up blanks therein.
Each page of the above documents including all Drawings should bear
the dated initials of the Tenderer along with the seal of the Company, in
token of confirmation of having understood the Contents.
PACKET B: - FINANCIAL BID
Envelope 3
Schedule/Bill of Quantities.
Each page of the Financial Bid (Part 2 – Refer Para 4.1) should be signed by the
Tenderer along with the seal of the company. In the last page of Financial Bid, at the
end, the Tenderer should sign in full with the name of the Company, Seal of the
Company and Date.
All rates and amounts, both in figures and words, must be written in indelible ink.
Each Correction, Cutting, Addition and overwriting should be initialed by the Tenderer.
10
The rates must be quoted in decimal coinage. Amounts must be quoted in full rupees
by ignoring fifty paise and less and considering more than fifty paise as rupee one. If
the same item figures in more than one section/part of Schedule of Quantities, the
Tenderer should quote the same rate for that item in all sections/parts. If different
rates are quoted for the same item, the least of the different rates quoted only shall be
considered for evaluation of that item in all sections/parts of the Schedule of
Quantities.
Instructions contained in subsequent Para 17.6 (a) on “Item rate tender” and 17.6 (b)
on “Percentage rate tender” may be carefully studied and complied with.
b)
Single Packet System: Not Applicable.
Both Technical Bid (including signature on Tender Form in Section 2 duly witnessed)
and Financial Bid Documents will be submitted in one Packet. Precautions as
described above for Two Packet System shall be observed by the tenderers.
11.2
Authority to Sign
a)
b)
c)
d)
e)
11.3
If the applicant is an individual, he should sign above his full type written name
and current address.
If the applicant is a proprietary firm, the Proprietor should sign above his full
type written name and the full name of his firm with its current address.
If the applicant is a firm in partnership, the Documents should be signed by all
the partners of the firm above their full type written names and current
addresses. Alternatively the Documents should be signed by the person
holding Power of Attorney for the firm in the Format at Annexure IV.
If the applicant is a limited Company, or a Corporation, the Documents shall be
signed by a duly authorized person holding Power of Attorney for signing the
Documents in the Format at Annexure IV.
If the applicant is a Joint Venture, the Documents shall be signed by the Lead
Member holding Power of Attorney for signing the Document in the Format at
Annexure V. The signatory on behalf of such Lead Partner shall be the one
holding the Power of Attorney in the Format at Annexure IV.
Items to be kept in mind while furnishing details
While filling in Qualification Information documents and the Financial Bid, following
should be kept in mind:
i)
ii)
iii)
There shall be no additions or alterations except those to comply with the
instructions issued by the Employer or as necessary to correct errors, if any,
made by the Tenderers.
Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in
the Financial offer will however be accepted.
The Employer reserves the right to accept or reject any conditional
rebate/discounts.
While evaluating the Bid Price, the conditional
rebates/discounts which are in excess of the requirements of the bidding
documents or otherwise result in accrual of unsolicited benefits to the
Employer, shall not be taken into account.
11
11.4
Sealing and Marking of Tenders
11.4.1 Two Packet System
(a) PACKET A – TECHNICAL BID
Envelopes 1 & 2 as described in Para 11.1 (a) above should be sealed separately
superscribing “Technical Bid” with Envelope Number, Name of the work and Name
of the tenderer. In addition, the following should also be superscribed on the
respective envelopes.
Envelope 1
i) Earnest Money
ii) Cost of Tender Document if the Bid is submitted on the
document downloaded from RITES website.
Envelope 2
i) Authority to Sign, ‘Integrity Pact’ (when applicable as per
para 11.7 below) and Qualification Information/ documents as
per checklist in Annexure IIA / IIB (L)/ II B (N).
ii) Technical Bid including Drawings
Both the envelopes should be put in a packet which should be sealed. The following
should be superscribed on the packet:
i)
ii)
iii)
Packet A – Technical Bid
Name of the Work
Name of the Tenderer
(b) PACKET B – FINANCIAL BID
Envelope 3 – Financial Bid should be put in Packet B which should be sealed. The
following should be superscribed on the packet.
(c)
i)
Packet B - Financial Bid
ii)
Name of the work
iii)
Name of the tenderer
Both packets A and B should be put inside an outer envelope and sealed. This
envelope should be superscribed with the following details:
i)
Tender for (Name of work)
ii)
Tender number
iii)
Date and time of opening of Tender
iv)
From (Name of Tenderer)
12
v)
Addressed to - Joint General Manager, Tender Cell, 3rd Floor, RITES Ltd.,
RITES Bhawan –II, Plot No. 144, Sector-44, Gurgaon-122003, Haryana.
11.4.2 Single Packet System: Not Applicable.
Two envelopes of Technical Bid and one of Financial Bid shall be made out as
stipulated in Para 11.4.1 (a) and (b) above with the Name of the work and Name of
the Tenderer superscribed on each of the envelopes. All the three envelopes shall be
put in a Single Packet which shall be superscribed in the same manner as given in
Para 11.4.1 (c) above.
11.4.3 If the envelopes and packets are not superscribed and sealed as indicated in Paras
11.4.1/ 11.4.2 above, the Employer will assume no responsibility for the misplacement
or premature opening of the Tender.
11.5
Deadline for submission of Tender
11.5.1 Tenders must be received by the Employer at the following address not later than
14:00 Hrs. on 12.03.2015. In the event of the specified date for the submission of the
Tender being declared a holiday due to Strike/Bandh or on any account by the
Employer, the Tenders will be received up to the appointed time on the next working
day.
Address for submission of Tender: Joint General Manager, Tender Cell, 3rd Floor,
RITES Ltd., RITES Bhawan –II, Plot No. 144, Sector-44, Gurgaon-122003,
Haryana.
11.5.2 The Employer may extend the deadline for submission of Tenders by issuing an
amendment in writing in accordance with Para 7.3 in which case all rights and
obligations of the Employer and the Tenderer previously subject to the original
deadline will be subject to new deadline.
11.6
Late Tender / Delayed Tender
Any Tender received by the Employer after the specified date and time of receipt of
Tender will be returned unopened to the Tenderer.
11.7
Integrity Pact
(i)
The Bidder/Contractor is required to enter into an Integrity Pact with the
Employer, in the Format at Annexure VIII. The Integrity Pact enclosed as
Annexure VIII will be signed by RITES for and on behalf of Employer as its
Agent/Power of Attorney Holder at the time of execution of Agreement with the
successful Bidder. While submitting the Bid, the Integrity Pact shall be signed
by the duly authorized signatory of the Bidder/Lead Member of JV. In case of
failure to submit the Integrity Pact duly signed and witnessed, along with the
Bid, the Bid is likely to be rejected.
(ii)
In case of any contradiction between the Terms and Conditions of the Bid
Document and the Integrity Pact, the former will prevail.
13
Provided always that provision of this para 11.7 – Integrity Pact, shall be
applicable only when so provided in para 11.7A below which will also stipulate
the name and address of the Independent External Monitor as well as the
Name, designation and address of the official nominated by the Employer to
act as the Liaison Officer between the Independent External Monitor and the
Engineer-in-Charge as well as the Contractor.
11.7A whether para 11.7 (Integrity Pact) shall be applicable:
Yes
If Yes, Name and Address of the Independent External
Monitor (In case value of contract is Rs.10 crores or more): Shri Suresh Kumar,
Former Director, Container Corporation of India Ltd., D – 401, Rail Vihar, Sector
– 57, Gurgaon - 122011
Name, Designation and Address of RITES Liaison
Officer: Shri Y. K. Sharma, GGM (Airport), RITES Ltd., Plot No. – 144, Sector – 44,
Gurgaon - 122003
11.8
Modification and Withdrawal of Bids
11.8.1 Tenderers may modify or withdraw their bids by giving notice in writing before the
deadline prescribed in para 11.5 for submission of Bids.
11.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked and
delivered in accordance with paras 11.1, 11.2 and 11.4 with the outer envelopes
additionally marked ‘Modification’ or ‘Withdrawal’ as appropriate.
The envelopes for modifications on ‘Technical Bid’ and ‘Financial Bid’ shall be
submitted in separate sealed envelopes and marked as ‘Modifications of Technical
Bid’ or ‘Modifications of Financial Bid’ as the case may be.
11.8.3 No bid may be modified after the deadline for submission of Bids except as indicated
below. If a Bidder makes a suo moto offer of rebate / discount in his Financial Bid
after the deadline for submission of Bids, such offer will not be considered for
Financial evaluation of Tenders. But if the Tenderer is successful in the Bid based on
his original offer without considering the suo moto offer, the rebate / discount offered
will be taken into account for incorporation in the Contract Agreement.
11.8.4 Withdrawal or modification of a Bid, subject to provisions in Para 11.8.3 above, after
the deadline for submission of Bids shall result in forfeiture of the Earnest Money.
12.0
TENDER OPENING, EVALUATION AND CLARIFICATIONS OF
APPLICATIONS
12.1
The Employer will open all the Tenders received (except those received late or
delayed) as described in para 12.2/12.3 below, in the presence of the Tenderers or
their representatives who choose to attend at 14:30 Hrs. on 12.03.2015 in the office of
Joint General Manager, Tender Cell, 3rd Floor, RITES Ltd., RITES Bhawan –II,
Plot No. 144, Sector-44, Gurgaon-122003, Haryana. In the event of the specified
date of the opening being declared a holiday by the Employer, the Tenders will be
opened at the appointed time and location on the next working day.
14
12.2
Two Packet System
(a)
(i) The PACKET A will be opened and Envelope 1 containing Earnest Money and
Cost of Tender Document (where Bid is submitted in the document downloaded
from RITES website) of all the Tenderers will be opened first and checked. If the
Earnest Money furnished is not for the stipulated amount or is not in an
acceptable form and where applicable, the cost of Tender Document has not
been enclosed for the correct amount and in an acceptable form, the Envelope 2
of PACKET A (TECHNICAL BID) and PACKET B will be returned to the Tenderer
concerned unopened at the time of opening of the Tender itself. The Envelopes 2
of PACKET A (TECHNICAL BID) of other Tenderers who have furnished Earnest
Money of correct amount in acceptable form and where applicable the cost of
Tender Document for the correct amount and in an acceptable form will then be
opened. The Tenderer’s name, the presence of Earnest Money and Authority to
sign and such other details as the Employer may consider appropriate will be
announced by the Employer at the time of opening of Packet A. PACKET B
(FINANCIAL BID) of the Tenderers whose Technical Bids have been accepted for
evaluation will be checked to see if the seals are intact. All such PACKETS B will
be put in an envelope and sealed. The Employer’s official opening the Tender will
sign on this envelope and will also take the signatures of preferably atleast two
Tenderers or their representatives present. This envelope will be kept in safe
custody by the Employer.
(b)
The Employer will scrutinize the Technical Bids accepted for evaluation to determine
whether each Tenderer
(i)
(ii)
(iii)
has submitted `Authority to sign’ as per para 11.2 above and Integrity Pact
(where applicable) duly signed and witnessed as per para 11.7 above;
meets the Qualification Criteria stipulated in Para 2.0; and
conforms to all terms, conditions and specifications of the Tender Document
without any modifications or conditions.
(c)
If required, the Employer may ask any such Tenderer for clarifications on his
Technical Bid. The request for clarification and the response from the Tenderer will be
in writing. If a Tenderer does not submit the clarification/document requested, by the
date and time set in the Employer’s request for clarification, the bid of such Tenderer
is likely to be rejected. Tenderers whose Technical Bids are not found acceptable will
be advised of the same and their Earnest Money and PACKET B (FINANCIAL BID)
will be returned unopened. Tenderers whose Technical Bids are found acceptable will
be advised accordingly and will also be intimated in writing of the time and date and
place where and when the PACKET B (Financial Bid) will be opened.
(d)
At the appointed place, time and date, in the presence of the Tenderers or their
representatives who choose to be present, the Employer will open the envelopes
containing the PACKET B (FINANCIAL BID). The Tenderer’s name, the tender
amount quoted and such other details as the Employer may consider appropriate will
be announced by the Employer.
15
12.3
Single Packet System – Not Applicable
(a)
Envelope 1 of all the Tenders will be opened first and checked. If the Earnest Money
furnished is not for the stipulated amount or is not in an acceptable form and where
applicable the Cost of Tender Document has not been furnished for the correct
amount and in an acceptable form, the remaining envelopes will be returned to the
tenderer concerned unopened at the time of opening of the Tender itself. The
Envelopes no. 2 of Technical Bid and no. 3 of Financial Bid of other Tenderers who
have furnished Earnest Money and where applicable the Cost of Tender Document,
in acceptable form will then be opened. The Tenderer’s name, the presence of
Earnest Money, the Authority to Sign the Tender, amount quoted and such other
details as the Employer may consider appropriate will be announced by the Employer.
13.0
INSPECTION OF SITE BY THE TENDERERS
Tenderers are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their Tenders, as to the nature of the ground and
sub-soil (as far as is practicable), the form and nature of the site, the means of access
to the site, the accommodation they may require and in general shall themselves
obtain all necessary information as to risks, contingencies and other circumstances
which may influence or affect their Tender. A Tenderer shall be deemed to have full
knowledge of the site whether he inspects it or not and no extra charges consequent
on any misunderstanding or otherwise shall be allowed. The Tenderer shall be
responsible for arranging and maintaining at his own cost all materials, tools & plants,
water, electricity, access, facilities for workers and all other services required for
executing the work unless otherwise specifically provided for in the contract
documents. Submission of a tender by a Tenderer implies that he has read this notice
and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools
and plant etc. will be issued to him by the Employer and local conditions and other
factors having a bearing on the execution of the work.
14.0
EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER
(i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If the
Tenderer does not submit the clarification by the date and time set in the
Employers request for clarification, such Tender is likely to be rejected.
(ii) The competent authority on behalf of the Employer does not bind himself to
accept the lowest or any other Tender and reserves to himself the authority to
reject any or all the Tenders received without the assignment of any reason. All
Tenders in which any of the prescribed conditions is not fulfilled or any condition is
put forth by the Tenderer shall be summarily rejected.
15.0
CANVASSING PROHIBITED
Canvassing whether directly or indirectly, in connection with tenders is strictly
prohibited and the tenders submitted by the Contractors who resort to canvassing will
be liable to rejection.
16
16.0
EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER
The competent authority on behalf of the Employer reserves to himself the right of
accepting the whole or any part of the tender and the Tenderer shall be bound to
perform the same at the rates quoted.
17.0
MISCELLANEOUS RULES AND DIRECTIONS
17.1
The Tenderer shall not be permitted to tender for works if his near relative is posted
as Associated Finance Officer between the grades of AGM(F) and J.M (F) in the
concerned
SBU Unit of RITES or as an officer in any capacity between the grades of GGM/GM
and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also
intimate the names of persons who are working with him in any capacity or are
subsequently employed by him and who are near relatives to any Gazetted officer in
the organization of the Employer. Any breach of this condition by the Tenderer would
render his Tender to be rejected.
No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Organisation of the
Employer is allowed to work as a contractor for a period of one year after his
retirement from the Employer’s service without the previous permission of the
Employer in writing. The contract is liable to be cancelled if either the Contractor or
any of his employees is found any time to be such a person who had not obtained the
permission of the Employer as aforesaid before submission of the tender or
engagement in the Contractor’s service.
17.2
If required by the Employer, the Tenderers shall sign a declaration under the officials
Secret Act 1923, for maintaining secrecy of the tender documents drawings or other
records connected with the work given to them. The unsuccessful Tenderers shall
return all the drawings given to them.
17.3
Use of correcting fluid anywhere in tender document is not permitted. Such tender is
liable for rejection.
17.4
a) In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender
containing percentage below/above the rates quoted is liable to be rejected. Rates
quoted by the Tenderer in item rate tender in figures and words shall be accurately
filled in so that there is no discrepancy in the rates written in figures and words.
However, if a discrepancy is found, the rates which correspond with the amount
worked out by the Tenderer shall unless otherwise proved be taken as correct. If the
amount of an item is not worked out by the Tenderer or it does not correspond with the
rates written either in figures or in words then the rates quoted by the Tenderer in
words shall be taken as correct. Where the rates quoted by the Tenderer in figures
and in words tally but the amount is not worked out correctly, the rates quoted by the
Tenderer will, unless otherwise provided, be taken as correct and not the amount. In
the event that no rate has been quoted for any item(s), leaving space both in figure (s)
or word(s) and the amount blank, it will be presumed that the Tenderer has included
the cost of this/ these item (s) in other items and rate for such item (s) will be
considered as zero and work will be required to be executed accordingly.
b)
In case of percentage Rate Tender only percentage quoted shall be considered. Any
tender containing item rates is liable to be rejected. Percentage quoted by the
Tenderer in percentage rate tender shall be accurately filled in figures and words so
17
17.5
17.6
that there is no discrepancy. If, for any Schedule in Financial Bid, the total amount
has been indicated by the Tenderer and if discrepancy is noticed in the percentages
quoted in words and figures, then the percentage which corresponds with the total
amount, shall, unless otherwise proved be taken as correct. If the total amount is not
worked out or if worked out, it does not correspond with the percentages written either
in figures or in words, then the percentage quoted by Tenderer in words shall be taken
as correct. When the percentages quoted by the Tenderer in figures and in words
tally but the total amount is not worked out correctly, the percentage quoted by the
Tenderes shall be taken as correct, unless proved otherwise and the total amount
worked out accordingly.
In the case of any Item rate tender where unit rate of any item/items appears
unrealistic, such tender will be considered as unbalanced and in case the Tenderer is
unable to provide satisfactory explanation, such a tender is liable to be disqualified
and rejected.
(a) In Item rate Tender, all rates shall be quoted on the tender form. The amount for
each item should be worked out and requisite totals given. Special care should be
taken to write the rates in figures as well as in words and the amount in figures only, in
such a way that interpolation is not possible. The total amount in each Schedule
should be written both in figures and in words. In case of figures, the word ‘Rs.’ should
be written before the figure of rupees and word ‘P’ after the decimal figures, e.g.
Rs.2.15 P and in case of words, the word, ‘Rupees’ should precede and the word
‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed
by the word ‘only’ it should invariably be up to two decimal places. While quoting the
rate in schedule of quantities, the word ‘only’ should be written closely following the
amount and it should not be written in the next line.
(b) In Percentage Rate Tender, the Tenderer shall quote percentage below / above (in
figures as well as in words) at which he will be willing to execute the work. He shall
also work out the total amount of his offer and the same should be written in figures as
well as in words in such a way that no interpolation is possible. In case of figures, the
word “Rs” should be written before the figure rupees and word ‘P’ after the decimal
figures (eg.) Rs.2.15 P and in case of words the word “Rupees” should precede and
the word “Paisa” should be written at the end.
17.7
Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or any other tax/ Cess
on material, labour and Works in respect of this Contract shall be payable by the
Contractor and the Employer will not entertain any claim whatsoever in respect of the
same. However, in respect of Service Tax, same shall be paid by the Contractor to the
concerned department on demand and it will be reimbursed to him by the Engineer-inCharge after satisfying that it has been actually and genuinely paid by the Contractor.
17.8
Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a
Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited
Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has
submitted a Bid for a work, shall not be a witness for any other Bidder for the same
work. Failure to observe the above stipulations would render all such Tenders
submitted as a Bidder and / or as a witness, liable to summary rejection.
17.9
The Contractor shall be fully responsible for all matters arising out of the Performance
of the Contract and shall, at his own expense, comply with all laws/ acts/ enactments/
18
orders/ regulations/ obligations whatsoever of the Government of India, State
Government, Local Body and any Statutory Authority.
18.0
SIGNING OF CONTRACT AGREEMENT
18.1
The Tenderer whose tender has been accepted will be notified of the award by the
Employer by issue of a `Letter of Acceptance’ ‘ prior to expiration of the Bid Validity
period, in the form at Annexure VI.
The Letter of Acceptance will be sent to the Contractor in two copies one of which he
should return promptly, duly signed and stamped. The Letter of Acceptance will be a
binding Contract between the Employer and the Contractor till the formal Contract
Agreement is executed.
18.2
Within the period as specified in Clause 1 of `Clause of Contract’, of the date of issue
of Letter of Acceptance, the successful Tenderer shall deliver to the Employer,
Performance Guarantee and Additional Performance Guarantee (where applicable) in
the format prescribed.
18.3
The Tenderer whose Tender is accepted shall be required to submit at his cost stamp
papers of appropriate value as per the provisions of Indian Stamp Act within 15 days
of the date of issue of Letter of Acceptance.
18.4
At the same time the Employer notifies the successful Tenderer that his Tender has
been accepted, the Employer will direct him to attend the Employer’s office within 28
days of issue of Letter of Acceptance for signing the Agreement in the proforma at
Annexure VII. The Agreement will however be signed only after the Contractor
furnishes Performance Guarantee and Additional Performance Guarantee (where
applicable) and hence, where justified, the period of 28 days stipulated above will be
extended suitably.
19
ANNEXURE – I
(As per Correction Slip No. 13, 14 & 16)
QUALIFYING CRITERIA FOR WORKS CONTRACTS
1.
Annual Financial Turnover
-
The bidder should have achieved a minimum annual financial turnover of Rs 149.43
Crores in any one of the last 3 Financial Years.
Notes:
-
The financial turnover will be taken as given under the head “Income” in audited Profit
and Loss Account and excluding non-recurring income, income from other sources
and stock. It is clarified that the Financial Turnover means relevant revenue as
recorded in the Income side of Profit and Loss Account. It does not mean Profit.
-
Closing stocks in whatsoever manner should not form part of turnover.
Weightage of 7% (compounded annually) shall be given for equating the financial
turnover of the previous years to the current year.
-
For considering the Financial Years, for example for a work for which the Tender is
being opened in Financial Year 2014-15, the last Three Financial Years shall be 201314, 2012-13, 2011-12, For a Tender opened on (say) 05.09.2014 (F.Y. 2014-15), with
weightage of 7% compounded annually, the weightages to be applied on the Turnover
of the previous three Financial Years will be : F.Y. 2013-14 = 1.070; F.Y. 2012-13 =
1.145; F.Y. 2011-12 = 1.225
-
The Bidder should furnish Annual Financial Turnover for each of the last 3 Financial
Years in tabular form and give reference of the document (with page no.) relied upon
in support of meeting the Qualification Criterion.
-
The Bidder should submit self attested copy of Auditor’s Report along with Balance
Sheet and Profit and Loss Statement along with Schedules for the relevant Financial
Year in which the minimum criterion is met. Provisional audit reports or certified
statements will not be accepted.
-
If the Audited Balance Sheet for the immediately preceding year is not available in
case of tender opened before 30th Sept., audited Balance Sheets, Profit and Loss
Statements and other financial statements of the three Financial Years immediately
preceding the previous Financial Year may be adopted for evaluating the credentials
of the Bidder.
-
In case JV is permitted the following provisions will apply: DELETED.
Large Works - NA
Normal Works - NA
20
2.
WORK EXPERIENCE
a)
(i)
ii)
Similar Works Experience
For works in normal areas (other than difficult areas)
The Bidder should have satisfactorily completed in his own name or
proportionate share as a member of a Joint Venture, at least one similar work
of minimum value of Rs. 119.54 Crores OR at least two similar works each of
minimum value of Rs. 74.72 Crores OR at least three similar works each of
minimum value of Rs. 59.77 Crores during the last 5 (five) years prior to the
last stipulated date for submission of the Bid. Works completed prior to the cut
off date shall not be considered.
Or
For works in difficult areas (North East states, J&K, Jharkhand,
Chattisgarh & Andaman & Nicobar Island) – NA
Similar Works
Similar Works shall mean the work of Construction of RCC framed structure
building like Institutional/ Office/ Hostel / Hospital / Commercial Buildings in
India.
Notes:
A weightage of 7% (compounded annually from the date of completion of the work to
the submission of the Bid) shall be given for equating the value of works of the
previous years to the current year.
-
Only such works shall be considered where physical completion of entire work is over
or commissioning of work has been done, whichever is earlier.
-
The Bidder should submit the details of such similar completed works as per the
format at Proforma-1 enclosed.
-
Works carried out by another Contractor on behalf of the Bidder on a back to back
basis will not be considered for satisfaction of the Qualification Criterion by the Bidder.
-
Credential certificates issued by Govt. Organizations / Semi Govt. Organizations of
Central or state Government; or by Public Sector Undertakings / Autonomous
bodies of Central or State Governments; or by Public Ltd. Companies listed in Stock
Exchange in India or abroad shall only be accepted for assessing the eligibility of a
Tenderer.
-
The cut off date shall be calculated backwards from the last stipulated date for
submission/ opening of Tender i.e. for a Tender which is being opened on 06.08.2014,
the cut off date shall be 07.08.09.
-
In case JV is permitted the following provisions will apply: DELETED.
Large Works - NA
Normal Works - NA
21
b)
Construction Experience in key activities / specified components
-
Not Applicable -
In case JV is permitted the following provisions will apply: NOT APPLICABLE
Large Works
- NA
Normal Works - NA
3.
SOLVENCY CERTIFICATE &SERVICING OF LOAN / CREDIT LIMIT.
i)
A Solvency Certificate of minimum solvency of Rs. 59.77 Crores. (suggested
format at Proforma 2) from a Scheduled Bank issued not earlier than 6 months
from the last date for submission of tender is required to be submitted by the
bidder.
Notes:
-
The certificate so produced by the Bidder may be got verified from the issuing
Bank.
-
In case JV is permitted the following provisions will apply: DELETED.
Large Works - NA
Normal Works - NA
ii) The bidder should furnish a declaration that he has not failed to service the
Principal amount or interest or both of a loan account / credit limit from any Bank
of Financial Institution during a period of one year prior to the deadline for
submission of bids.
Notes:
•
In case a bidder has defaulted in serving his loan / credit limit during the past one
year he shall be disqualified.
•
The declaration may be included in the declaration to be submitted in Proforma 3
to this annexure.
•
In case JV is permitted the following provisions will apply. - NA
Large Works - NA
Normal Works - NA
22
4.
PROFITABILITY
The applicant firm shall be a Profit (Net) making firm and should have made profit
during any two of the past 3 Financial Years immediately preceding the deadline for
submission of bids. If the Audited Balance sheet for the immediately preceding year is
not available in case of tenders opened before 30th Sep, Audited Balance sheets of
the three Financial years immediately preceding the previous Financial years shall be
considered.
The Bidder should furnish figures of net profit of last 3 years in a tabular form and
submit attested copies of Auditor’s Reports along with audited Balance Sheets and
Profit and Loss Statements for the last three Financial Years. Specific reference with
page no. of document which proves satisfaction of this Qualifying Criterion should be
indicated in the tabular statement.
Notes:
-
In case JV is permitted, the following provisions will apply: NOT APPLICABLE
Large Works
- NA
Normal Works - NA
5.
NET WORTH
The bidder should have positive Net worth of at least 15% of the estimated cost.
Notes:
-
-
Net Worth shall be computed from the bidder’s audited balance sheet of the last
financial year ending on a date not prior to 18 months from the due date of
submission of the tender( or, if the due date is extended, such extended date of
submission).
In case JV is permitted, the following provisions will apply:
Large Work: NA
Normal Work: NA
6.
POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN CASE
OF BOTH LARGE AND NORMAL WORKS.
a)
Sub-Contractor’s Experiences and Resources
Sub-Contractors’ Experiences and Resources will not be taken into account in
determining the Bidder’s compliance with the qualifying criteria.
b)
Experiences and Resources of the Parent Company and other subsidiary
companies
If the Bidder is a wholly owned subsidiary of a company, the experience and
resources of the owner / parent company or its other subsidiaries will not be
23
taken into account. However, if the Bidder is a Company, the Experience and
Resources of its subsidiaries will be taken into consideration.
7.
DISQUALIFICATION ON CERTAIN GROUNDS
Even though the bidders may meet the above Qualifying Criteria, they are subject to
be disqualified if they have
a) Made misleading or false representation in the forms, statements and attachments
in proof of the qualification requirements. In such a case, besides Tenderer’s
liability to action under para 9.4 of Instructions to Tenderer’s, the tenderer is liable
to face the penalty of banning of business dealings with him by RITES.
b) Records of any contract awarded to them, having been determined during the past
three years prior to the deadline for submission of bids.
c) Their business banned or suspended by any Central / State Government
Department / Public Undertaking or Enterprise of Central / State Government and
such ban is in force.
d) Not submitted all the supporting documents or not furnished the relevant details as
per the prescribed format.
A declaration to the above effect in the form of affidavit on stamp paper of Rs 10 duly
attested by Notary / Magistrate should be submitted as per format given in Proforma
3 enclosed.
24
Proforma-1
LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION COMPLETED
DURING THE LAST 5 YEARS
S. Client' Name of
No
s
the
. Name Work &
and Location
Addre
ss
Scope
of
work
carried
out by
the
Bidder
Agreem Contract Value
ent /
Letter of
Award
No. and
date
Date of
start
Award Actual
ed
on
completi
on
Date of
Completion
Reasons
for delay
in
completi
on
if any
Ref. of
document
(with page
no.) in
support of
meeting
Qualificati
on
Criterion
As per Actu
LOA/
al
Agreem
ent
SEAL AND SIGNATURE OF THE BIDDER
Note:
1.
In support of having completed above works, attach self attested copies of the
completion certificate from the owner/client or Executing Agency / Consultant
appointed by owner / Client indicating the name of work, the description of work done
by the Bidder, date of start, date of completion (contractual & actual) and contract
value as awarded and as executed by the Bidder . “Contract Value” shall mean gross
value of the completed work including cost of materials supplied by the owner/client
but excluding those supplied free of cost.
2.
Such Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations
/ Public Sector Undertakings / Autonomous bodies of Central or State Government /
25
Municipal Bodies / Public Ltd. Co. listed on BSE/NSE shall only be accepted for
assessing the eligibility of a Tenderer.
In case of a Certificate from a Public Limited Co., the Bidder should also submit
documentary proof that the Public Ltd. Co., was listed on BSE or NSE when the work
was executed for it.
3.
Information must be furnished for works carried out by the Bidder in his own name or
proportionate share as member of a Joint Venture. In the latter case details of
contract value including extent of financial participation by partners in that work should
be furnished.
4.
If a Bidder has got a work executed through a Subcontractor on a back to back basis,
the Bidder cannot include such a work for his satisfying the Qualification Criterion
even if the Client has issued a Completion Certificate in favour of that Bidder.
5.
Use a separate sheet for each partner in case of a Joint Venture.
6.
Only similar works completed during the last 5 years prior to the last stipulated date for
submission of Bid, which meet the Qualification Criterion need be included in this list.
26
Proforma 2
SOLVENCY CERTIFICATE FROM A NATIONALISED
OR A SCHEDULED BANK
This is to certify that to the best of our knowledge and information, M/s
____________________, having their registered office at _____________, a customer of our
Bank, is a reputed company with a good financial standing and can be treated as solvent to
the extent of Rs. ___________. This certificate is issued without any guarantee or risk and
responsibility on the Bank or any of its officers.
Signature with date
Senior Bank Manager (Name of Officer issuing the Certificate)
Name, address & Seal of the Bank/ Branch
Note:
Banker’s Certificate should be on letter head of the Bank.
27
Proforma 3
(As per Correction Slip No. 13)
DECLARATION BY THE BIDDER
(Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate)
This is to certify that We, M/s. __________________________, in submission of this offer
confirm that:i)
We have not made any misleading or false representation in the forms, statements
and attachments in proof of the qualification requirements;
ii)
During the past three years prior to the deadline for submission of bids, no contract
awarded to us has been determined.
iii)
No Central / State Government Department / Public Sector Undertaking or Enterprise
of Central / State Government has banned / suspended business dealings with us as
on date.
iv)
We have submitted all the supporting documents and furnished the relevant details as
per prescribed format.
v)
List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does not
include any work which has been carried out by us through a Subcontractor on a back
to back basis.
vi)
The information and documents submitted with the Tender and those to be submitted
subsequently by way of clarifications / making good deficient documents are correct
and we are fully responsible for the correctness of the information and documents
submitted by us. failed to service the principal amount or interest or both
vii)
We have not failed to service the principal amount or interest or both of a loan account
/ credit limit from any Bank or Financial institution during a period of one year prior to
the deadline for submission of bids.
viii)
We understand that in case any statement/information/document furnished by us or to
be furnished by us in connection with this offer, is found to be incorrect or false, our
EMD in full will be forfeited and business dealings will be banned.
SEAL, SIGNATURE & NAME OF THE BIDDER
Signing this document
28
ANNEXURE I A
CHECK LIST OF DOCUMENTS TO BE SUBMITTED
1.
a)
BY BIDDERS OTHER THAN JOINT VENTURES
i)
Annual Financial Turnover
ii)
-
Annual financial turnover for each of the last 3 Financial Years in
tabular form.
-
Self attested copies of Auditor’s Report along with the Balance Sheet
and Profit and Loss Statement for the relevant Financial Year in which
the minimum criterion is met (Refer Notes under Para 1 of Annexure I).
Work Experience
-
-
iii)
Similar Work Experience : Proforma 1 of Annexure I with details of 1,
2 or 3 works as the case may be, which satisfy requisite qualification
criterion with self attested copies of supporting document (Refer Para
2a of Annexure I).
Construction Experience in Key Activities/Specialized Components:
Tabular Statement giving contract-wise quantities executed in last 5
years along with documentary proof in support of having met the
criterion (Refer Para 2b of Annexure I).
Solvency Certificate.
Suggested format at Proforma 2 of Annexure I (Refer Para 3 of Annexure I)
iv)
Profitability
-
v)
Net profit of last 3 Financial Years in tabular form.
Self attested copies of Auditor’s Report along with the Balance Sheets
and Profit and Loss Statements for last 5 or 3 Financial Years, as the
case may be (Refer Para 4 of Annexure I).
Declaration by Bidder
Proforma 3
vi)
Integrity Pact (where applicable): duly signed and witnessed in the format at
Annexure VIII (Refer para 11.7 of NIT & Instructions to Tenderers)
b)
BY JOINT VENTURE PARTNERS FOR “LARGE WORKS”: Not Applicable
c)
BY JOINT VENTURE
Applicable
PARTNERS
29
FOR “NORMAL
WORKS”: Not
ANNEXURE II A
QUALIFICATION INFORMATION/CHECKLIST OF DOCUMENTS
- LETTER OF TRANSMITTAL BY OTHER THAN JOINT VENTURES
(On letter head of the Applicant)
From
To,
_____________
Joint General Manager,
Tender Cell, 3rd Floor,
RITES Ltd., RITES Bhawan –II,
Plot No. 144, Sector-44,
Gurgaon - 122003, Haryana.
Sir,
Sub: Submission of Qualification information /documents as per Checklist.
1.
I/We hereby submit the following documents in support of my/our satisfying the
Qualification Criteria laid down for the work:a) Self attested copy of a certificate, confirming that the applicant is a working
contractor or has executed any work within the last five years reckoned from the
date of opening of Tender, issued by Railways, CPWD, MES, DOT, RITES, State
PWD or any other Central/State Government Undertaking, Municipal Body,
Autonomous Body of Central or State Government or Public Limited Company
listed on NSE/BSE.
b) Annual Financial Turnover
(i)
Annual financial turnover for each of the last 3 Financial Years in a tabular
form.
(ii) Self attested copy of Auditor’s Report along with the Balance Sheet and Profit
and Loss Statement and Schedules for the relevant Financial Year in which
the minimum criterion is met, with calculations in support of the same.
c) Work Experience
i)
Similar Work Experience :- In Proforma 1 with details of 1 / 2 / 3 works
as applicable and self attested copies of supporting documents as
mentioned therein.
ii)
Construction experience in key activities / specialized components:
Tabular Statement giving contract wise quantities executed in last 5
years with documentary proof.
d)
Solvency Certificate - Proforma 2.
e)
Net Worth – The bidder should have positive Net Worth of at least 15% of the
estimated cost.
2.
In addition the following supporting documents are also enclosed.
a)
Self attested copy of Partnership Deed/Memorandum and Articles of
Association of the Firm.
30
b)
c)
d)
e)
f)
g)
Self attested copies of PAN/TAN issued by the Income Tax Department.
Declaration – Proforma 3
Self attested copy of Sales Tax, Works Contract Tax, Service Tax Registration
Certificate (as applicable).
Self attested copy of Registration under Labour Laws, like PF, ESI etc.
Self attested copy of ISO 9000 Certificate (if any)
Integrity Pact (where applicable): duly signed and witnessed.
3.
I authorize you to approach any Bank, Individual, Employer, Firm or Corporation,
whether mentioned in the enclosed documents or not, to verify our competence and
general reputation.
4.
I also enclose written Power of Attorney of the signatory of the Tender on behalf of the
Tenderer.
Yours faithfully,
Encl: As in Paras 1, 2 & 4
Signature of Applicant
with Name _________________
Date with seal
31
ANNEXURE II B (L)
QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS
– LETTER OF TRANSMITTAL BY JOINT VENTURE
NOT APPLICABLE
ANNEXURE II B (N)
QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS
- LETTER OF TRANSMITTAL BY JOINT VENTURE
NOT APPLICABLE
ANNEXURE III
DRAFT MEMORANDUM OF UNDERSTANDING
EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE
(On each firm’s Letter Head)
NOT APPLICABLE
32
ANNEXURE IV
FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY
POWER OF ATTORNEY
(To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing
the Power of Attorney).
We, M/s.______ (name of the firm/company with address of the registered office) hereby
constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is
presently employed with us and holding the position of ______ and whose signature is given
below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things
necessary or incidental to our bid for the work _____ (name of work), including signing and
submission of application / proposal, participating in the meetings, responding to queries,
submission of information / documents and generally to represent us in all the dealings with
RITES or any other Government Agency or any person, in connection with the works until
culmination of the process of bidding, till the Contract Agreement is entered into with RITES
and thereafter till the expiry of the Contract Agreement.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney
pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid
Attorney shall always be deemed to have been done by us.
(Add in the case of a Consortium/Joint Venture)
Our firm is a Member/Lead Member of the Consortium of ___________, _________ and
___________.
Dated this the _____ day of ______ 20
(Signature and name of authorized signatory being given Power of Attorney)
___________
(Signature and name in block letters of *All the partners of the firm, * Authorized Signatory for
the Company)
(* Strike out whichever is not applicable)
Seal of firm/ Company
Witness 1:
Name:
Address:
Occupation:
Witness 2:
Name:
Address:
Occupation:
33
Notes:
-
In case the Firm / Company is a Member of a Consortium/ JV, the authorized
signatory has to be the one employed by the Lead Member.
-
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal
affixed in accordance with the required procedure.
34
ANNEXURE V
FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM / JOINT
VENTURE
NOT APPLICABLE
35
ANNEXURE VI
(FORM OF LETTER OF ACCEPTANCE)
(By REGD POST / ACK.DUE)
(On the letter head of RITES)
NO.
: RITES/
Dated:
To
______________________________
(Name & Address of the Contractor)
Dear Sirs,
Sub:
TENDER No.
FOR THE WORK OF
Ref:
Your Tender dated _________________ and letters dated _____________
and this office letter Nos. ___________ dated___________ in reply to the same.
This is to notify you that your Tender for the work under reference has been accepted by the
Competent Authority of RITES LIMITED for a total Contract Price of Rs. _______ (Rupees
_____________only) in its capacity as an Agent /Power of Attorney Holder acting for and on
behalf of ______ (the Employer).
Pursuant to Clause 1 of the Contract, you are required to furnish irrevocable Performance
Guarantee for an amount equivalent to 5% (Five percent) of the Contract Price and an
Additional Performance Guarantee for an amount of Rs. ------------ (if applicable). The
Guarantee Bonds aggregating for an amount of Rs.______________ are required to be
submitted within ___ days of issue of this Letter of Acceptance. Bank Guarantees issued by
the following Banks will not be acceptable _____________________ (Names of Banks
_________)
The time of ________months allowed for execution of the work will be reckoned from the date
of start as defined in Schedule F or from the first day of the handing over of the site,
whichever is later, in accordance with phasing, if any, indicated in tender document.
You are requested to contact _________ (complete designation and address of the Project
Coordinator) for carrying out the contract.
You are also requested to attend this office within Twenty Eight days from the date of issue of
this letter for execution of the formal agreement. It may be noted that no payment shall be
made for any work carried out by you till the Agreement is executed and till such time the
Performance Guarantee and Additional Performance Guarantee (where applicable) has/have
been submitted by you.
This Letter of Acceptance is being sent to you in duplicate and you are requested to return
without delay one copy of the letter duly signed and stamped, as a token of your
acknowledgement.
36
Kindly note that this Letter of Acceptance thereof shall constitute a binding Contract between
us pending execution of formal Agreement.
Your letters as well as this office letters referred to above shall form part of the Contract.
Yours faithfully,
RITES LIMITED
Agent / Power of Attorney Holder
For and on behalf of______ (The Employer)
Copy to:
1. ___________ (The Employer) for information.
(To be included on the Original sent to the Contractor)
2. Project Coordinator (Complete designation and address)
3. Associated Finance (Not in original)
37
ANNEXURE VII
FORM OF AGREEMENT
(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
Agreement No. ________ dated _________
THIS AGREEMENT is made on ________ day of ______ Two thousand ________ between
RITES Ltd. a Government of India Enterprise and a Company registered under Companies
Act, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi - 110092 and its
Corporate Office at RITES BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana) representing
through ____________, RITES LIMITED acting for and on behalf of and as an Agent /Power
of Attorney Holder of _____ hereinafter called the Employer (which expression shall,
wherever the context so demands or requires, include their successors in office and assigns)
on one part and M/s.______ hereinafter called the Contractor (which expression shall
wherever the context so demands or requires, include his/ their successors and assigns) of
the other part.
WHEREAS the Employer is desirous that certain works should be executed viz.___________
(brief description of the work) and has by Letter of Acceptance dated ____ accepted a tender
submitted by the Contractor for the execution, completion, remedying of any defects therein
and maintenance of such works at a total Contract Price of Rs. ______ (Rupees
______________ only)
NOW THIS AGREEMENT WITNESSETH as follows:1.
In this Agreement words and expressions shall have the same meaning as are
respectively assigned to them in the Conditions of Contract hereinafter referred to.
2.
The following documents in conjunction with addenda/ corrigenda to Tender
Documents shall be deemed to form and be read and construed as part of this
agreement viz.
The Letter of Acceptance dated ______.
Priced Schedule (Bill) of Quantities
Notice Inviting Tender and Instructions to Tenderers.
RITES Tender and Contract Form
Special Conditions
Schedules A to F.
Technical Specifications
Drawings
Amendments to Tender Documents (List enclosed)
General Conditions of Contract (read with Correction Slip Nos. 1 to 6) comprising of
(i)
Conditions of Contract
(ii)
Clauses of Contract
(iii)
RITES Safety Code
(iv)
RITES - Model Rules for the protection of Health and Sanitary
arrangements for Workers
(v)
RITES – Contractor's Labour Regulations.
38
3.
In consideration of the payment to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Employer to execute,
complete, remedy defects therein and maintain the works in conformity in all respects
with the provisions of the Contract.
4.
The Employer hereby covenants to pay to the Contractor in consideration of the
execution, completion, remedying of any defects therein and maintenance of the
works, the contract price or such other sum as may become payable under the
provisions of the contract at the time and in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused their respective common seals to be
hereinto affixed (or have herewith set their respective hands and seals) the day and year first
above written.
SIGNED, SEALED AND DELIVERED BY
____________________________
In the capacity of _____
______________________________
representing RITES LIMITED
In the capacity of Agent / Power of
Attorney Holder
On behalf of M/s. _________
For and on behalf of _________
(The Contractor)
(The Employer)
In the presence of
In the presence of
Witnesses (Signature, Name &
Designation)
Witnesses (Signature, Name &
Designation)
1.
1.
2.
2.
39
ANNEXURE VIII
INTEGRITY PACT
Between
RITES LTD. acting for and on behalf of and as an Agent / Power of Attorney Holder of
Central University of Bihar hereinafter called the “Employer” AND ____________
hereinafter referred to as "The Bidder/Contractor"
Preamble
The Employer intends to award, under laid down organizational procedures, contract/s for
“Construction of Administrative Building, Schools, Lecture Hall Complex, Hostels etc.
at Central University of Bihar Campus, Panchanpur, Gaya”. The Employer values full
compliance with all relevant laws and regulations, and economic use of resources, and of
fairness and transparency in his relations with the Bidder/s and/or contractor/s.
In order to achieve these goals, the Employer will appoint an Independent External Monitor
(IEM) who will monitor the Tender process and execution of the contract for compliance with
the principles mentioned above.
Section 1 – Commitments of the Employer
(1)
(2)
The Employer commits himself to take all measures necessary to prevent corruption
and to observe the following principles:1.
No employee of the Employer, personally or through family members, will in
connection with the tender or for the execution of the contract, demand, take a
promise for or accept, for self or third person, any material or immaterial
benefit which the person is not legally entitled to.
2.
The Employer will, during the tender process, treat all Bidders with equity and
reason. The Employer will in particular, before and during the tender process,
provide to all Bidders the same information and will not provide to any Bidder
confidential/additional information through which the Bidder could obtain an
advantage in relation to the tender process or the contract execution.
3.
The Employer will exclude from the process all known prejudiced persons.
If the Employer obtains information on the conduct of any of his employees which is a
criminal offence under the IPC (Indian Penal Code) /PC (Prevention of Corruption)
Act, or if there be a substantive suspicion in this regard, the Employer will inform its
Chief Vigilance Officer and in addition can initiate disciplinary action.
40
Section 2 – Commitments of the Bidder/Contractor
(1)
(2)
The Bidder/Contractor commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution.
1.
The Bidder/Contractor will not directly or through any other person or firm,
offer, promise or give to any of the Employer’s employees involved in the
tender process or the execution of the contract or to any third person any
material or other benefit which he is not legally entitled to, in order to obtain in
exchange any advantage of any kind whatsoever during the tender process or
during the execution of the contract.
2.
The Bidder/Contractor will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in
particular to prices, specifications, certifications, subsidiary contracts,
submission or non-submission of bids or any other actions, to restrict
competitiveness or to introduce cartelization in the bidding process.
3.
The Bidder/Contractor will not commit any offence under the relevant IPC/PC
Act; further the Bidder/ Contractor will not use improperly, for purposes of
competition or personal gain, or pass on to others, any information or
document provided by the Employer as part of the business relationship,
regarding plans, technical proposals and business details, including
information contained or transmitted electronically.
4.
The Bidder/Contractor will, when presenting his bid, disclose any and all
payments he has made, is committed to or intends to make to agents, brokers
or any other intermediaries in connection with the award of the contract.
The Bidder/ Contractor will not instigate third persons to commit offences outlined above
or be an accessory to such offences.
Section 3 - Disqualification from tender process and exclusion from future
contracts
If the Bidder/Contractor, before award or during execution has committed a
transgression through a violation of Section 2 above, or in any other form such as to
put his reliability or credibility in question, the Employer is entitled to disqualify the
Bidder/Contractor from the tender process or take action as per the procedure
mentioned in the "Guideline on banning of business dealing” annexed and marked as
Annexure "A".
Section 4 - Compensation for Damages
(1)
If the Employer has disqualified in terms of the provisions in Section 3, the
Bidder/Contractor from the tender process prior to the award of contract, the Employer
is entitled to demand and recover the damages equivalent to Earnest Money Deposit/
Bid Security.
(2)
If the Employer has terminated the contract during execution in terms of the provisions
under Section 3, the Employer shall be entitled to demand and recover from the
41
Contractor the damages equivalent to Earnest Money Deposit, Security Deposits
already recovered and Performance Guarantee, which shall be absolutely at the
disposal of the Employer.
Section 5 - Previous Transgression
(1)
The Bidder/ Contractor declares that no previous transgression occurred in the last 3
years with any other Company in any country conforming to the Anti-Corruption
approach or with any other Public Sector Enterprise in India that could justify his
exclusion from the tender process.
(2)
If the Bidder/Contractor makes incorrect statement on this subject, he can be
disqualified from the tender process or action can be taken as per the procedure
mentioned in "Guideline on banning of business dealing".
Section 6 - Equal treatment of all Bidders/Contractors/Sub-Contractors
(1)
The Bidder/Contractor undertakes to demand from all partners/sub-contractors (if
permitted under the conditions/ clauses of the contract) a commitment to act in
conformity with this Integrity Pact and to submit it to the Employer before signing the
contract.
(2)
The Bidder/ Contractor confirms that any violation by any of his partners/subcontractors to act in conformity with the provisions of this Integrity Pact can be
construed as a violation by the Bidder/Contractor himself, leading to possible
Termination of Contract in terms of Section 4.
(3)
The Employer will disqualify from the tender process all bidders who do not sign this
Pact or violate its provisions.
Section 7 - Criminal charges against violating Bidders/Contractors/Sub-Contractors
If the Employer obtains knowledge of conduct of a Bidder, Contractor or Partners/SubContractor, or of an employee or a representative or an associate of a Bidder, Contractor or
Sub-Contractor, which constitutes corruption, or if the Employer has substantive suspicion in
this regard, the Employer will inform the same to its Chief Vigilance Officer.
Section 8 - Independent External Monitor/Monitors
(1)
(2)
(3)
The Employer shall appoint competent and credible Independent External Monitor for
this Pact. The task of the Monitor is to review independently and objectively, whether
and to what extent the parties comply with the obligations under this agreement.
The Monitor is not subject to instructions by the representatives of the parties and will
perform his functions neutrally and independently. He will report to the CMD/RITES
Ltd.
The Bidder/Contractor accepts that the Monitor has the right of access without
restriction to all Project documentation of the Employer including that provided by the
Contractor. The Contractor will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his project
documentation. The same is applicable to Partners/Sub-Contractors. The Monitor is
under contractual obligation to treat the information and documents of the
Bidder/Contractor/Partners/Sub-Contractor with confidentiality.
42
(4)
The Employer will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an impact
on the contractual relations between the Employer and the Contractor. The parties
offer to the Monitor the option to participate in such meetings.
(5)
As soon as the Monitor notices or has reason to believe that violation of the
agreement by the Employer or the Bidder/ Contractor, has taken place, he will request
the Party concerned to discontinue or take corrective action, or to take any other
relevant action. The Monitor can in this regard submit non-binding recommendations.
Beyond this, the Monitor has no right to demand from the parties that they act in a
specific manner or refrain from action or tolerate action.
(6)
The Monitor will submit a written report to the CMD/RITES Ltd. within 8-10 weeks from
the date of reference or intimation to him by the Employer and should the occasion
arise, submit proposal for correcting problematic situations.
(7)
If the Monitor has reported to the CMD/RITES Ltd. of a substantiated suspicion of an
offence under relevant IPC/PC Act, and the CMD/RITES Ltd. has not, within
reasonable time, taken visible action to proceed against such offender or reported it to
the Chief Vigilance Officer, the Monitor may also transmit this information directly to
the Central Vigilance Commissioner.
(8)
The word Monitor would include both singular and plural.
Section 9 - Pact Duration
This pact begins when both parties have legally signed it. It expires for the Contractor when
his Security Deposit is released on completion of the Maintenance Period and for all other
Tenderers six months after the Contract has been awarded.
If any claim is made/lodged during this time the same shall be binding and continue to be
valid despite the lapse of this pact specified above, unless it is discharged/determined by
CMD/RITES Ltd.
Section 10 - Other Provisions
(1)
This agreement is subject to Indian Law. Place of performance and jurisdiction shall
be as stated in the Contract Agreement.
(2)
Changes and supplements as well as termination notices need to be made in writing.
(3)
If the Contractor is a partnership or a consortium, this agreement must be signed by
the Partner in charge/ Lead Member nominated as being incharge and who holds the
Power of Attorney signed by legally authorized signatories of all the
partners/Members. The Memorandum of Understanding /Joint Venture Agreement will
incorporate a provision to the effect that all Members of the Consortium will comply
with the provisions in the Integrity Pact to be signed by the Lead Member on behalf of
the Consortium. Any violation of Section 2 above by any of the Partners/Members will
be construed as a violation by the consortium leading to possible Termination of
Contract in terms of Section 3
43
(4)
Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to come
to an agreement to their original intentions.
RITES Ltd.
Agent / Power of Attorney Holder
_________________________
_________________________
(For & on behalf of the Employer)
(For the Bidder/Contractor)
(Office Seal)
(Office Seal)
Place: …………………………
Date: ……………………….
Witness 1:
(Name & Address)
-----------------------------------------------------------------------------------------------------------------
Witness 2
(Name & Address)
-----------------------------------------------------------------------------------------------------------------
44
ANNEX-A
Guidelines on Banning of Business Dealings
1.
Introduction
1.1
RITES, being a Public Sector Enterprise and ‘State’, within the meaning of Article 12
of Constitution of India, has to ensure preservation of rights enshrined in Chapter III of
the Constitution. RITES has also to safeguard its commercial interests. It is not in the
interest of RITES to deal with Agencies who commit deception, fraud or other
misconduct in the execution of contracts awarded / orders issued to them. In order to
ensure compliance with the constitutional mandate, it is incumbent on RITES to
observe principles of natural justice before banning the business dealings with any
Agency.
1.2
Since banning of business dealings involves civil consequences for an Agency
concerned, it is incumbent that adequate opportunity of hearing is provided and the
explanation, if tendered, is considered before passing any order in this regard keeping
in view the facts and circumstances of the case.
2.
Scope
2.1
The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies,
has been laid down in these guidelines.
2.2
It is clarified that these guidelines do not deal with the decision of the Management not
to entertain any particular Agency due to its poor / inadequate performance or for any
other reason.
2.3
The banning shall be with prospective effect, i.e., future business dealings.
3.
Definitions
In these Guidelines, unless the context otherwise requires:
i)
`Bidder / Contractor / Supplier’ in the context of these guidelines is indicated as
‘Agency’.
ii)
‘Competent Authority’ and ‘Appellate Authority’ shall mean the following:
a)
The Director shall be the ‘Competent Authority’ for the purpose of these
guidelines. CMD, RITES shall be the ‘Appellate Authority’ in respect of such
cases.
b)
CMD, RITES shall have overall power to take suo-moto action on any
information available or received by him and pass such order(s) as he may think
appropriate, including modifying the order(s) passed by any authority under
these guidelines.
iii)
‘Investigating Department’ shall mean any Department, Division or Unit
investigating into the conduct of the Agency and shall include the Vigilance
Department, Central Bureau of Investigation, the State Police or any other
45
department set up by the Central or State Government having powers to
investigate.
4.
Initiation of Banning / Suspension:
Action for banning / suspension business dealings with any Agency should be initiated
by the department/ unit having business dealings with them after noticing the
irregularities or misconduct on their part.
5.
Suspension of Business Dealings
5.1
If the conduct of any Agency dealing with RITES is under investigation by any
department, the Competent Authority may consider whether the allegations under
investigation are of a serious nature and whether pending investigation, it would be
advisable to continue business dealing with the Agency. If the Competent Authority,
after consideration of the matter including the recommendation of the Investigating
Department/Unit, if any, decides that it would not be in the interest to continue
business dealings pending investigation, it may suspend business dealings with the
Agency. The order to this effect may indicate a brief of the charges under
investigation. The order of such suspension would operate for a period not more than
six months and may be communicated to the Agency as also to the Investigating
Department.
The Investigating Department/Unit may ensure that their investigation is completed
and whole process of final order is over within such period.
5.2
As far as possible, the existing contract(s) with the Agency may be continued unless
the Competent Authority, having regard to the circumstances of the case, decides
otherwise.
5.3
If the Agency concerned asks for detailed reasons of suspension, the Agency may be
informed that its conduct is under investigation. It is not necessary to enter into
correspondence or argument with the Agency at this stage.
5.4
It is not necessary to give any show-cause notice or personal hearing to the Agency
before issuing the order of suspension. However, if investigations are not complete in
six months time, the Competent Authority may extend the period of suspension by
another three months, during which period the investigations must be completed.
6.
Grounds on which Banning of Business Dealings can be initiated
6.1
If the security consideration, including questions of loyalty of the Agency to the State,
so warrants;
6.2
If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted by
a Court of Law for offences involving moral turpitude in relation to its business
dealings with the Government or any other public sector enterprises or RITES, during
the last five years;
6.3
If there is strong justification for believing that the Directors, Proprietors, Partners,
owner of the Agency have been guilty of malpractices such as bribery, corruption,
fraud, substitution of tenders, interpolations, etc;
46
6.4
If the Agency employs a public servant dismissed / removed or employs a person
convicted for an offence involving corruption or abetment of such offence;
6.5
If business dealings with the Agency have been banned by the Govt. or any other
public sector enterprise;
6.6
If the Agency has resorted to Corrupt, fraudulent practices including misrepresentation
of facts;
6.7
If the Agency uses intimidation / threatening or brings undue outside pressure on the
Company (RITES) or its official in acceptance / performances of the job under the
contract;
6.8
If the Agency indulges in repeated and / or deliberate use of delay tactics in complying
with contractual stipulations;
6.9
Based on the findings of the investigation report of CBI / Police against the Agency for
malafide / unlawful acts or improper conduct on his part in matters relating to the
Company (RITES) or even otherwise;
6.10
Established litigant nature of the Agency to derive undue benefit;
6.11
Continued poor performance of the Agency in several contracts;
(Note: The examples given above are only illustrative and not exhaustive. The
Competent Authority may decide to ban business dealing for any good and sufficient
reason).
7.
Banning of Business Dealings
7.1
A decision to ban business dealings with any Agency shall apply throughout the
Company.
7.2
If the Competent Authority is prima-facie of view that action for banning business
dealings with the Agency is called for, a show-cause notice may be issued to the
Agency as per paragraph 8.1 and an enquiry held accordingly.
8.
Show-cause Notice
8.1
In case where the Competent Authority decides that action against an Agency is
called for, a show-cause notice has to be issued to the Agency. Statement containing
the imputation of misconduct or mis-behaviour may be appended to the show-cause
notice and the Agency should be asked to submit within 30 days a written statement in
its defence. If no reply is received, the decision may be taken ex-parte.
8.2
If the Agency requests for inspection of any relevant document in possession of
RITES, necessary facility for inspection of documents may be provided.
8.3
After considering the reply of the Agency and other circumstances and facts of the
case, a final decision for Company-wide banning shall be taken by the Competent
47
Authority. The Competent Authority may consider and pass an appropriate speaking
order:
a) For exonerating the Agency if the charges are not established;
b) For banning the business dealing with the Agency.
8.4
The decision should be communicated to the Agency concerned along with a reasoned
order. If it decided to ban business dealings, the period for which the ban would be
operative may be mentioned.
9.
Appeal against the Decision of the Competent Authority
9.1
The Agency may file an appeal against the order of the Competent Authority banning
business dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall
be preferred within one month from the date of receipt of the order banning business
dealing, etc.
9.2
Appellate Authority would consider the appeal and pass appropriate order which shall
be communicated to the Agency as well as the Competent Authority.
10.
Review of the Decision by the Competent Authority
Any petition / application filed by the Agency concerning the review of the banning
order passed originally by Competent Authority under the existing guidelines either
before or after filing of appeal before the Appellate Authority or after disposal of appeal
by the Appellate Authority, the review petition can be decided by the Competent
Authority upon disclosure of new facts /circumstances or subsequent development
necessitating such review.
11.
Circulation of the names of Agencies with whom Business Dealings have been
banned.
11.1
Depending upon the gravity of misconduct established, the Competent Authority of
RITES may circulate the names of Agency with whom business dealings have been
banned, to the Ministry of Railways and PSUs of Railways, for such action as they
deem appropriate.
11.2
If Ministry of Railways or a Public Sector Undertaking of Railways request for more
information about the Agency with whom business dealings have been banned a copy
of the report of Inquiring Authority together with a copy of the order of the Competent
Authority/ Appellate Authority may be supplied.
12.
12.1
Restoration
The validity of the banning order shall be for a specific time & on expiry of the same,
the banning order shall be considered as "withdrawn".
12.2
In case any agency applies for restoration of business prior to the expiry of the ban
order, depending upon merits of each case, the Competent Authority which had
passed the original banning orders may consider revocation of order of suspension of
business/lifting the ban on business dealings at an appropriate time. Copies of the
restoration orders shall be sent to all those offices where copies of Ban Orders had
been sent.
48
SECTION 2
TENDER AND CONTRACT FORM
49
SECTION 2
TENDER AND CONTRACT FORM FOR WORKS
To,
Joint General Manager,
Tender Cell, 3rd Floor,
RITES Ltd., RITES Bhawan –II,
Plot No. 144, Sector-44,
Gurgaon-122003, Haryana.
Sub:
TENDER FOR THE WORK OF “Construction of Administrative Building, Schools,
Lecture Hall Complex, Hostels etc. at Central University of Bihar Campus,
Panchanpur, Gaya”
(TENDER NO: RITES/CP/TC/CUB/Package-2/Buildings/2015 ISSUED BY JGM/ Tender Cell)
TENDER
1.
I/We have read and examined the Notice Inviting Tender and Instructions to
Tenderers, Special Conditions, Schedules A to F, Technical Specifications, Drawings,
Schedule / Bill of Quantities and General Conditions of Contract as well as other
documents and rules referred to in GCC and all the details contained in the Tender
Document for the work.
2.
I/We hereby tender for the execution and completion of the work and remedy any
defects therein, specified in the Schedule of Quantities within the time specified in
Schedule “F”, and in accordance in all respects with the specifications, designs,
drawings and instructions in writing referred to in Notice Inviting Tender and
Instructions to Tenderers and in Clause 11 of the Clauses of Contract and with such
materials as are provided for, by, and in respects in accordance with, such conditions
so far as applicable.
3.
We agree that our tender shall remain valid for a period of 90 days from the due date
for submission of bid or extended date as stipulated and not to make any
modifications in its terms and conditions.
4.
A sum of Rs. 50,00,000.00 (Rupees fifty lakhs only) is hereby forwarded in the form
of Banker’s cheque/Pay Order /Demand Draft issued in favour of RITES Ltd., payable
at Gurgaon/Delhi as the Earnest Money.
5.
If I/We withdraw my/our tender during the period of tender validity or before issue of
Letter of Acceptance whichever is earlier or make modifications in the Terms and
Conditions of the Tender which are not acceptable to the Employer, then the Employer
50
shall, without prejudice to any other right or remedy, be at liberty to forfeit entire
Earnest Money absolutely.
6.
If I/We fail to furnish the prescribed Performance Guarantee and Additional
Performance Guarantee (if applicable) within prescribed period, I/We agree that the
said Employer shall, without prejudice to any other right or remedy, be at liberty to
forfeit the said Earnest Money absolutely.
7.
If, I/We fail to commence the work within the specified period, I/We agree that the
Employer shall, without prejudice to any other right or remedy available in law, be at
liberty to forfeit the Earnest Money and Performance Guarantee and Additional
Performance Guarantee (if applicable) absolutely.
8.
Further, I/We hereby agree that in case of forfeiture of Earnest Money or both Earnest
Money & Performance Guarantee and Additional Performance Guarantee (if
applicable) as aforesaid in paras 5 to 7, I/We shall be debarred from participation in
re-tendering process of the work.
9.
On issue of Letter of Acceptance by the Employer, I/We agree that the said Earnest
Money shall be retained by the Employer towards Security Deposit, to execute all the
works referred to in the Tender document upon the Terms and Conditions contained
or referred to therein and to carry out such deviations as may be ordered, upto
maximum of the percentage mentioned in Schedule F at rates as stipulated in relevant
Clauses of contract and those in excess of that limit at the rates to be determined in
accordance with the provisions contained in Clauses 12.2 and 12.3 of the tender form.
10.
I/We hereby agree that I/ We shall sign the Formal Agreement with the Employer
within 28 days from the date of issue of Letter of Acceptance. In case of any delay,
I/We agree that we shall not submit any Bill for Payment till the Contract Agreement is
signed.
11.
I/We hereby declare that I/We shall treat the tender documents, drawings and other
records connected with the work as secret/confidential documents and shall not
communicate information derived there from to any person other than a person to
whom I/We am/are authorized to communicate the same or use the information in any
manner prejudicial to the safety of the Employer/State.
12.
I/We hereby declare that I/We have not laid down any condition/deviation to any
content of Technical Bid and/or Financial Bid. I/We agree that in case any condition is
found to be quoted by us in the Technical and/or Financial Bid, my/our Tender may be
rejected.
13.
I/We understand that the Employer is not bound to accept the lowest or any tender he
may receive. I/We also understand that the Employer reserves the right to accept the
whole or any part of the tender and I/We shall be bound to perform the same at the
rates quoted.
14.
Until a formal agreement is prepared and executed, this bid together with our written
acceptance thereof shall constitute a binding contract between us and RITES.
51
15.
I am/We are signing this Tender offer in my / our capacity as one/those authorized to
sign on behalf of my/our company/as one holding the Power of Attorney issued in my
favour as Lead Member by the Members of the Joint Venture.
Signature of Authorized Person/s
Date
Name/s & Title of Signatory
Name of Tenderer
Postal Address
Seal
Witness
Signature
Name
Postal Address
Occupation
52
SECTION 3
SPECIAL CONDITIONS
53
SECTION 3
SPECIAL CONDITIONS
1.
The work shall be executed as per requirements of Bill of Quantities and Technical
Specifications. In case of requirement of additional details for BOQ items (if any), the
contractor may suggest applicable specifications as per sound engineering practices.
The decisions of Engineer-in-Charge shall be final in this regard.
2.
The brand of the materials shall be used as per BOQ particulars. In case of equivalent
brand the decision of engineer-in-charge shall be final. In case of unavailable brands
for any materials, the decisions of the engineer-in-charge shall be final.
3.
The rate quoted in BOQ items shall include all incidental works including all fittings
and fixtures to make the item complete/ operational whether details in BOQ are given
or not. Nothing extra shall be payable.
4.
The work shall be executed in co-operation with the other agencies already working at
site.
5.
Submission of PF registration of the bidder is mandatory.
6.
In case of contradiction between Bill of Quantities and Technical Specifications the
particulars of Bill of Quantities will prevail.
7.
After completion of the work, the contractor shall submit As-built drawings, O & M
manuals and organize one week training for operation of buildings and connected
systems.
8.
Additional performance guarantee (Unbalanced bid)
When L1 offer is less than 90% of the justified cost/market rate analysis cost the bid
shall be treated as Unbalanced. The workability of the rates shall be assessed and
commented upon by the tender committee/RITES. If after evaluation, the price
analysis is not found to be satisfactory, the bidder shall be asked to furnish Additional
Performance Guarantee to the extent the total quoted cost is lower than 90% of
justified Cost/market rate analysis cost.
9.
The Special Specifications are meant for Non- DSR items. However in case of
inadequacy of
the specifications, the following documents shall be referred as per
the advice of the Engineer- in-charge:
(i) Relevant BIS codes
(ii) Manufacturer’s Specifications
(iii) Relevant ASTM/ BS codes
(iv) Standard Engineering Practice
(v) Decision of Engineer – in – Charge
10.
The malba during the construction will be removed at least on weekly basis or more
frequently as desired by local Authorities. If the same is not done, the contractor will
be solely responsible for all the consequences including penalties by the local
Authorities.
54
11.
During work, it is mandatory on the part of the contractor to properly screen the
construction site off the roads & adjacent structures by means of erecting a screen
wall of necessary / specified height (not less than 8.00 ft.) from ground level which is
to be painted to avoid unpleasant looks. In addition to this, a net or some other
protective material shall be hoisted at the facades of the building to ensure that any
falling material remains within the protected area.
12.
Noise related activities will only be taken up for work during the period as permitted by
local Authorities.
13.
Only specified brand of materials shall be used subject to the approval of sample by
Engineer-In-charge.
14.
The contractor shall make his own arrangements for Electricity required for the work
including for the site office of the employer.
15.
The contractor will be fully responsible for getting the Sewer, Water Connection from
the local bodies after completing all the formalities & obtaining their mandatory
permission/ approval / N.O.C. and also final clearance/N.O.C. from the Fire & Lift
Department . However the fees paid to the concerned local body for this purpose will
be reimbursed / paid by the employer along with all possible assistance.
16.
The rates for all items of work shall be valid for all depths and heights unless
otherwise specified in the nomenclature of the item.
17.
Specialized items like anti termite treatment, water proofing, aluminum work etc. will
be executed through specialized agency and their credential will be got approved by
Engineer in Charge before deployment.
18.
The Contractor shall arrange visit of the officials to the manufacturing plant of the
approved brand before placing order to the specialized agency for start of supply.
19.
Extra Items if any which are not covered in C.P.W.D A.O.R. will be paid on the basis of
lowest market rate and the component used in activity confirmed by site in charge and
contractor jointly. If the factor / Coefficients of items are not covered in the C.P.W.D
Analysis of Rates (Latest) and is necessarily to be executed after obtaining of written
approval of the Engineer-in-charge, the contractor shall submit the complete details,
specification, methodology of item supported with relevant documents and during
execution, the entire component utilized to execute the item shall be observed on
actual basis and daily record shall be maintained at project which shall be signed by
the contractor and RITES Engineers. The rate of the items shall be derived on this
observation and submitted along with statement for final approval of rate of such
items.
20.
The contractor shall arrange all required approvals from concerned local bodies for
issue of necessary completion certificate and shall provide maintenance/ operation
manual agreement as provided by the manufacture /suppler for all mechanical
/electrical devices.
21.
The discrepancies found if any, well before handing over the project, these
discrepancies should be rectified/ removed before handing over of project .The
contractor will be responsible for maintenance of completed building for 12 months
55
after the handing over of the building. Maintenance means removal/rectification of any
defect, shrinkage or other faults.
22.
TESTING OF MATERIAL
a) The contractor shall produce all the materials well in advance so that there is sufficient
time for testing of the materials and clearance of the same before incorporation in the
work.
b) All the materials to be used in and on every part of the works shall be subjected
from time to time at such tests as given in List of Mandatory Tests or as required as
per CPWD specifications . These tests/norms are the Minimum requirement and the
Engineer-in-Charge may supplement these with additional tests/checks according to
the site condition, at no extra cost. Such test shall be performed at the expenses of
the contractor. The samples for tests shall be in all cases selected by the Engineer-incharge and supplied by the contractor as part of the contract. If at any time, any
material so tested, fails to meet the acceptance criteria, the same shall be removed
from the site of works and other materials substituted there for. In the absence
of any specified test/acceptance criteria, the decision of the Engineer-in- charge
shall be final and binding as to whether the said material or materials shall be
used on the works, or forthwith removed and other material substituted.
c) The contractor shall produce on demand from Engineer-in-charge, the manufacturers’
certificates certifying that the materials conform to the technical specifications. For
cement and reinforcement steel, manufacturers certificate shall be considered
sufficient test certificate against mandatory testing required for 80% of supply i.e. two
samples out of each ten samples required for mandatory testing shall be got tested
from the approved outside laboratory and for balance manufacturers certificate can be
considered . All charges for testing shall be borne by the contractor and department
will not reimburse any testing charges. For other materials which are ISI/ BIS marked,
manufacturer’s certificate shall be considered as fulfilling the mandatory test
requirement. However in case Engineer-in-charge feels that the material supplied is
not of required specifications even if it is ISI/BIS approved and have manufacturers
certificate, he can send the sample to the approved lab for testing at contractors cost.
d) The contractor has to establish, at his own cost, a testing Laboratory/field laboratory
and Minimum Laboratory Equipments as required for the Field Quality Control for
the items of work. Quality Control Engineer shall be deputed in the Laboratory to
conduct regular and routine
daily
tests on materials,
measurements
of
temperature and any other tests stipulated in the particular specifications of the items
to be executed in the contract. In case contractor do not establish his laboratory, the
Engineer shall be at liberty to send the required samples to any outside Laboratory
and the cost of sampling, testing, transportation etc shall be borne by the contractor.
In case the contractor do not deposit the required /demanded amount within 7 days of
demand by the outside laboratory the amount will be deposited by Engineer and the
recovery @ two times of the testing cost shall be made from the contractors next
payment. The decision of Engineer-in-charge shall be final and binding on the
contractor.
e) The contractor shall permit the Engineer-in-charge or his authorized representative to
be present during any or all the tests. After the notification to the Engineer-in-charge
that the work has been completed, the contractor shall make under the direction and
in the presence of
Engineer-in-charge such tests and inspections as have been
specified or as the engineer-in-charge shall consider necessary to determine
whether or not the full intent of requirements of the plans and specifications have
been fulfilled. In case the work does not meet the full intent of the specifications it
56
shall be rectified by the contractor at no extra cost and the contractor shall bear all
the expenses for any further tests considered necessary.
f) For any tests as directed by the Engineer-in-charge, that have to be carried out at an
outside laboratory, the cost of such tests, materials, transport etc., shall be borne by
the contractor.
g) In case there is any discrepancy in frequency of testing as given in tender or BIS
Codes and as shown in the list of mandatory tests and that in individual sub-heads
of work as per CPWD Specifications, 2009 (Vol. I to Vol. III) the higher of the two
frequencies of testing shall be followed, and nothing extra shall be payable to the
contractor on this account.
h) The contractor shall arrange for conducting the tests specified in Quality Plan
in the presence of an officer, authorized by the Engineer-in-Charge. Full records (in
standard formats) of all the tests conducted shall be maintained by the contractor.
i) The purchaser representative shall be free to visit the manufacturer work at all
reasonable times to witness and inspect the testing of equipment. It is the duty of
tenderer to see that all the equipments supplied are tested as per relevant IS
specifications. The contractor shall furnish manufacturer test certificate for the routine
and type test conducted on the equipment offered if necessary.
j) OUTSIDE/INDEPENDENT TESTING FACILITIES: Extensive testing of the materials
used for construction is a pre-requisite for attaining high quality of the work. This shall
also require specialized tests, physical, chemical, ultrasonic, x-ray and various other
types of tests which cannot possibly be carried out in a site laboratory. These tests
also require specialized personnel who regularly deal in such testing. Therefore the
need arises for carrying out the tests in outside laboratories. These laboratories may
be in the Government sector, Semi Government or private sector NABL accredited
laboratories. The outside laboratories shall be short listed before hand and approval
obtained from Engineer-in charge. In case of laboratories in the private sector, the
past record and reputation of the laboratory must invariably be given due
consideration. The infrastructure in these laboratories can also be inspected before
they are short-listed. Contractor shall not be paid extra for any outside testing or for
visits for inspection of outside laboratory.
23.
CONNECTIONS/COMPLETION CERTIFICATE:
a) It will be the responsibility of the Contractor to get the works approved and obtain
completions, stage completions and occupancy certificates and necessary connection
for building work, Electrical work, main water supply & sewerage connection, NOC
from Fire Authority / Local Municipal / Govt. Authorities or other approved authorities
of the region at his own cost. Rates quoted shall cover all expenses to be borne for
obtaining above approvals / certificates. However any statutory fees to be paid on
account of above shall be paid by the Employer.
b) The contractor will be fully responsible for getting the Sewer, Water Connection &
Electrical connection from the local bodies after completing all the formalities &
obtaining their mandatory permission/ approval / N.O.C. and also final
clearance/N.O.C. from the Fire & Lift Department . However the fees paid to the
concerned local body for this purpose will be reimbursed / paid by the employer along
with all possible assistance.
c) The date of Physical completion shall be only after the building and external works are
physically complete as certified by the Engineer. Completion certificate shall be issued
only after all required connections and NOCs for main Electric supply, water supply,
sewerage connection, NOCs and completion certificates from Fire Authority / Local
57
Municipal / Govt. Authorities or other approved authorities of the region, obtained by
the contractor and handed over to the Employer.
d) Physical Completion certificate shall be recorded for the purpose of release of
performance Guarantee only. Performance guarantee of the contractor shall be
released after Physical completion of work.
24. SAMPLE FLATS (Wherever applicable):
To determine the acceptable standard of workmanship, the Contractor shall execute a
sample flat (one of each type decided by the Engineer) completing all items of works
and services such as walls, floors, roof, plastering, joinery including fittings, sanitary
fittings, plumbing, electrification, painting, entire kitchen and bathroom fittings, doors,
windows, wood works, cabinets, cupboards and pelmets etc. complete in all respects.
The brands of various materials incorporated as well as finishes will be approved by
the Engineer. These will be guiding samples for future execution of the rest of the
flats/dwelling units. These flats will be completed within time period as mentioned in
schedule “F” after award of contract failing which a penalty of Rs. 2,000.00 per day will
be levied.
25.
MAINTENANCE PERIOD:
a)
The normal period of maintenance shall be one year reckoned from the date of issue
of completion certificate by RITES for the completed work. Also contractor shall
provide and arrange throughout the maintenance period of one year, sufficient staff of
each discipline , materials and Equipments etc for day to day maintenance to carry out
the repairs/ rectification’s immediately of the complex, buildings etc whenever pointed
out by RITES/CUB free of cost.
Bidders are requested not to get confused by defect liability period and maintenance
period. Maintenance period will start from the date of issue of final completion
certificate. During the maintenance period the contractor shall be liable not only to
remove the defects but also maintain the works for one year.
However all running cost shall be directly paid by the client to various authorities.
Contractor has to supply additional quantities of tiles used for external finishing items
of each type (Minimum 10sqm) for using at a later stage during maintenance, so that
the uniformity of colour is maintained. Nothing shall be payable extra for this supply.
All defects noticed during the currency of the Contract and also during the
Maintenance Period of 12 months after completion of the work shall be completely
and satisfactorily rectified by the Contractor within a reasonable period without
any extra payment for the same. In case the defects are such as cannot be rectified
or the Contractor fails to rectify these satisfactorily and completely, RITES
reserves the right to accept the work at reduced rates or to get the rectification work
done at the risk and cost of the Contractor. The decision of RITES/CUB in this
regard shall be final and binding on the Contractor and shall be beyond purview of
the dispute settlement clause 25 of General Conditions of Contract.
90 % of the Security Deposit held by the authority will be refunded to the contractor on
satisfactory completion of the maintenance period on the recommendations of the
Engineer-in-Charge. If the contractor fails to rectify the defects pointed out during
the maintenance period, then either the rectification work shall be got done through
any other agency/agencies at the risk and cost of the contractor or the
Maintenance period may be extended suitably to allow time for rectification of
defects to the satisfaction of the RITES/CUB. The defect liability deposit shall be
b)
c)
d)
e)
f)
58
•
•
refunded after adjustment of the cost of rectification carried out plus 20% as
departmental charges, Balance 10 % security deposit shall be refunded as follows:
50 % of 10 % security deposit after 3years of completion and satisfactory performance
of the water proofing work.
50 % of 10 % security deposit after 6years of completion and satisfactory performance
of the water proofing work.
26. HANDING OVER THE WORKS ON COMPLETION
On satisfactory completion of all the works as per the provision of the Contract, the Contractor
shall hand over the work to the Central University of Bihar through RITES. The Contractor
shall ensure that all development works and bulk services are simultaneously carried out so
as to make the buildings functional immediately on completion. The work, even if it is
physically ready for occupations, shall be deemed to be completed from the date the services
like Water Supply, sewerage and electricity are made available to make the building
functional. The completion certificate shall be issued only after the work is found functional in
all respect. The cost of installation of electric line from main line to campus of the work shall
be payable by RITES/ Central University of Bihar on production of proof towards payment
made to State Electricity Board. Also the cost of connecting Water Supply line of work from
the main Water supply line of the municipality shall be payable to the Contractor; on
production of proof towards payment made to the municipality. The Contractor shall maintain
sufficient staff and materials till the handing over of the work to the Central University of
Bihar to protect the works and its installation from theft/damage from outside agencies.
Floors, room of offices /Flats shall be neatly cleaned, locked with Seven(7 ) lever pad lock of
approved brand and make; set of keys along with key ring duly mark the room number/ flat
number/location of rooms etc. shall be handed over to the client. Nothing extra shall be
payable on this account.
27. Sign Board and plaque at Site
The Contractor shall prepare and display sign board and permanent plaque stone at site as
per design approved by the Controlling Site –in- charge as per University instruction. It shall
have following information’s:
Sign Board Information
Name of Work
Name of Employer
Name of Architect
Project Management Consultant
Contractor/Builder Name
Date of start
Completion Period
Plaque information’s
Required
Required
Required
Required
28. Hiring of Specialized agency: Specialized item will be executed through specialized
agency and their credential will be got approved by Engineer in Charge before
deployment.
29. Adherence to instructions of Engineer/ Engineer-in-charge: Contractor during the
execution of the contract and maintenance/ defect liability period has to adhere to the
59
instructions of Engineer/ Engineer-in-charge.
In case contractor does not take
cognizance to the written instructions of Engineer/ Engineer-in-charge within seven days
of issue of written instructions to execute or repair some particular item, Engineer – incharge shall be at liberty to get the particular work/ item executed from any other party by
collecting spot quotations as per departmental practice of quotations. In such case an
amount equal to cost of work paid to the other party plus 20 % Departmental charges
plus 20 % penalty shall be deducted from the payments/ security of the contractor. In
such case Risk and cost action shall not be required till the cost of such items exceed
more than 10% of Contract value. No action under this clause by Engineer –in charge,
will relieve the contractor from action under other clauses of the contract. The decision of
Engineer – in – charge shall be final and binding on the contractor in such case.
30. Labour Laws to be complied by the Contractor: “The contractor shall get his construction
workers, who are eligible for registration under the Delhi Building & Other Construction
Workers (regulation of Employment and Conditions of Service) Act, 1996 and rules made
there under, registered under the said Act and Rules.”
31. In case of discrepancy between BOQ language and language of DSR / SOR 2012 of a
particular item, the language of printed DSR / SOR shall prevail.
32. The project is being designed to attain at least GRIHA- 3 Star rating. The contractor has
to take into account the guidelines of the National Rating system for Green Building
published by Ministry of New & Renewable Energy, Govt. of India.
SPECIAL CONDITIONS FOR ELECTRICAL WORKS
1.
GENERAL:
The following Special Conditions shall be read in conjunction with General Conditions of
Contract. If there are any provisions in these Special Conditions, which are at Variance with
the provisions in the above-mentioned documents, the Provisions in this Special Conditions
shall take precedence.
The electrical Installation work shall be carried out in accordance with Indian Standard Code
of Practice. It shall also be in conformity with the current Indian Electricity rules and
regulations and requirements of the Local Electricity Supply Authority, so far as these become
applicable to the installation. Electrical work in general shall be carried out as per following
CPWD Specifications amended up to date.
General Specifications for Electrical Works.
Internal Electrical Works - Latest edition.
External Electrical works – Latest edition.
Wherever these specifications calls for a higher standard of material and or workmanship
than those required by any of the above mentions regulations and specification then the
specification here under shall take precedence over the said regulations and standards.
The details of scope of work subhead wise are given in the subsequent paragraphs. The
quantities worked out in schedule of quantities are based on particular equipment considered
at design stage. The contractor is required to recheck the quantities based on equipment
offered by him to achieve required parameters.
60
2.
Tenderer, if wishes to associate sub-contractors for any of the discipline/section of the
work shall state so in his technical bid. Such sub-contractors should at least be
registered with CPWD or MES or Railways or P&T or any other central/state Govt./PSU
in the appropriate class of contractors eligible for tendering for such section of the work.
3.
INSPECTION & APPROVAL OF THE WORK BY LOCAL AUTHORITY
The contractor has to obtain all clearances & approvals from any statuary authority/local
bodies pertaining to electrical installations. The contractor shall obtain all information relating
to local regulations, Bye- laws, applicable if any and all laws relating to his work or profession
and his having to execute work as required. Contractor shall obtain approval of the installation
from the relevant inspection authorities at all stages and on completion of the installation
work. Any fee payable to the statutory authority for obtaining approvals is required to be paid
by the contractor. However the necessary reimbursement of the fee deposited by the
contractor to any statutory authority (as mentioned above) will be made on
production/submission of the valid documentary proof/evidence.
4.
Training: The contractor has to provide training to the client staff and also operate the
system (if required) for a period of one month from the date of handing over free of cost.
5.
Pre-delivery Inspection & approval: The contractor shall offer the pre-delivery
inspection of all the materials at manufacturers work to the Engineer-in-charge. The
intimation for such inspections shall be given at least 15 days in advance from the date
of proposed inspection. RITES along with CLIENT representative may inspect any/all
the materials required in this project. All the testing facilities and all the consumables
including the fuel etc. shall be provided by the contractor and nothing extra shall be paid
on this account.
6.
Tender drawings and Shop Drawings:
The work shall be executed as per latest working drawings to be prepared by the contractor
after award of work and submitted to the Engineer-in-charge for approval.
The Drawings & data provided are for guidance to the contractor. The exact dimensions,
location, distance & levels etc shall be governed by the space conditions. The tender
drawings are indicative and are for the guidance of the contractor. The drawings appended
with the tender documents are intended to show the space allotted for various equipment, cable
and pipe routes, any other shop drawings necessary for the project besides general electrical
layout. The equipment offered shall be suitable for installation in the spaces shown in these
drawings / available at site. The contractor shall prepare and submit to RITES for approval
detailed shop/working drawings of all works on award of the work. Two set of all such working
drawings shall be submitted to RITES for approval, including such changes as may have
been suggested by the Engineer-in-charge as required at the earliest - within 15 days of
awarding of the work.
The contractor shall also take parallel action (after award of work) for submission of
applications along with the drawings, documents & details etc. to various Statutory
Bodies/Authorities for obtaining their approval/clearances.
The contractor shall re- submit 4 sets of all the drawings to the RITES within 7 days from date
of receiving comments if any from the RITES after incorporating the comments.
61
7.
Completion Drawings:
After completion of work, the contractor shall have to submit the following (Which pertains to
this work) set of drawings to RITES. 3 sets of hard copies + 3 Soft Copy (in ‘Auto CAD’
applicable version) in CD of the drawings related to work.
8.
DOCUMENTS TO BE FURNISHED ON COMPLETION OF INSTALLATION
Six sets of the following shall be furnished to RITES / CLIENT by the contractor on completion
of the work:a)
Completion Drawings as per Clause 16 above.
b)
Manufacturer's catalogues of all equipment and accessories, operation and maintenance
manuals of all major equipment, detailing all adjustments, operation and maintenance
procedure.
c)
Manufacturer’s Guarantee / Warrantee certificates of all the equipments & materials etc.
d)
Clearances/approval of various Statutory Bodies/Authorities for this system if any.
e)
Any other information the Engineer-in-charge may deem fit.
No completion certificate will be issued until the above drawings and documents are
submitted to the Engineer-in-charge.
9.
Performance Testing at Site:
After completion of erection at site & a preliminary warm up period of light & Lighting System,
acceptance trial run of a minimum period of 7 days duration shall be conducted at site. The
trial shall be conducted in the presence of the Engineer-in-charge and the test results shall be
recorded in an approved format. The contractor at his cost shall provide all facilities labour,
instruments, materials and consumables etc. as required for the test. Tests proving the
satisfactory performance of all operating gear and safety functions and controls shall be
carried out. All calibrated instruments, materials, load configuration and labour required for
carrying out of the test shall be provided by the contractor free of cost. The contractor shall
give ample notice of the test to the Engineer-in-charge.
10. The contractor shall be fully responsible for the maintenance including watch and ward
of all the electrical installations provided by him until the works are handed over to client/
Allahabad University.
Thereafter, the work can be handed over to the client along with all inventories, completion
plans etc. as required.
11. CO-ORDINATION:
The Contractor shall co-operate with any other agencies working in the same project,
compare plans, specifications and the time schedules and so arrange his work that there will
be no interference.
The Contractor shall forward to the Engineer-in-charge all
correspondence and drawings so exchanged. Failure to check plans for conditions will render
the contractor responsible for bearing the cost of any subsequent change found necessary or
damages done.
However, contractor shall afford necessary facilities to execute the work simultaneously with
other agencies executing the works like electrification, horticulture, internal/external services
62
and other building works for the same project. RITES/Allahabad University shall not entertain
any claim on this account.
The work shall be executed in close Coordination with the progress of building work. This
being the essence of the contract, an activity chart clearly showing critical areas should be
furnished before commencing the work for proper monitoring and coordination.
12. HANDING OVER THE WORKS ON COMPLETION:
On satisfactory completion of all the works as per the provision of the Contract, the Contractor
shall hand over the works to the Client/ Allahabad University. The Contractor shall ensure
that all the testing commissioning & trial run operation of all the system are simultaneously
carried out so as to make the same functional immediately on completion.
13. All material to be used on works shall bear I.S. Certification work unless otherwise the
make specified in the item or special conditions appended with the tender document. In
case I.S. marked materials or the materials mentioned in the tender document are not
used due to non-availability, the materials used shall conform to I.S. code or CPWD
Specifications applicable in this contract. In such cases the Engineer-in-charge shall
satisfy himself about the quality of such materials and give his approval in writing. Only
articles classified as “First Quality” by the manufacturers shall be used unless otherwise
specified. All materials not having I.S. marking shall be tested as per provision of the
Mandatory Tests in CPWD Specifications and the relevant IS specifications. The
Engineer-in-charge may relax the condition regarding testing if the quantity of materials
required for the work is small. For the products bearing ISI certification work, no further
testing is required at site. In all such cases of use of IS certified materials, proper proof
of procurement of materials from authentic manufactures shall be provided by the
contractor to the satisfaction of Engineer-in-charge.
14. Other agencies doing work of electrification, Lifts work, other building work, horticulture
work etc. for this project will also simultaneously execute the works and the contractor
shall afford necessary facilities for the same. The contractor shall leave such necessary
holes, openings, etc. for laying/burying in the work pipes, cables, conduits, clamps
boxes and hooks for fan clamps, etc. as may be required for the electric, sanitary, airconditioning, fire-fighting, PA system, telephone system, C.C.T.V. system etc. and
nothing extra over the agreement rates shall be paid for the same.
15. The work shall be carried out in a manner complying in all respects with the requirements
of relevant bye-laws of local body under the jurisdiction of which the work is to be
executed or as directed by the Engineer-in-charge and nothing extra shall be paid on
this account.
16. For items, where so required, samples of light fittings, wires, drivers etc. shall be
submitted along with Technical data sheet before starting the particular items of work for
prior approval of the engineer-in-charge within 30 days from the date of award of work
and nothing extra shall be payable on this account.
63
17. PERFORMANCE TEST OF THE INSTALLATIONS:
The contractor shall give a performance test of the entire installation(s) for 7 days as per
standard specifications before the work is finally accepted and nothing extra whatsoever shall
be payable to the contractor for the test.
18. TERMS OF PAYMENT:
Progressive on account payment in form of running account Bills will be made to the
Contractor as follows:
a)
b)
c)
d)
70% of quoted rate (on pro-rata basis) as per Contract against supply of material at site
in good condition accompanied by relevant test certificates and documents after
deducting towards any recovery as per contract.
15% of quoted rate (on pro-rata basis) as per Contract against satisfactory installation of
equipment at site after deducting towards any recovery as per contract and the payment
already made.
10% of quoted rate as per Contract upon successful testing, commissioning, of
installation after deducting towards any recovery as per contract and the payments
already made.
5 % quoted rate or due amount (lowest of all) as per Contract upon successful handing
over of installation including submission of final approval from the various Statutory
Bodies/Authorities or any other Statutory Body (if required) after deducting towards any
recovery as per contract and the payments already made.
19. CLARIFICATIONS OF DISCREPANCIES
In the case of Discrepancies between the schedule of quantity, the specifications and/ or the
Drawings, the following order of preference shall be followed.
1.
2.
3.
4.
5.
20.
Description of schedule of quantities.
Specific conditions & Technical Specifications and Special Conditions, if any.
Drawings.
CPWD Specifications.
Indian standard Specifications of BIS
The Electrical work should be executed by an experienced Electrical contractor as
per the regulation of Indian Electricity Rules and Local Electrical Inspector’s
requirements. The contractor should have Grade A license. Prior approval of subcontractor for works like HVAC and Electrical shall be taken by the contractor from
RITES.
21. ASSOCIATED WORKS
CIVIL WORK
Any/All the associated civil work like making of holes in RCC slab/wall/brick
work/granite/marble, cutting of iron rods (if required), minor brick work required for
increasing/decreasing the size at entrances, closing of gaps with cement plaster, white wash
(if required) and making of buffers etc. are to be done by the agency. The quoted rates are
deemed to be inclusive of any/all these required associated civil work nothing extra will be
payable on this account.
64
LIST OF APPROVED MAKE OF MATERIAL
CIVIL WORK
Sl.
No.
Detail of Materials
Manufacturer`s Name/ Make
1
Anti Termite Chemical
2
Wood Preservatives
3
Grey Cement OPC- (43 & 53 G) & PPC
4
5
White Cement
Ready Mix Concrete (RMC)
6
Plasticizers
7
TMT Tor Steel
8
Structural Steel
CICO, MC Bauchemie, Roffe, Pidilite, POSROC,
STP
SAIL, TISCO, RINL, JSPL, JSW, SHYAM STEEL or
Equivalent
SAIL, TISCO, RINL, JINDAL or Equivalent
9
Rolled Steel Sections
SAIL, TISCO, RINL, JINDAL or Equivalent
10
Aluminum Sections
Jindal, Indalco, Hindalco
11
Ceramic Tiles (Wall & Floor Tiles)
Johnson, Nitco, Kajaria, Orient, Asian
12
Vitrified Tiles
Johnson, Bell, Merbonite, Asian, Nitco, Kajaria
13
PVC Flooring
14
Wooden Flooring
Armstrong, Wonder Floor, Hanwha, Polyflor,
Indiana
Pergo, Kronotex, Armstrong, Polyflor, Indiana
15
Cement Concrete (Chequred) Tiles
Nitco, Bharat, URO, Unistone
16
FOSROC, CICO, Pidilite, Sika, BASF, Roffe
17
Water Proofing Compound, Hardener &
Construction Chemicals
Float Glass & Mirror
18
Glass Film
3M, Llumar or equivalent
19
Wall Putty
Birla White, JK White or equivalent
20
21
Paints (OBD, Plastic Emulsion
Synthetic Enamel Paints)
Water Proof Cement Paints
22
Red Oxide & Pink Primers
ICI, Asian, Berger, Nerolac
23
PVC Water Stop Bars
Fixopan, Syntex, BASF, FOSROC
24
Precast Cement Concrete Paver & Tiles
25
Texture Paint (Internal & External)
Nitco, Ultra, Johnson, Duracrete, Basant Beton,
Astana, Endura, Marbonite
Oikos, Spectrum, Asian, Berger, ICI
26
Aluminium Composite Panel (ACP)
Alucobond, Durobond, Durabuild, Alstone
27
Gypsum Boards False Ceiling
28
Glass Fibre False Ceiling
India Gypsum, Lafarge, Saint Gobain, Gyptech, Fire
Line Board, USG
Armstrong, Saint Gobain, Gyptech, Decosonic,
Anutone
Paints,
Thiodon, De-nocil, Bayer, Vam Organic, NOCIL,
Hindustan Insecticides or Equivalent
Thiodon, De-nocil, Bayer, Vam Organic, NOCIL,
Hindustan
Insecticides,
Roofe
Construction
Chemicals
Ultra tech, ACC, Birla, Ambuja, Lafarge, JK, Prism,
India Cements, L & T, JP
JK, Birla White or equivalent
ACC, Ultratech, Lafarge, Birla or equivalent
Saint Gobain, Asahi India, Modi Guard
ICI, Asian, Berger, Nerolac, Dulux
Snowcem India Ltd., ICI, Asian, Nerolac
65
29
Mineral Fibre False Ceiling
Armstrong, Saint Gobain, USG, AMF, Insula,
Gyptech, Decosonic
Armstrong, Luxalon, Hunter Douglass, USG,
Interarch, Unimet, Gyptech
Everite, Hyper, Dorma, Godrej, Haffele
30
Metal False Ceiling
31
Hydraulic Door Closer (Floor Spring)
32
Pressed Steel Door Frame
33
Laminates
Senharvic, AGEW, NCL, Steel Flast or Equivalent
IS Brand
Greenlam, Centuryply, Merinolam, Archidlam
34
Plywood & Board (Waterproof)
Duro, Greenply, Centuryply, Kitply, Archidply
35
MDF (Exterior Grade)
Duro, Greenply, Centuryply, Archidply
36
Natural Wood Veneer
Greenply, Centuryply, Archidply, Ventura
37
Flush door
Kit ply `Swastik’, Duro, Archidply, Greenply
38
Hardware
39
Aluminum hardware
Hettich, Dorma, Dorset, Geze, Ozone, EBCO, Earl
Behari
Ipsa, Everite, Garnish, Crown Classic
40
Fire Doors
41
Fire Door Accessories
Godrej, Sukri, Navair, Aadhunic, Promat, Shakti
Hormann
Briton, Astroflame, Geze
42
Fasteners
Hilti, Fischer, Bosch, GKW
43
Gypsum Board
India Gypsum, Saint Gobain, USG, Lafarge
44
Self taping screws
Hilti, Landmark or Equivalent
45
Welding Road
46
Tar felt
ESSAB Ferro Speed plus, D&H Norma
equivalent
MAK, Bengal Bitumen, Rishub Petrochemical
47
Adhesive
48
PU paint
Fevicol SH, Vamicol, Araldite
Laticrete
MRF (Aqua fresh) or equivalent
49
GRC Panels
Unistone, Terra Firma or equivalent
50
Drawer Channel
Hettich, Haffele, EBCO, Ingersol Rand
51
Stain Steel Hinges
Magnum, Gard, Union, Dorma, Haffele
52
Locks and Handles
Everite, Godrej, Harrison, Indobrass, Golden
53
Calcium Silicate Board False Ceiling
Aerolite, Hylux, Ramco
54
Patch Fitting
Dorma, Geze, Ozone
55
APP Membrane
Lloyd Insulation, Cico, Fosroc, STP, IWL
56
Polymer sealant for expansion joint
Sika, Cico, Pidilite, GE Silicon
57
Pipe Insulation
Thermaflex, Careflex (Carewell) or equivalent
58
Epoxy
Fosroc, Choksey, Sika, STP
59
Polycarbonate Sheets
GE Plastics, Danpalon, Polygal
60
Glass Wool/ Mineral Wool
UP Twiga, Lloyds, Owens Corning
61
Accoustical Panelling
Armstrong, Saint Gobain, Anutone, Decosonic
62
Stainless Steeel Pipes
J-Press, Jindal, Viega
63
Expansion Joint
3 R Joints & Seals, Sandfield, Vexcolt or Equivalent
Note: The equivalent make (if any) shall be approved by engineer-in-charge.
66
of
or
Hindustan,
LIST OF APPROVED MAKES FOR PLUMBING WORKS
Sl. No.
1
2
3
Materials
Manufacturers
VITREOUS CHINA SANITARY WARES
PARRYWARE / CERA / HINDWARE/ NEYCER/
JOHNSON/ JAQUAR
C P FITTINGS (Bib Cock, Pillar Cock, Mixer, Marc/ Jaquar/ Ess-ess/ Parryware/ Hindware/
Angle Valve, Stop Cock, Bottle Trap, Health Johnson
Faucet etc.)
URINAL / WC FLUSHING SYSTEM
Marc/ Cera/ Hindware/ Neycer/ Parryware/
Jaquar
4
FIRE CLAY SINK
SANFIRE / JOHNSON PEDDER /
PARRYWARE / HINDWARE
5
STAINLESS STEEL SINK
NIRALI / PARRY / FRANKE / SALEM/ANUPAM
6
BALL VALVES / NRV / STRAINER / PRV
CIM / LEADER / AUDCO / ZOLOTO
7
GI PIPES – IS : 1239
JINDAL (HISSAR) / PRAKASH – SURYA/
TATA / ITC
8
GI FITTINGS – IS : 1239
UNCO / R-BRAND / UNIK / ZOLOTO / TATA
/BANSAL
9
CI PIPES (CLASS LA / A/ B) – IS, 1536
10
DI PIPES – IS - 8329
ELECTROSTEEL / KESHORAM /
HINDUSTAN / NECO
ELECTROSTEEL, JINDAL or equivqlent
11
CI PIPES (CENTRIFUGAL CAST) – IS 3989
NECO, Kapilansh or equivalent
12
SW PIPES / GULLY TRAPS – IS - 651
13
PWC PLASTIC SEAT COVERS
14
OVER HEAD TANKS
BURN, PERFECT, Devraj Anand
Ceramics
PARRYWARE / CERA /
HINDUSTAN / COMMANDER
SINTEX , Rotoplast or equivalent
15
SS FLOOR GRATING / CLAMPS
CHILLY OR EQUIVALENT
16
SS LIQUID SOAP DISPENSOR /
HAND DRIER
IMPULSE / TOSHI / UTEC
17
SI UICE / BUTTERFLY / NON
RETURN VALVES
18
RCC PIPES – IS - 458
KIRLOSKER / LEADER / CIM /
ZOLOTO) / VENUS/IVC
INDIAN HUME PIPE / JAIN SPUN / DAYA
SPUN/ KK Spun Pipe/ Pragati udyog
19
SUBMERSIBLE PUMP FOR WATER
SUPPLY
MONOBLOCK PUMP FOR WATER
SUPPLY
UPVC PIPES (S/W/R) and Fittings
KSB / / GRUNDFOSS / CROMPTON GREAVES
LEADER / ZOLOTO (WITH ISI MARK) / SANT
23
GUNMETAL VALVES (FULLWAY.
CHECK & GLOBE)
MIRRORS
24
CI MANHOLE COVER
NECO/SILC/RIF
25
CHEMICAL DOSER
ASIA LMI / PROMINENT / ION EXCHANGE
20
21
22
KIRLOSKER / CROMPTON / MATHER + PLATT
PRINCE / SUPREME / FINOLEX
Atul/ Modifloat, Saint Gobain/ Golden Fish
67
26
PVC PIPES & FITTINGS
PRAYAG, Prince, Supreme, Finolex, SFMC
27
PRESSURE GAUGE
H GURU, Fiebig, Dwyer
28
LEVEL INDICATOR
RM OR EQUIVALENT
29
AIR RELIEF VALVES
RB, ZOLOTO or Equivalent
30
WATER METER
DASMESH / CAPSSTAIN/ CRESENT/ KAYEE
31
PVC ENCAPSULATED FOOTREST
KKM OR EQUIVALENT
32
CI BUTTERFLY VALVE
KEYSTONE / KIRLOSKAR / CASTLE
33
ANY OTHER ITEMS
34
Epoxy
ON APPROVAL OF ENGINEER-INCHARGE/ Project-in-Charge
Fosroc, Sika Qualcrete, Aradlite MBT
35
Water Prooofing system
Cico, Pidilite, Sika, Fosroc
36
Adhesive
Pidilite, Araldite or Equivalent
37
CPVC Pipes
Astral, Ashirwad, SFMC, Finolex
38
Water Meter (Mechanical Type)
Kaycee Kranti, Capstan, Actaris
39
Insulation for Hot Water Pipes
Thermaflex, K-Flex, Armacell, Care Flex
40
Storage Water Heater
Venus, Racold, Bajaj, AO Smith
41
Ball Valve
42
Non Return Valve
Kartar, TBS Engineers, Virgo Engineering,
Audco India
Kirloskar, Leader or Equivalent
43
Water Pump
ABB, Kirloskar, Crompton Greaves, Siemens
44
Butterfly Valve
Leader Valve, Castle Valve, Audco India
45
Liquid Soap dispenser (304 Grade SS)
Veera Trading Co, Askon Engineers
Note: The equivalent make (if any) shall be approved by engineer-in-charge.
68
LIST OF APPROVED MAKES FOR FIRE FIGHTING WORKS
Sl.No
MATERIAL
MAKES
1.
Hydrant pump and jockey pump
Prima, Mather & Platt , Kirloskar,
2.
M.S. and GI Pipe
Jindal Hissar, TATA, Suryaprakash
3.
Hydrant valve (ISI mark)
Shah Bhogilal, Newage, Priyanka
4.
Electric motor
Prima, ABB, Crompton, Kirloskar
5.
CI Butterfly valves
Intervalve, Sant, CRI
6.
CI Non Return Valve
Sant .CRI,Intervalve,Venus
7.
Fire Hose (ISI mark)
Shah Bhogilal, Newage, Priyanka, Padmini
8
Hose Cabinet
Shah Bhogilal, Newage, Priyanka
9
4 way fire bridge inlet
Shah Bhogilal, Newage, Priyanka
10.
Branch Pipe & Nozzle
Shah Bhogilal, Newage, Priyanka
11.
Foot Valve and Strainer
Normax, Leader, Worthvalve
12.
Hose Reel Drum
Newage, Shah Bhogilal, Priyanka
13.
Pressure switch
Indfoss, Switzer or equivalent
14.
Pressure Guage
H.Guru, Fiebig or equivalent
15.
SS Ball Valve
Leader,Intervalve ,Worth valve
16.
Extinguishers
Kanex, Safex, Minimax, Newage
17.
Starter, Switches, MCCB, MCB
L & T, Siemens or Equivalent
18.
Cables
Polycab, Havells,Electrocab
19.
Pump Panel
As per standard
20
Agni, Jain Inst , Ravel
21
Conventional
Zone
Panel/
Annunciation Panel
Flow Switch
Potter, System Sensor, Johnson Control
22.
Pipe Fittings
KS, Unik, DRP, Zoloto
23.
Paint
Asian, Nerolac, Burger
24.
Fire Brigade Inlet
Shah bhogilal, Newage, Priyanka
25.
Sprinklers
Tyco, DSS,HD
26.
.Passive Fire Protection
3M / Promort /Metacaulk (UL listed )
27.
Wrapping & Coating
IWL /Pypokote/ Coaltek/ Rustech
28.
Signages
Autoglo / Glolite or equivalent
29
Sprinkler
Tyco, Getech,Grinnel, Andex, Kidde, Central
30
Diesel Engine
Kirloskar, Cummins, Ashok Leyland
Note: The equivalent make (if any) shall be approved by engineer-in-charge.
69
LIST OF APPROVED MAKES FOR ELECTRICAL(including Fire Alarm & Detection),
Lifts & HVAC WORKS
Sl. No.
Details of Materials / Equipment
Manufacturer’s Name
1.
HT panel
ABB /Seimens/GE/Schneider Electric/L&T
and their system house channel partner
2.
Air Circuit Breaker ( 3/4 Pole )
3.
Moulded Case Circuit Breaker (MCCB) 3 & 4
with rotary operating mechanism)
ABB /GE /Siemens/
Schneider Electric/L&T
ABB/Siemens /GE/L&T/
Schneider Electric
4.
Miniature Circuit Breaker (MCB)& Distribution
Boards (MDB’s & DB’s)
ABB/Siemens /GE/Legrand/Indo-Asian/C&S
5.
Residual Circuit Breaker (RCCB / RCBO’s)
ABB/Siemens /GE/Legrand/Indo-Asian/C&S
6.
Power/Aux. Contactor 3 / 4 pole
ABB,GE Power Control
Larsen & Toubro, Siemens
Schneider Electric ,C&S
7.
Off-Load/ON-Load Change Over Switch &
ATS(Automatic transfer switch)
GE/ Schneider Electric/Indo-Asian/Larsen &
Toubro/C&S
8.
Potential Transformers
Automatic Electric ,Gilbert & Maxwell
Kappa,Matrix
9.
Current Transformer (Epoxy Cast Resin)
Kappa,Matrix
Automatic Electric
Gilbert & Maxwell
10.
Indicating Lamps LED type , Push Button
GE Power Controls
Schneider Electric (MG)
Siemens Ltd./C&S
Larsen & Toubro (ESBEE)
11.
Overload relays with built in Single Phase
Preventer
ABB/ MINILEC/C&S
Siemens Ltd./GE Power Contol
Schneider Electric
Larsen & Toubro
12.
ElectronicDigital Meters (A/V/PF/Hz/KW/KWH)
(Networkable)
ABB /Secure/
Conzerv /L & T
13.
(a)
PVC insulated XLPE aluminium / copper
conductor armoured MV Cables upto 1100 V
grade
CCI/ KEC/Universal/Polycab
13.
(b)
HT Cable
CCI/ KEC/Universal/Polycab
70
14.
LT Jointing Kit / Termination
15.
Cable Glands
earthing links.
16.
Bimetallic / Copper / Aluminium Cable Lug
Comet/3D/Dowell’s /3M
17.
FRLs PVC insulated copper
stranded flexible wire (pre twisted)
Havells/Finolex/Polycab/Lapp/RR Kabel
18.
PVC Conduit (ISI approved) & Heavy Duty
Accessories for PVC Conduit
BEC/AKG/Avon Plast/POLYCAB
19.
GI Conduit (ISI approved)
BEC/AKG/JPC/POLYCAB
20.
Maintenance Free Battery
Exide/Amron/Hitachi
21.
Battery Charger
Caldyne/Logic State/Volstat
22.
Cable Trays / Raceways (Prefabricated)
Profab Engineer/Swift/CTM Engg
OBO/Indiana
23.
Polycarbonate Junction Boxes
Hensel/Spelsberg/HPL
24.
Rubber Mats (ISI mark)
Jyoti /Millars/Safevolt/Maruti
Electromat
25.
Paints
ICI/Asian/Berger/Nippon
26.
Fire Sealent
Promat/Hilti/Birla – 3 M
27.
Power Capacitor
Ducatti/Meher (Larsen & Toubro)/
Siemens (Epcos)/C&S
28.
Automatic Power Factor Correction Relay
(Numeric Type)
Beluk (Germany)/Conzerv
Siemens/English Electric/epcos
29.
Switch & Socket
Crabtree/Anchor /ABB /M K /L&T/C&S
30.
Terminal Blocks
Connect Well
Elmex/Wago/PHOENIX
31.
Industrial Socket
(Metal Clad)
32.
Ceiling Fan
ABB/C&S/
MDS Legrand/Indo-Asian
Crompton Greaves
Crompton Greaves/Havells/
Orient/Usha/Polar
33.
Lighting Fixtures
a
Incandescent / Halogen / PL / Metal Halide/
Fluorescent
Double
Raychem/M-Seal/3M
Compression
with
conductor
71
COSMOS/Comet/3D/3M
Philips/Crompton Greaves/
GE/Thorn/Wipro
b
External Lighting Fixture
Philips/Keslec Shrider/LIGMAN
Wipro /Crompton Greaves
c
Aviation Obstruction Light (LED Type)
Philips/Thorn/Crompton Greaves
34.
Electronic Ballast for Fluorescent
(To be selected as per fixtures’ manufacturer)
Philips/Bajaj Electricals Ltd
Crompton/GE/Thorn/Wipro
35.
Selector Switch, Toggle switch
Kaycee/
Salzer (Larsen & Toubro)
36.
Lighting Poles
37.
HDPE underground cable duct
38.
UPS
Bombay Tubes and Poles/
Bajaj Electricals/ Keslec Shrider/
Crompton /K-Lite
Rex Polyextrusion/
Tirupati Plasomatics/
Duraline
APC /Emerson /PCI/EATON/AAL /GE
39.
LT Panel, Power Distribution Panel and Motor
Control Centre / Capacitor Panels/ DG
Synchronizing Panel(All LT Panels)
Adlec Control System Pvt. Ltd./
Tricolite/ABB Ltd./ Schneider Electric/ SPC
Electrotech Pvt. Ltd / General Electric
40.
Cast Resin (EPOXY) Type Transformer
Universal/Crompton/ABB/
Schneider/SIEMENS/ALSTOM
41.
Protection Relays (Numeric Type)
ABB/GE/Areva/Siemens/L & T
42.
Static Power Meter & Logger
(Trivector Meters)
ABB /GE/Conzerv/
EI Measure/L&T
43
HT Jointing Kit
Birla-3M/M-Seal/Raychem
44.
HT Termination Kit
Birla-3M/M-Seal/Raychem
45.
Motors (Energy Efficient Class – I)
Kirloskar/Crompton
Siemens
ABB /Bharat Bijlee
46.
Protection Relay
a
Numeric Type
ABB, GE,Areva,Siemens,L & T
b
Electromagnetic Type
ABB,Areva,Larsen & Toubro
47.
Automatic Power Factor Correction Relay
(Numeric Type)
Beluk (Germany)/Conzerv/
Siemens/English Electric/
EPCOS/L & T
48.
Bus Duct (Sandwich Construction)
Control & Switchgear/
Megaduct (Marketed by Larsen & Toubro)/
EAE/ Legrand
72
49.
Solar System
Photon Energy Systems/
Novergy Energy solutions/
Tata BP solar/BHEL/CEL/Bosch
50.
Air Handling Unit
Edgetech/Zeco/Ravi Aircon /
Waves/ETA/VOLTAS
51.
VRV/VRF indoor/outdoor units
52.
Fan Coil Unit
53.
Copper Y joints and fittings
54.
Axial Flow Fan
55.
Inline / Propeller Fan
56.
57.
58.
59.
Centrifugal Fan
Mixed flow fan
Control Cable/Transmission Cable
Ball valve (Fan Coil Unit)
60.
61.
62.
63.
Ball valve with Y-Strainer
(Fan Coil Unit)
Auto Air Vent Valve
GI Sheet
Factory Made Duct
64.
65.
66.
Flexible duct
Pre-insulated duct
Copper Refrigerent Piping
Daikin/Hitachi/Voltas/Mitsubishi
/LG/Samsung
Edgetech /Ravi Aircon
Waves/Carrier
Daikin/Hitachi/Voltas/Mitsubishi
/LG/Samsung
Airflow/Greenheck/Twin city/American
warmings/Kruger
Air flow/Greenheck/Twin city/American
warmings/Kruger
Air flow/Nicotra/Systemair/Kruger
Greenheck/Flakt /Air flow/Kruger
Bonton/Skytone/Fusion/Polycab
Emerald,Rapid Control
Zoloto
Tiemme,Overtrop /Emerald/
Rapid Control
RB,Rapid Control
Jindal,SAIL,TATA
Ductofab,Rolastar
Techno Aircon,Zeco
Atco,Titus,Seven star,UP Twiga
ALP,Nutech,Radient air systems
Rajco/Maxflow/Diamond/Star/Mandev/Kwali
ty
67.
Grille/diffuser/dampers
68.
Smoke / Fire Damper
69.
Sound Attenuator
70.
Insulation
Closed Cell Elastomeric nitrile rubber/EPDM
along with adhesive
71.
Caryaire /Airflow(Mapro)
Dynacraft/Systemair
Caryaire /Airflow
Dynacraft/Systemair
Systemair/Trox /Kruger
Caryaire/Ravistar (Systemair)
Acoustic insulation
Open Cell Nitrile rubber with Antimicrobial
property (Armasound)
Expanded Polystyrene (TF Quality)
73
Paramount/ Armacell/Armaflex
Aeroflex/A flex/K flex
Armacell /Aeroflex/Armaflex/
A Flex/K flex/ UP Twega
Beardsell/Coolite
DEBS Products
Styrene Packaging/Tosiba
72.
Extruded Polystyrene for Overdeck Insulation
73.
74.
75.
Premoulded PUF section for pipe support
Protective Coating over Closed Cell
Elastomeric – Fibreglass Woven Cloth
UV Protective coating
76.
Refrigerent and Drain pipe insulation
77.
78.
Proportionate Room Thermostat with Digital
Temperature Indication for FCU
Timer
79.
Fire Survival Cable(MICC)
Isoboard/Owens Corning
Polybond /Thermosheild
Lloyd/Malanpur/Easyflex
Armacell /Fosters
Paramount/UP Twiga
Armacell Armaflex/
Amicol/Paramount/Polybond
Trocellin/Thermobreak/Paramount/
Armacell Armaflex/A Flex
Danfoss /Honeywell /ohnson Control
/Sauter /Schneider /Siemens /Yamataki
ABB/Legrand/Schneider Electric /
Seimens/GE
Tyco/Ramcro/Pyrotenax/Julie/Rockbestos
80.
Fire alarm and detection System
Simplex/Nohmi/Notifier/Bosch
81.
Lifts
OTIS/ Mitsubishi/ Kone/ Schindler/Johnson
Note: 1. The contractor shall supply only ISI marked materials as per any of the makes or
brands indicated above.
2. In case, the firm is not manufacturing ISI marked materials for any of the brands, first
quality materials shall be accepted.
3. The samples of the materials shall in either case have to be got approved from the
Engineer-in-charge/Site-In-charge.
4. Materials where no make/brand have been mentioned, ISI marked samples shall be
submitted by the contractor for approval of the Engineer-in-Charge.
5. For those class of materials, where no firm exists with ISI approval, samples of first quality
material of the firm shall be submitted for the approval of the Engineer-in-charge.
6. Any variation from the above mentioned makes/brands will require specific approval of the
Engineer-in-charge.
7. It will be Contractor's responsibility to ensure the quality of products listed in the approved
list of makes.
8. Contractor will have to replace the defective and substandard materials at his own cost.
74
SECTION 4
SCHEDULES A TO F
75
SECTION 4
PROFORMA OF SCHEDULES
(Operative Schedules to be supplied separately to each intendingTenderer)
SCHEDULE ‘A’
Schedule of quantities (As per Bill of Quantities attached)
(BOQ to be attached with Financial Bid)
SCHEDULE ‘B’ –
Schedule of materials to be issued to the contractor. (Refer Clause 10 of Clauses of Contract)
S.No
Description of items
Quantity
1
2
3
Rates in Figures & words at
which the material will be
charged to the contractor
4
Place of Issue
5
- Not Applicable -
SCHEDULE ‘C’ –
Tools and plants to be hired to the contractor. (Refer clause 34 of Clauses of Contract).
S.No
1
Description
2
Hire charges per day
3
Place of Issue
4
- Not Applicable -
SCHEDULE ‘D’
Extra schedule for specific requirements/documents for the work, if any.
- Not Applicable -
SCHEDULE ‘E’ –
Schedule of components of Cement, Steel, other materials, POL, Labour etc .for price
escalation. (Refer Clause 10CC of Clauses of Contract).
76
CLAUSE 10 CC-
Component of Cement (Xc):
15%
Expressed as percent of total value of work:
Component of steel (Xs):
20%
Expressed as percent of total value of work:
Component of other materials (XM) (except cement & steel):
40%
Expressed as per cent of total value of work:
Component of labour (Y):
25%
Expressed as percent of total value of work:
Component of P.O.L (Z):
0%
Expressed as percent of total value of work:
SCHEDULE ‘F’
Reference to General Conditions of Contract
Name of Work: “Construction of Administrative Building, Schools, Lecture Hall Complex,
Hostels etc. at Central University of Bihar Campus, Panchanpur, Gaya”
Estimated cost of work
Earnest money:
Rs. 1494306926.00
Rs. 5000000.00 (Rs. fifty lakhs only)
Performance Guarantee (Ref. Clause 1)
5% of Tendered value.
Security Deposit: (Refer clause 1A)
5% of Tendered value
Notice Inviting Tender and Instruction to Tenderers
Officer inviting tender:
Group General Manager (CP)/ RITES Ltd.
CONDITIONS OF CONTRACT
Definitions
2 (iv)
Employer:
Central University of Bihar
2(v)
Engineer-in-Charge:
General Manager/ Group General Manager
2(vii)
Accepting Authority:
Director (P)
2(ix)
Percentage on cost of materials
and labour to cover all
overheads and profits.
15%
77
2(x)
Standard Schedule of Rates:
DSR 2014
2(xiii) Date of commencement of work:
15 days from the date of issue of LOA or
the first date of handing over of site
whichever is later.
9 (a) (ii) General Conditions of Contract:
RITES General Conditions of Contract
2011 Edition with up to date correction
slips (1 to 6 up to 12.05.2014) and
Technical Bid :(Read with Correction Slip
Nos. 1 to 16 dated 06.01.2015)
CLAUSES OF CONTRACT
Clause 1
1 (i)
Time allowed for submission of
P.G. from the date of issue of
Letter of Acceptance subject
to maximum of 15 days:
15 days
Maximum allowable extension
Beyond the period provided in
(i) Above subject to a maximum of
7 days:
7 days
Clause 2
Authority for fixing compensation under
Clause 2:
Director (P)
(Authority competent to accept Tender)
Clause 2A
Whether Clause 2A shall be applicable
NO
Clause 5
5.1 (a) Time allowed for execution of work
24 months from the date of start
Date of start
15 days from the date of issue of
Letter of Acceptance or the first date
of handing over of site whichever is
later
5.1 (b) TABLE OF MILESTONE(S)
Sl. No
Description of Milestone
(Financial Progress)
1
1/8th (of the whole work)
2
3/8th (of the whole work)
3
3/4th (of the whole work)
4
Full
Time allowed in days
(from date of start)
1/4th (of the whole
work) i.e. 183 days
1/2nd (of the whole
work) i.e. 365 days
3/4th (of the whole
work) i.e. 548 days
Full
78
Amount to be withheld in
case of non achievement of
milestone
1% of the Tendered Amount
1% of the Tendered Amount
1% of the Tendered Amount
Clause 5A - Shifting of stipulated date of completion
Competent authority Clause 6 A
Whether Clause 6 or 6A applicable:
Director (P)
6A
Clause 7
Gross work to be done together with net
Payment/adjustment of advances for
Material collected, if any, since the last such
Payment for being eligible to interim payment
150.00 Lakhs
Clause 10A
i) Whether Material Testing Laboratory is to
be provided at site.
YES
ii) If “YES” list of equipments to be provided
Refer Annexure B1 of GCC
Clause 10 B
Whether Clause 10 B (ii) to (v) applicable
Clause 10B (ii), (iv) & (v) applicable
Clause 10B (iii) not applicable
Clause 10 CC
Whether Clause 10CC applicable
Applicable
Clause 11
Specifications to be followed for execution
of work:
For CPWD DSR Items:CIVIL WORKS
CPWD Specifications 2009 Vol. I & II
.
ELECTRICAL WORKS
CPWD General Specifications
Part I
Part II
Internal latest edition
External latest edition
HVAC latest edition
Technical Specifications under Section No. 5.
79
Clause 12
Clause 12.2
12.3 & 12.5
Deviation Limit beyond which
Clauses 12.2, 12.3 & 12.5shall
Apply
i) For Non-foundation items.
Plus
25%
Minus
No limit
ii) For Foundation Items
Plus
100%
Minus
No limit
Note: For Earthwork, individual
classification quantity can vary to
any extent but overall Deviation
Limits will
be as above.
12.5
Definition of Foundation item if
Other than that described in
Clause 12.5:
Clause 16
Not Applicable
Competent Authority for
deciding reduced rates:
Director (P)
Clause 17
Maintenance Period:
12 Months
Clause 18
List of mandatory machinery, tools & plants to be deployed by the Contractor
at site:-
- Mechanical Excavator, Concrete Mechanical Batching Plant, Piping for Concreting,
Tower Crane etc. Clause 25
25 (i) Appellate Authority
- Executive Director
Appointing Authority
- Director (P)
Clause 36 (i) & (iii)
Minimum Qualifications & Experience required and Discipline to which should belong
Designation
Project Manager
Dy. Project Manager
Engineer
Engineer
Minimum
Qualification
BE (Civil)
BE (Civil)
BE/
Diploma (Civil)
BE/ Diploma
(Electrical)
Minimum
working
experience
15 Years
10 Years
BE - 5 Years
Diploma – 10
Yeras
BE - 5 Years
Diploma – 10
Yeras
80
Discipline to
which should
belong
Civil
Civil
Civil
Number
Electrical
2
1
1
6
36 (iv) Recovery for non-deployment of Principal Technical Representative and Deputy
Technical Representative:
Designation
Project Manager
Dy. Project Manager
Engineer
Rate of Recovery per month (in Rs.) for nondeployment
75,000.00
60,000.00
50,000.00
Clause 42
i)(a)
ii)
a)
b)
c)
d)
Schedule/statement for determining
theoretical quantity of cement &
bitumen on the basis of Delhi
Schedule of Rates printed by CPWD
Variations permissible on theoretical
quantities
Cement
- for works with estimated cost
put to tender not more than Rs.5 lakhs
- for works with estimated cost put to
tender more than Rs.5 lakhs
Bitumen for All Works
Steel Reinforcement and structural
steel sections for each diameter,
section and category
All other materials
DSR 2014
3% plus / minus
2% plus / minus
2.5% plus only & nil on minus side
2% plus / minus
Nil
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
-Not ApplicableSl.
No.
Description of Item
1
2
Cement
Steel
reinforcement
Structural
Sections
Bitumen issued
free
Bitumen issued at
stipulated fixed
price
3
4
5
Rates in figures and words at which recovery shall be made
from the Contractor
Excess beyond permissible
Less use beyond the
variation
permissible variation
81
Clause 46
Clause 46.10
Details of temporary accommodation
including number of rooms and their
sizes as well as furniture to be made
available by the Contractor:
The contractor shall provide a temporary furnished office accommodation at site of
work including all fittings & fixtures (i.e. 3 Nos. 1.5 Tonne AC and 6 Nos. room air
coolers etc.) with water supply, sanitary, electrical supply etc. The office
accommodation shall consists of 4 rooms of size 10’-00” x 16’-00” and one
conference/committee room of size 12’-00” x 20’-00” each with attached toilet equipped
with furniture for at least six (6) officers at site with one executive table & chair, 5 Nos.
office tables with officers & visitors chairs, 6 Big almirah, 6 computers & 3 printers
along with tables & chairs, one conference table with 12 seats, etc. free of cost.
Contractor shall maintain the office neat & clean during construction period. After
completion of work contractor will take away these materials and site shall be cleaned
free from encroachment.
Whether Clause 46.11.1A applicable
No
Whether Clause 46.13A applicable
No
Clause 46.17
City of Jurisdiction of Court:
New Delhi
Clause 47.2.1
Sum for which Third Party
Insurance to be obtained.
Rs. Five Lakhs per occurrence
with the number of occurrences limited to
twenty.
Clause 55
Whether clause 55 shall
be applicable.
NO
82
SECTION 5
TECHNICAL SPECIFICATIONS
83
SECTION 5
TECHNICAL SPECIFICATIONS
1.0
STANDARD SPECIFICATIONS ISSUED BY CPWD
1.1
Civil Engineering Works
CPWD Specification 2009 Vol. I & II. These Specifications have replaced CPWD
Specifications 1996 along with Correction Slips issued on them. These Specifications
cover all types of Building Works. The specifications are available as a printed
document issued by CPWD and also in soft copy PDF Format in CPWD website.
1.2
Electrical Engineering Works
Part No.
I
II
III
IV
V
VI
VII
Description
Year of issue
Internal
External
Lifts and Escalators
Sub Stations
Wet Riser and Sprinkler Systems
Heating, Ventilations & Air
Conditioning Works
D.G.Sets
Latest edition
Latest edition
Latest edition
Latest edition
Latest edition
Latest edition
Latest edition
The above documents are available as Priced Document issued by CPWD and in soft
copy PDF Format in CPWD website.
2.0
STANDARD SPECIFICATIONS
TRANSPORT
ISSUED
BY
MINISTRY
OF
SURFACE
Specifications for Road and Bridge works (Fourth Revision) August 2001 have been
published by Indian Road Congress as a priced document. These Specifications
cover exhaustively various Road and Bridge works.
3.0
STANDARD SPECIFICATIONS ISSUED BY INDIAN RAILWAYS
Railway Board vide their letter No. 2009/LMD/01/03 dated 14/01/2010 have advised
that they have approved issue of “Indian Railways Unified Standard Specifications or
Materials and works with corresponding Indian Railways Unified Standard Schedule of
items (for rates of Materials and works)”. These documents are to be published by
Northern Railway on behalf of Railway Board after the Zonal Railways have made out
“Schedule of Rates” as applicable to them based on “Standard Analysis of Rates of
items”. These Specifications however cover only Building and Road works generally
on the lines of CPWD and Ministry of Surface Transport. They do not cover Track
works which are governed by Manuals and RDSO/Indian Railway Specifications.
Pending publication of Unified Standard Specifications, the specifications issued by
the zonal Railways will be applicable.
84
4.0 SPECIAL SPECIFICATIONS (NOT COVERED BY ANY STANDARD
SPECIFICATIONS)
PARTICULAR SPECIFICATIONS FOR NS ITEMS
NSI – 1: Anti Termite
ANTI-TERMITE TREATMENT
Sub-terranean termites are responsible for most of the termite damage in buildings. Typically,
they form nests or colonies underground. In the soil near ground level in a stump or other
suitable piece of timber in a conical or dome shaped mound. The termites find access to the
super-structure of the building either through the timber buried in the ground or by means of
mud shelter tubes constructed over unprotected foundations.
Termite control in new building structures is very important as the damage likely to be caused
by the termites to wooden members of building and other household article like furniture,
clothing, stationery etc. is considerable. Anti-termite treatment can be either during the time of
construction i.e. pre-constructional chemical treatment.
Prevention of the termite from reaching the super-structure of the building and its contents
can be achieved by creating a chemical barrier between the ground, from where the termites
come and other contents of the building which may form food for the termites. This is
achieved by treating the soil beneath the building and around the foundation with a suitable
insecticide.
Safety Precautions
Chemical used for anti-termite treatment are insecticides with a persistent action and are
highly poisonous. This chemical can have an adverse effect upon health when absorbed
through the skin, inhaled as vapours or spray mists or swallowed.
The containers having emulsifiable concentrates shall be clearly labelled and kept securely
closed in stores so that children or pet cannot get at them. Storage and mixing of
concentrates shall not be done near any fire source or flame. Persons using these chemical
shall be warned that absorption though skin is the most likely source of accidental poisoning.
Particular care shall be taken to prevent skin contact with concentrates and prolonged
exposure to dilute emulsion shall also be avoided. After handling the concentrates or dilute
emulsion. Workers shall wash themselves with soap and water and wear clean clothing,
especially before eating. In the event of severe contamination, clothing shall be removed at
once and the skin washed with soap and water. If chemical has splashed into the eyes, they
shall be flushed with plenty of soap and water and immediate medical attention shall be
sought.
Care should be taken in the application of chemicals to see that they are not allowed to
contaminate wells or springs which serve as source of drinking water.
Anti-Termite Treatment: Constructional Measures
The construction measures specified below should be adopted for protection against
subterranean termites originating both internally from within the plinth and externally from the
area surrounding the building.
85
(i)
Earth free from roots, dead leaves, or other organic matter shall be placed and
compacted in successive horizontal layers of loose material not more than 200 mm
thick. Dry brick shall be inserted at last 50 mm in brick masonry for providing apron
floor around the periphery.
(ii)
Brick on edge masonry in cement mortar shall be laid on the plinth wall. Dry brick
shall be placed on the inner side of plinth wall for getting anticipated offset space for
coarse sand and on the other side for installing anti-termite masonry groove. In the
case of intermediate walls, dry bricks are placed on either side of the brick on edge
masonry for getting offset space for coarse sand layer.
(iii)
The dry brick for the anti-termite groove shall be taken out and dense cement concrete
1:3:6 (1 cement: 3 sand: 6 coarse aggregate by volume) sub-floor carpet shall be laid
casting the anti-termite groove in position. In case of internal partition walls, the
cement concrete sub-floor shall be laid on either side over the dry bricks to sufficient
extent for getting staggered vertical joints over the joint of plinth wall and earth filling.
(iv)
Superstructure masonry shall be raised over the dense cement concrete sub floor
carpet and over-head jobs completed.
(v)
The dry brick for coarse sand layer shall be removed and graded sand (of size 3 to 5
mm) layer at least 100 mm thick shall be compacted over the earth filling and
underneath the partially laid dense cement concrete sub-floor carpet.
(vi)
Dense cement concrete (1:3:6 mix.) sub-floor at least 75 mm thick shall be laid over
the sand filling. Necessary finish may be provided to the cement concrete sub-floor
carpet.
(vii)
Dry brick provided for apron floor shall be taken out and 600 mm wide formation of
earth in 1:30 slope shall be made. Over the formation, 75 mm thick lime concrete
1:3:6 (1 lime:3 sand: 6 coarse aggregate, by volume) shall be laid.
(viii)
Over the 75 mm thick like concrete bed at least 25 mm thick cement concrete topping
1:2:4 (1 cement: 2 sand: 4 fine aggregate, by volume) shall be laid and 12 mm thick
cement plaster shall be applied on foundation and plinth.
NSI – 2: Foam Concrete
This is light weight concrete block (made out from OPC as binder, litho foam as network
former, litho foam SL 200L as forming agent and fiber, coarse sand, aggregate and chemical
as per manufacturers specifications) for filling in sunken portion only.
Mode of Measurement
The measurement shall be taken along the finished surface of treatment including the
rounded and tapered portions at junctions. Length and breadth shall be measured correct to
one centimetre and area shall be worked out nearest to two decimals.
Rate
The rate shall be inclusive for all operations described in the nomenclature and the
specifications applicable to the item, including any incidental expenditure. Nothing extra shall
be payable on any account whatsoever.
86
NSI – 9: Fire Door
General
Fire rated Door leaf shall be minimum 50mm thick fully flush door with or without vision lite.
50mm thick shutter, comprising of 75mm x 44mm hardwood internal timber frame work, with
infill of 48 kg/m3, ceramic fiber blankets, coated with VIPER FR intumuscent coating on both
sides for insulation. The coated insulation shall be sandwiched between maximum 12mm
thick PAMTECH Make Calcium Silicate Boards on both sides (edge to edge on internal
Hardwood frame) having a maximum density of 900 Kgs/ Cum, cladded with 3mm ply
commercial ply on both faces. (The same can be pasted with 1mm thick laminate (as per
approved shade) or replaced with 4mm thick teak ply as per clients requirement at an extra
cost) on both sides of the shutter, with 50mm x 10mm hard wood lipping all round the shutter.
The door frame will be made out of Hardwood of maximum section 120 x 70mm and coated
with VIPER Fire reatrdent Primer. The rebate shall be of 20mm x 54mm in the Door Frame to
accommodate the shutter. Both frame and shutter shall be fitted with intumescent Fire seal
strips , The shutter fitted with 20x4mm Fire seal and Frame with 2 no. Fire seal of size
10x4mm on all the three sides of the except bottom. The pasting of the ply/veneer/laminate
should be done using automatic machine and should be free from any nails or perforations.
It should be confirming to BS:476 Part- 20 & 22 & IS 3614 part-1 & part-2 for stability, integrity
and thermal insulation. 03 Criteria Wooden door confirming to IS 277 with the following
specification. Recommended fire door shall have doors tested at CBRI for maximum rating of
2hrs tested either with or without vision panel. Individual Test certificates should be available
for glass used in vision lites confirming the required fire ratings. Any deviation in specification
other than what is mentioned in the test certificates is not allowed. Proper label confirming the
type of door and the hourly rating is mandatory. Approved manufacturer or equivalent subject
to architect’s approval. And should be ISO Certified Company.
Related sections
All work related to this specification section should be coordinated with the works described in
other specification sections, including:
Concrete
Masonry & plaster
Door sub frame
Flashing
Woodwork
Submittals
The contractor shall submit all literature for the products and the samples with the proposed
finish for the review and approval of the Engineer- in - charge & architect prior to use. The
work shall be executed as per the approved samples only and any deviation from the sample
shall be rejected.
Hardware installations
Hinges 125 mm SS heavy
87
SS Ball Bearing 4"x 3" x 3mm
2 hours fire rated clear pyran glass of size 200 x 300mm ,
Door Closer as per manufacturers specification,
Airtight gasket with Drop Down as per manufacturers specification,
Mortise Lock with lever handle as per manufacturer specification.
Mode of Measurement
The overall length and width of the shutter shall be measured nearest to a cm in fixed
position, and area calculated in square meters correct to two places of decimal.
Rate
It includes the cost of all material, hardware and labor required for all the necessary
operations that may be undertaken to execute the item described above.
NSI - 11: Granite Flooring
General
Granite Stone shall be of the type specified and the material promptly in accordance with
specifications, it shall be hard sound durable and tough free from cracks, and defects like
cavities cracks flaws holes etc. Before starting the work the contractor shall get the sample
approved by the Engineer – in –Charge / architect.
Materials
Granite shall comply Standard Specification for material characteristics, physical
requirements, and sampling for selection of granite. All granite shall be of standard
architectural grade, free of cracks, seams, or starts, which may impair its structural integrity or
function. Color or other visual characteristics indigenous to the particular material and
adequately demonstrated in the sampling will be accepted provided they do not compromise
the structural or durability capabilities of the material. Texture and finish shall be within the
range of samples approved by the Engineer – in -charge.
Shop Drawings
The Contractor shall submit: copies of required shop drawings to the Engineer-in-charge for
approval. These drawings shall show all bedding, bonding, jointing details, and the
dimensions of each piece of granite. No final sizing or finishing shall be done until the shop
drawings for that part of the work have been approved.
Stone Installation
Proceed with the installation of the stonework in accordance with Drawings and using skilled
mechanics capable of proper handling of the setting of the stone and able to field cut where
necessary with sharp and true edges. Set stone with joints uniform in appearance and stone
edges and faces aligned tolerances indicated. Clean surfaces that are dirty or stained. Scrub
with fiber brushes, and then rinse with clear water. Provide expansion, control, and pressurerelieving joints of widths and at locations shown on Drawings.
88
Cleaning
After installation and pointing or caulking are completed, the contractor shall carefully clean
the granite, removing all dirt, excess mortar, weld splatter, stains, and/or other site incident
defacements Stainless steel wire brushes or wool may be used, but the use of other wire
brushes or of acid or other solutions which may cause discoloration is expressly prohibited.
Fabricator should be contacted before cleaners other than detergents are used.
Protection of Finished Work
After the granite work is installed, the granite shall be properly and adequately protected from
damage. Boxing or other suitable protection shall be provided wherever required, but no
lumber which may stain or deface the granite shall be used. All nails used shall be noncorrosive. All granite work in progress shall be protected at all times during construction by
use of a suitable strong, impervious film or fabric securely held in place.
Defective Work
Any area or piece of granite found defective it shall be removed, and to be patched or
redressed for use. Nothing extra on this account will be entertained.
Related sections
All work related to this specification section should be coordinated with the works described in
other specification sections, including:
Mortar
Joints
Pointing
Curing
Mode of Measurement
The finished work shall be measured correct to a centimetre in respect of length and breadth
nearest to two places of decimal.
Rate
The rate shall include the cost of materials and labor required for all the operations described
above.
NSI – 12: Granite Wall Lining
Granite Stone shall be of the type specified and the material promptly in accordance with
specifications, it shall be hard sound durable and tough free from cracks, and defects like
cavities cracks flaws holes etc. Before starting the work the contractor shall get the sample
approved by the Engineer – in –Charge / architect.
Materials
Granite shall comply Standard Specification for material characteristics, physical
requirements, and sampling for selection of granite. All granite shall be of standard
architectural grade, free of cracks, seams, or starts, which may impair its structural integrity or
89
function. Color or other visual characteristics indigenous to the particular material and
adequately demonstrated in the sampling will be accepted provided they do not compromise
the structural or durability capabilities of the material. Texture and finish shall be within the
range of samples approved by the Engineer – in -charge.
Shop Drawings
The Contractor shall submit: copies of required shop drawings to the Engineer-in-charge for
approval. These drawings shall show all bedding, bonding, jointing details, and the
dimensions of each piece of granite. No final sizing or finishing shall be done until the shop
drawings for that part of the work have been approved.
Stone Installation
Proceed with the installation of the stonework in accordance with Drawings and using skilled
mechanics capable of proper handling of the setting of the stone and able to field cut where
necessary with sharp and true edges. Set stone with joints uniform in appearance and stone
edges and faces aligned tolerances indicated. Clean surfaces that are dirty or stained. Scrub
with fiber brushes, and then rinse with clear water. Provide expansion, control, and pressurerelieving joints of widths and at locations shown on Drawings.
Cleaning
After installation and pointing or caulking are completed, the contractor shall carefully clean
the granite, removing all dirt, excess mortar, weld splatter, stains, and/or other site incident
defacements Stainless steel wire brushes or wool may be used, but the use of other wire
brushes or of acid or other solutions which may cause discoloration is expressly prohibited.
Fabricator should be contacted before cleaners other than detergents are used.
Protection of Finished Work
After the granite work is installed, the granite shall be properly and adequately protected from
damage. Boxing or other suitable protection shall be provided wherever required, but no
lumber which may stain or deface the granite shall be used. All nails used shall be noncorrosive. All granite work in progress shall be protected at all times during construction by
use of a suitable strong, impervious film or fabric securely held in place.
Defective Work
Any area or piece of granite found defective it shall be removed, and to be patched or
redressed for use. Nothing extra on this account will be entertained.
Related sections
All work related to this specification section should be coordinated with the works described in
other specification sections, including:
Mortar
Joints
Pointing
Curing
90
Mode of Measurement
The finished work shall be measured correct to a centimetre in respect of length and breadth
nearest to two places of decimal.
Rate
The rate shall include the cost of materials and labor required for all the operations described
above.
NSI – 15: PVC Sheet Flooring
General
PVC flooring material is normally used for covering floor from decorative point of view in
residential and non-residential buildings. This material gives a resilient and non-porous
surface which can be easily cleaned with a wet cloth as dust and grime do not penetrate the
surface. Since a burning cigarette will damage the neat surface of the PVC sheet, special
care should be taken to prevent burning cigarette stumps to come in contact with the PVC
flooring materials.
It shall be laid on a base that is finished even and smooth such as concrete, metal or timber
boarding. Unevenness or undulations in the base will show badly on the surface and are
liable to damage the PVC sheets/ tiles.
Materials
The PVC flooring material shall conform to IS: 3462. It may be in the form of tiles, sheets or
rolls as specified. It shall consist a thoroughly blended composition of thermoplastic binder,
filler and pigments. The thermoplastic binder shall consist substantially of one or both of the
following:
Vinyl chloride polymer
Vinyl chloride copolymer
Thickness
The preferred thickness of PVC tiles for normal floor covering shall be 1.5, 2.0, 2.5, 3.0 or
4.0mm.
Thickness of PVC sheets shall be measured with micrometer of Ratechet type or a dial gauge
graduated to 0.02mm. The micrometer shall have flat bearing surfaces of at least 6.5mm
diameter at both contract points.
For sheets and rolls the thickness of the specimen shall be measured at twenty scattered
points.
For polystyrene wall tiles, the cavity depth of the test specimen shall be measured at five
points taken at random on the rear surface of each tile with a suitable depth gauge.
The width of flooring sheets and rolling in continuous length shall be 1000, 1500 and
2000mm. When supplied in rolls the length of the rolls shall not be less than 10 metre.
The measurement shall be carried out with a travelling microscope or suitable scale
graduated to 0.02mm. Each tile shall be measured for length and width at the three quarter
point in each direction.
91
Tolerance
Thickness
Width
(i) 300mm square tiles
(ii)600mm square tiles
(iii) 900mm square tiles
Sheets and rolls
+ 0.15mm
+ 0.2mm
+ 0.4mm
+ 0.6mm
+ 0.1 per cent
Adhesive
Rubber based adhesives are suitable for fixing PVC flooring over concrete, wooden and metal
sub-floors. PVA based adhesives shall be used for concrete and wooden sub-floors. PVA
based adhesives are not suitable for metallic surfaces and also for locations where there is
constant spillage of water.
Preparation of Sub-Floors
Before laying PVC sheets/ tiles, it is essential to ensure that the base is thoroughly dry and
damp proof as evaporation of moisture cannot take place once the PVC flooring is laid.
Moisture slowly damages the adhesive resulting in PVC sheet/ tiles being separated from the
base and curled up. In case of new work a period of 4 to 8 weeks shall be allowed for drying
the sub-floor under normal conditions.
Concrete sub-floors on the ground floor shall be laid in two layers. The top of the lower layer
of concrete shall be painted with two coats of A-90 gard (conforming to IS:1580) applied at
the rate of 1.5 kg/ sqm. The top surface of the lower layer shall be finished smooth while
laying the concrete so that the bitumen can be applied uniformly. The bitumen shall be
applied after the concrete has set and is sufficiently hard. Bitumen felt conforming to IS:1322
shall be sand-wiched in the sub-floor laid in two layers.
In new concrete floor, the smooth finish required shall be produced by using cement slurry
spread on fresh concrete floor and finished smooth. If the concrete floor is old and surface not
even, the surface should be made smooth by first cleaning it free of all foreign material and
then a layer of cement mortar 1:2 (1 cement: 2 coarse sand) of average thickness of 6mm
shall be applied on the surface finishing the surface smooth. The finished surface shall be
cured for 7 days and then allowed to dry thoroughly.
Where it is expected that the dampness may find its way from the surrounding walls, the
same shall also be effectively damp-proofed upto atleast 150mm above the level of the subflor and the damp-proof treatment below the floor shall be extended over the walls.
Laying and Fixing
Prior to laying, the flooring tiles/ rolls/ sheets shall be brought to the temperature of the area in
which it is to be laid by stacking in a suitable manner within or near the laying area for a
period of about 24 hours.
Where air-conditioning is installed, the flooring shall not be laid on the sub-floor until the
conditioning units have been in operation for at least seven days. During this period the
temperature shall neither fall below 200C nor exceed 300C. These conditions shall be
maintained during laying and for 48 hours, thereafter.
Before commencing the laying operations, the sub-floor shall be examined for evenness and
dryness. The sub-floor shall then be cleaned with a dry cloth. The PVC flooring shall not be
laid on a sub-floor unless the sub-floor is perfectly dry.
92
The layout of the PVC flooring on the sub-floor to be covered should be marked with
guidelines. The PVC flooring shall be first laid for trial, without using the adhesive, according
to the required layout.
The adhesive shall be applied by using a notched trowel to the sub-floor and to the back side
of the PVC sheet or tile flooring. When set sufficiently for laying, the adhesive shall be sticky
to touch, but will not mark the fingers. In general, the adhesive will require about half an hour
for setting. It should not be left after setting for too long a period as the adhesive properties
will be lost owing to dust films and other causes.
Care should be taken while laying the flooring under high humidity conditions so that
condensation does not take place of the adhesive. It is preferable to avoid laying under high
humidity conditions.
The area of adhesive to be spread at one time on the sub-floor depends entirely upon local
circumstances. In case of a small room, adhesive may be spread over the entire area but
relatively small areas of tiles/ sheets flooring should be treated in a larger room.
When the adhesive is just tack free the PVC flooring sheet shall be carefully taken and placed
in position from one end onwards slowly so that the air will be completely squeezed out
between the sheet and the background surface. After laying the sheet in position, it shall be
pressed with suitable roller weighing about 5kg to develop proper contract with the sub-floor.
The next sheet with its back side applied with the adhesive shall be laid edge to edge with the
sheet already laid and fixed in exactly the same manner as the first sheet was fixed. The
sheets shall be laid edge to edge so that there is minimum gap between joints.
The alignment should be checked after laying of each row of sheet is completed. If the
alignment is not perfect, the sheets may be trimmed by using a straight edge.
The tiles shall be fixed in exactly the same manner as for the sheets. It is preferable to start
laying of the tiles from the centre of the area. Care should be taken that the tiles are laid close
to each other with minimum gap between joints. The tiles should always be lowered in
position and pressed firmly on to the adhesive. Care should be taken not to slide them as this
may result in adhesive being squeezed up between the joints. PVC tiles after laying shall be
rolled with a light wooden roller weighing about 5kg to ensure full contact with the under layer.
Any undulations noticed on the PVC surface shall be rectified by removing and relaying the
tiles after thorough cleaning of the underside of the affected tiles. The adhesives applied
earlier in such places shall be thoroughly removed by using proper solvents and the surface
shall be cleaned to remove the traces of solvents used. Work should be constantly checked
against guidelines in order to ensure that all the four edges of adjacent tiles meet accurately.
Any adhesive which may squeeze up between sheets or tiles should be wiped off immediately
with a wet cloth before the adhesive hardens. If, by chance, adhesive dries up and hardens
on the surface of the sheet or tile, it should be removed with a suitable solvent. A solution of
one part of commercial butyleacetate and three parts of turpentine oil is a suitable solvent for
the purpose.
A minimum period of 24 hours shall be given after laying the flooring for developing proper
bond of the adhesive. During this period, the flooring shall not be put to service. It is
preferable to lay the PVC flooring after completion of plastering, painting and other decorative
finish works so as to avoid any accidental damage to the flooring.
When the flooring has been securely fixed, it shall be cleaned with a wet cloth soaked in
warm soap solution (two spoons of soap in 5 litres of warm water).
Where the edges of the PVC sheets of tiles are exposed, as for example, in doorways and on
stair treads, it is important to provide protection against damage of flooring materials. Metallic
edge strips may be used and should be securely fastened to the sub-floor to protect edges of
the flooring.
93
Precaution for Maintenance
PVC flooring subject to normal usage may be kept clean by mopping with soap solution using
a clean damp cloth. Water shall not be poured on the PVC flooring for cleaning purpose as
the water may tend to seep through the joins and cause the adhesive to fail. To maintain a
good wearing surface a good appearance, the flooring may be periodically polished. When
polish is applied frequently, a thick layer builds up which collects dirt and dust and is tacky to
walk on.
If the traffic is light, the floor shall be given frequent brushing regular polishing by an
application of new polish every 4 to 6 weeks. Under moderate traffic conditions the floor shall
be given an occasional wash with a wet mop but no detergents shall be used so that the
polish is not removed.
Application of polish may be done every one to three weeks. PVC flooring should not be over
waxed. When this condition develops, the coatings should be cleared off with white spirit or
paraffin and a light even coat of polish applied. When the PVC flooring has been polished, it
will remain bright for a considerable period if dry mop is applied each day. It is this daily ‘dry
polish’ that maintains the glossy surface. After exceptionally heavy traffic PVC flooring should
be swept with a hair groom, rubbed with a mop or cloth frequently rinsed in clean water and
finally rubbed dry.
Measurements
Length and breadth shall be measured correct to a cm and its area shall be calculated in sqm
correct to two places of decimal. No deduction shall be made nor extra paid for voids not
exceeding 0.20 sqm. Deductions for ends of dissimilar materials or other articles embedded
shall not be made for areas not exceeding 0.10 sqm. Nothing extra shall be paid for providing
PVC flooring in borders and margins, irrespective of their width.
Rate
The rate shall include the cost of all materials and labor involved in all the operations
described above, except those described. The rate does not include the cost of sub-floor or
damp proof treatment, if any. It also does not include the cost of metallic edge strip to protect
edge of flooring, wherever provided, it shall be paid separately.
NSI 17: PVC Floor Adhesive
General
The work shall be of the type specified and the material promptly in accordance with
Manufacturers specifications and before starting the work the contractor shall get the sample
approved by the Engineer – in –Charge / architect.
Materials
Providing of 3 mm average thick layer of cementitious salt smoothning compound of Ardex
CL-11 or equivalent as recommended by the Vinyl sheet flooring manufacturer over and
including a priming compound of Ardex P-51 or equivalent as recommended by the Vinyl
sheet flooring manufacturera on concrete surface to provide a smooth & homogenous
surface for laying of vinyl sheet flooring complete.
94
Description:
Ready to use, rapid drying dispersion primer mainly for the pre-treatment of absorbent,
mineral substrates prior to application of cement and calcium sulphate levelling compounds.
For use under floor covering and wood flooring installations. For interior and exterior use.
Suitable for /on:
very absorbent substrates, e.g. cement screeds, rapid cement screeds, cement- /gypsumbased levelling compounds or concrete
calcium sulphate screeds
gypsum-based substrates, plasterboard or plaster-fibre board
renders and brickwork
old, well-bonded, waterproof residues of adhesives and levelling compounds
heavy wear in domestic, commercial and industrial locations
warm water under floor heating systems
exposure to castor wheels in accordance with DIN EN 12 529
not suitable as a primer under dispersion wood flooring adhesives
as a system component in high-speed construction
As a primer prior to application of Ardex cement and cal - cum sulphate levelling compounds
as a bonding agent, to reduce absorbency and to bind dust on predominantly absorbent
substrates. Can also be used prior to direct adhesion with Ardex dispersion adhesives (not
under wood flooring adhesives).
Product Properties/Benefits:
Water-based dispersion primer with good penetration and surface strengthening properties
based on an especially fine-particle synthetic resin hydrosol. Binds surface dust, reduces the
absorbency of the substrate, protects moisture- sensitive substrates from the water in
levelling compounds and adhesives and avoids too rapid absorption of the mixing water in
levelling compounds. Due to its special composition, Ardex is especially quick drying and
therefore saves the user from long waiting times. Composition: Modified styrol-acrylate
copolymers, wetting- and de-foaming agents, preservatives, water.
Ready to use
Very rapid drying
Penetrates into the substrate
Binds surface dust
Reduces the absorbency of the substrate
Sprayable
High-speed construction product
Solvent-free
Technical Data:
Packaging:
plastic canister / barrel
Packsizes:
5 kg, 10 kg, 20 kg, 120 kg
Shelf life:
min. 12 months
Colour liquid / dry:
light blue / transparent
Consumption:
100 – 150 g/m2
Working temperature:
min. 10 °C / 50 °F at floor level
Drying time,
ready for coating after:
1 – 6 hours*
*At 20 °C /68 °F and 65% relative humidity.
95
Substrate Preparation:
The subfloor must be sound, load-bearing, dry, free from cracks, clean and free from
materials (dirt, oil, grease) that would impair adhesion. Calcium sulphate-screeds must be
abraded and vacuumed as a chargeable service, either as a finishing treatment by the screed
installer, or as a special project by the installer of the floor covering. Test the subfloor in
accordance with applicable standards and notices and report any deficiencies. Brush, abrade,
grind or shot-blast to remove any weakly bonded or soft surface sections, e.g. separating
agents, loose residues of adhesives, leveling compounds, coverings or paints, etc.
Thoroughly vacuum to remove loose mate - rial and dust. Test well-bonded residues of
adhesives and levelling compounds to ensure they are waterproof. If not waterproof (water
test: adhesive bed dissolves with shortterm exposure to water) use the water- and solventfree 2-Component Epoxy Primer-Sealer Ardex. Always allow primers to dry thoroughly. Refer
to the Product Data Sheets for other products used.
Application:
Before use, allow containers to come to room temperature and shake well – then decant the
contents into a clean, oval applicator bucket.
Apply a full, even coat of the primer onto the subfloor using the Ardex fine-pored Foam Roller.
On very absorbent surfaces, do not pour onto the surface so as to avoid localised saturation;
if necessary, a second coat may be required.
3. Clean tools with water immediately after use.
Applications Chart:
Allow to dry to a clear, transparent, almost tack-free film.
Substrate
Cement-based substrates
hour*
Calcium sulphate substrates,
gypsum-based substrates, renders
Substrates with poor absorbency,
e.g. old, grinded, waterproof
adhesive residues
Consumption
Drying Time
100 – 150 g/m2
approx.
100 – 150 g/m2
4 – 6 hours*
100 – 150 g/m2
4 – 6 hours*
UZIN gypsum-based leveling
100 – 150 g/m2
Compounds on calcium sulphate
Screeds
*At 20 °C /68 °F and 65% relative humidity and undiluted primer.
1
1 hour*
Mode of Measurement
The finished work shall be measured correct to a centimetre. The area shall be calculated in
square metre correct to two places of decimal.
96
Rate
The rate shall include the cost of materials and labor involved in all operations described
above.
NSI – 16: PVC Sheet Cladding
General
PVC flooring material is normally used for covering floor from decorative point of view in
residential and non-residential buildings. This material gives a resilient and non-porous
surface which can be easily cleaned with a wet cloth as dust and grime do not penetrate the
surface. Since a burning cigarette will damage the neat surface of the PVC sheet, special
care should be taken to prevent burning cigarette stumps to come in contact with the PVC
flooring materials.
It shall be laid on a base that is finished even and smooth such as concrete, metal or timber
boarding. Unevenness or undulations in the base will show badly on the surface and are
liable to damage the PVC sheets/ tiles.
Materials
The PVC flooring material shall conform to IS: 3462. It may be in the form of tiles, sheets or
rolls as specified. It shall consist a thoroughly blended composition of thermoplastic binder,
filler and pigments. The thermoplastic binder shall consist substantially of one or both of the
following:
Vinyl chloride polymer
Vinyl chloride copolymer
Thickness
The preferred thickness of PVC tiles for normal floor covering shall be 1.5, 2.0, 2.5, 3.0 or
4.0mm.
Thickness of PVC sheets shall be measured with micrometer of Ratechet type or a dial gauge
graduated to 0.02mm. The micrometer shall have flat bearing surfaces of at least 6.5mm
diameter at both contract points.
For sheets and rolls the thickness of the specimen shall be measured at twenty scattered
points.
For polystyrene wall tiles, the cavity depth of the test specimen shall be measured at five
points taken at random on the rear surface of each tile with a suitable depth gauge.
The width of flooring sheets and rolling in continuous length shall be 1000, 1500 and
2000mm. When supplied in rolls the length of the rolls shall not be less than 10 metre.
The measurement shall be carried out with a travelling microscope or suitable scale
graduated to 0.02mm. Each tile shall be measured for length and width at the three quarter
point in each direction.
Tolerance
Thickness
Width
(i) 300mm square tiles
(ii)600mm square tiles
+ 0.15mm
+ 0.2mm
+ 0.4mm
97
(iii) 900mm square tiles
Sheets and rolls
+ 0.6mm
+ 0.1 per cent
Adhesive
Rubber based adhesives are suitable for fixing PVC flooring over concrete, wooden and metal
sub-floors. PVA based adhesives shall be used for concrete and wooden sub-floors. PVA
based adhesives are not suitable for metallic surfaces and also for locations where there is
constant spillage of water.
Preparation of Sub-Floors
Before laying PVC sheets/ tiles, it is essential to ensure that the base is thoroughly dry and
damp proof as evaporation of moisture cannot take place once the PVC flooring is laid.
Moisture slowly damages the adhesive resulting in PVC sheet/ tiles being separated from the
base and curled up. In case of new work a period of 4 to 8 weeks shall be allowed for drying
the sub-floor under normal conditions.
Concrete sub-floors on the ground floor shall be laid in two layers. The top of the lower layer
of concrete shall be painted with two coats of A-90 gard (conforming to IS:1580) applied at
the rate of 1.5 kg/ sqm. The top surface of the lower layer shall be finished smooth while
laying the concrete so that the bitumen can be applied uniformly. The bitumen shall be
applied after the concrete has set and is sufficiently hard. Bitumen felt conforming to IS:1322
shall be sand-wiched in the sub-floor laid in two layers.
In new concrete floor, the smooth finish required shall be produced by using cement slurry
spread on fresh concrete floor and finished smooth. If the concrete floor is old and surface not
even, the surface should be made smooth by first cleaning it free of all foreign material and
then a layer of cement mortar 1:2 (1 cement: 2 coarse sand) of average thickness of 6mm
shall be applied on the surface finishing the surface smooth. The finished surface shall be
cured for 7 days and then allowed to dry thoroughly.
Where it is expected that the dampness may find its way from the surrounding walls, the
same shall also be effectively damp-proofed upto atleast 150mm above the level of the subflor and the damp-proof treatment below the floor shall be extended over the walls.
Laying and Fixing
Prior to laying, the flooring tiles/ rolls/ sheets shall be brought to the temperature of the area in
which it is to be laid by stacking in a suitable manner within or near the laying area for a
period of about 24 hours.
Where air-conditioning is installed, the flooring shall not be laid on the sub-floor until the
conditioning units have been in operation for at least seven days. During this period the
temperature shall neither fall below 200C nor exceed 300C. These conditions shall be
maintained during laying and for 48 hours, thereafter.
Before commencing the laying operations, the sub-floor shall be examined for evenness and
dryness. The sub-floor shall then be cleaned with a dry cloth. The PVC flooring shall not be
laid on a sub-floor unless the sub-floor is perfectly dry.
The layout of the PVC flooring on the sub-floor to be covered should be marked with
guidelines. The PVC flooring shall be first laid for trial, without using the adhesive, according
to the required layout.
The adhesive shall be applied by using a notched trowel to the sub-floor and to the back side
of the PVC sheet or tile flooring. When set sufficiently for laying, the adhesive shall be sticky
to touch, but will not mark the fingers. In general, the adhesive will require about half an hour
98
for setting. It should not be left after setting for too long a period as the adhesive properties
will be lost owing to dust films and other causes.
Care should be taken while laying the flooring under high humidity conditions so that
condensation does not take place of the adhesive. It is preferable to avoid laying under high
humidity conditions.
The area of adhesive to be spread at one time on the sub-floor depends entirely upon local
circumstances. In case of a small room, adhesive may be spread over the entire area but
relatively small areas of tiles/ sheets flooring should be treated in a larger room.
When the adhesive is just tack free the PVC flooring sheet shall be carefully taken and placed
in position from one end onwards slowly so that the air will be completely squeezed out
between the sheet and the background surface. After laying the sheet in position, it shall be
pressed with suitable roller weighing about 5kg to develop proper contract with the sub-floor.
The next sheet with its back side applied with the adhesive shall be laid edge to edge with the
sheet already laid and fixed in exactly the same manner as the first sheet was fixed. The
sheets shall be laid edge to edge so that there is minimum gap between joints.
The alignment should be checked after laying of each row of sheet is completed. If the
alignment is not perfect, the sheets may be trimmed by using a straight edge.
The tiles shall be fixed in exactly the same manner as for the sheets. It is preferable to start
laying of the tiles from the centre of the area. Care should be taken that the tiles are laid close
to each other with minimum gap between joints. The tiles should always be lowered in
position and pressed firmly on to the adhesive. Care should be taken not to slide them as this
may result in adhesive being squeezed up between the joints. PVC tiles after laying shall be
rolled with a light wooden roller weighing about 5kg to ensure full contact with the under layer.
Any undulations noticed on the PVC surface shall be rectified by removing and relaying the
tiles after thorough cleaning of the underside of the affected tiles. The adhesives applied
earlier in such places shall be thoroughly removed by using proper solvents and the surface
shall be cleaned to remove the traces of solvents used. Work should be constantly checked
against guidelines in order to ensure that all the four edges of adjacent tiles meet accurately.
Any adhesive which may squeeze up between sheets or tiles should be wiped off immediately
with a wet cloth before the adhesive hardens. If, by chance, adhesive dries up and hardens
on the surface of the sheet or tile, it should be removed with a suitable solvent. A solution of
one part of commercial butyleacetate and three parts of turpentine oil is a suitable solvent for
the purpose.
A minimum period of 24 hours shall be given after laying the flooring for developing proper
bond of the adhesive. During this period, the flooring shall not be put to service. It is
preferable to lay the PVC flooring after completion of plastering, painting and other decorative
finish works so as to avoid any accidental damage to the flooring.
When the flooring has been securely fixed, it shall be cleaned with a wet cloth soaked in
warm soap solution (two spoons of soap in 5 litres of warm water).
Where the edges of the PVC sheets of tiles are exposed, as for example, in doorways and on
stair treads, it is important to provide protection against damage of flooring materials. Metallic
edge strips may be used and should be securely fastened to the sub-floor to protect edges of
the flooring.
Precaution for Maintenance
PVC flooring subject to normal usage may be kept clean by mopping with soap solution using
a clean damp cloth. Water shall not be poured on the PVC flooring for cleaning purpose as
the water may tend to seep through the joins and cause the adhesive to fail. To maintain a
good wearing surface a good appearance, the flooring may be periodically polished. When
polish is applied frequently, a thick layer builds up which collects dirt and dust and is tacky to
walk on.
99
If the traffic is light, the floor shall be given frequent brushing regular polishing by an
application of new polish every 4 to 6 weeks. Under moderate traffic conditions the floor shall
be given an occasional wash with a wet mop but no detergents shall be used so that the
polish is not removed.
Application of polish may be done every one to three weeks. PVC flooring should not be over
waxed. When this condition develops, the coatings should be cleared off with white spirit or
paraffin and a light even coat of polish applied. When the PVC flooring has been polished, it
will remain bright for a considerable period if dry mop is applied each day. It is this daily ‘dry
polish’ that maintains the glossy surface. After exceptionally heavy traffic PVC flooring should
be swept with a hair groom, rubbed with a mop or cloth frequently rinsed in clean water and
finally rubbed dry.
Measurements
Length and breadth shall be measured correct to a cm and its area shall be calculated in sqm
correct to two places of decimal. No deduction shall be made nor extra paid for voids not
exceeding 0.20 sqm. Deductions for ends of dissimilar materials or other articles embedded
shall not be made for areas not exceeding 0.10 sqm. Nothing extra shall be paid for providing
PVC flooring in borders and margins, irrespective of their width.
Rate
The rate shall include the cost of all materials and labor involved in all the operations
described above, except those described. The rate does not include the cost of sub-floor or
damp proof treatment, if any. It also does not include the cost of metallic edge strip to protect
edge of flooring, wherever provided, it shall be paid separately.
NSI – 19: Gypsum Board Wall Paneling
Materials
12.5mm thick fully perforated Gypsum Board conforming to IS 2095 (Pt.-I) shall be used. It is
lightweight and can be fixed to either side of timber, aluminum or lightweight galvanized metal
sections. The partitions are non-load bearing and can easily be assembled at site.
Installation
The G.I. frame and board partitions shall be fixed as per drawings /nomenclature of the item
and directions of Engineer-in-Charge.
Jointing & Finishing
Joints of the boards are finished with specially formulated Jointing compound and fibre tape to
provide seamless finish. Board surface can be decorated with any type of paint, wall paper,
wood veneer & hard laminates. Services should be incorporated before commencement of
board fixing.
Fitting and Fixtures
It is easy and simple to attach different fittings to wall panelling boards. Inclined nails can be
fixed to the boards itself for light materials. For heavier materials the fastening should be
100
centered on internal stud work or steel or wood frame behind the boards, fixed before
boarding. Services should be incorporated before commencement of board fixing.
Tolerance
Tolerance in dimensions shall be + 5 mm.
Measurements
Length and breadth of superficial area of the finished work shall be measured correct to a cm.
Area shall be calculated in square meter correct to two places of decimal. No deduction will
be made of openings of areas upto 0.40 sqm nor shall extra payment be made either for any
extra material or labour involved in forming such openings.For openings exceeding 0.40 sqm.
in area, deduction in measurements shall be made but extra will be payable for any extra
material or labour involved in making such openings.
Rate
The rate shall include the cost of all materials and labour involved in all the operations
described above including all scaffolding, staging etc.
NSI – 21: Wooden False Ceiling
Ceiling Material
Ceiling shall be made of 12 mm thick commercial grade ply as base material and 4 mm thick
veneer sheet as design/size of required size. Ply shall be painted with oil type wood
preservative and finished with two coats of varvish/French polish on both side and edges of
approved quality and shade on exposed faces of the tiles.
Frame
The frame work made of special sections, power pressed from M.S. sheets and galvanized
with zinc coating of 120 gms/sqm (both side inclusive) as per IS : 277 and consisting of angle
cleats of size 25 mm wide x 1.6 mm thick with flanges of 27 mm and 37mm, at 1200 mm
centre to centre, one flange fixed to the ceiling with dash fastener 12.5 mm dia x 50mm long
with 6mm dia bolts other flange of cleat fixed to the angle hangers of 25x10x0.50 mm of
required length with nuts & bolts of required size and other end of angle hanger fixed with
intermediate G.I. channels 45x15x0.9 mm running at the rate of 1200 mm centre to centre to
which the ceiling section 0.5 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm
each having lips of 10.5 mm, at 450 mm centre to centre, shall be fixed in a direction
perpendicular to G.I. intermediate channel with connecting clips made out of 2.64 mm dia x
230 mm long G.I. wire at every junction, including fixing perimeter channels 0.5 mm thick 27
mm high having flanges of 20 mm and 30 mm long, the perimeter of ceiling fixed to
wall/partition with the help of rawl plugs at 450 mm centre, with 25mm long dry wall screws @
230 mm interval.
Measurements
Length & breadth of the finished ceiling shall be measured correct to a centimetre. The area
shall be calculated in square metre correct to two decimal places. No deduction shall be
101
made for making openings for electrical, air conditioning, fire fighting fixtures nor shall extra
payment be made either for extra materials or labour involved in making such openings.
Rate
The rate shall include the cost of all the materials and labour involved in all the operation
described above including scaffolding etc.
NSI – 18: Wooden Wall Panelling
General
Specified timber shall be used, and it shall be sawn in the direction of the grains. Sawing shall
be truly straight and square. The timber shall be planed smooth and accurate to the full
dimensions, rebates, roundings, and mouldings as shown in the drawings made, before
assembly. Patchings or plugging of, any kind shall not be permitted except as provided.
Grounds
Grounds shall be provided where so specified. These shall consist of first class hard wood
plugs or the class of wood used for fabricating the frames and embedded in the wall with
cement mortar 1:3 (1 cement : 3 fine sand) and batten of first class hard wood or as specified
of size 50 × 25 mm or as specified, fixed over the plugs with 50 mm long wood screws. The
plugs shall be spaced at 45 to 60 centimetres centre to centre, depending upon the nature of
work. The battens shall be painted with priming coat, of approved wood primer before fixing.
Panelling
Material: This panelling shall be decorative or non-decorative (Paintable) type as per design
and thickness specified by the Engineer-in-Charge, of 12 mm thick commercial ply or as
specified in item.
Ornamental Work: The ornamental work shall be provided 4 mm thick veneer finish sheet on
exposed surface of panelling. Pattern and design shall be as per shop drawing or directed by
Engineer-in-charge.
Measurements
Length and breadth shall be measured correct to a cm. Wall panelling shall be measured
separately in square metre nearest to two places of decimal.
Rate
The rate includes the cost of materials and labour required for all the operation described
above.
NSI – 20: Glass Fibre False Ceiling
Ceiling Material
Soft Fibre Suspended Ceiling System with Microlook EDGE TILES WITH 15mm Exposed
GRID of approved make.The tiles should have Humidity Resistance (RH) of 95%, NRC 0.9 -
102
1.0, Light Reflectance ≥85%, Colour White, Fire Performance UK Class 0 / Class 1 (BS 476
pt - 6 &7) in module size of 600 x 600 x 15mm, suitable for Green Building application, with
Recycled content of 66% GW & 74% RW%. The tile shall be laid on 38 with 15 mm wide T section flanges colour white having rotary stitching on all T sections i.e. the Main Runner,
1200 mm & 600 mm Cross Tees with a web height of 38mm and a load carrying capacity of
14 Kgs/M2. The T Sections have a Galvanizing of 90 grams per M2. The Tile & Grid system
used together should carry a 15 year warranty
INSTALLATION
To comprise main runner spaced at 1200mm centers securely fixed to the structural soffit
using suspension system at 1200mm maximum centre. The First/Last suspension system at
the end of each main runner should not be greater than 450mm from the adjacent wall. Flush
fitting 1200mm long cross tees to be interlocked between main runners at 600mm centre to
form 1200 x 600 mm module. Cut cross tees longer than 600mm require independent
support. 600 x 600mm module to be formed by fitting 600mm long flush fitting cross tees
centrally between the 1200 mm cross tees. Perimeter trim to be wall angles of size
3000x19x19mm, secured to walls at 450 mm maximum centres.
SUSPENSION SYSTEM
Accessories manufactured and supplied by approved manufacturers consisting of M6 Anchor
Fasteners with Vertical Hangers made of Galvanised steel of size 26 x 26 x 25 x 1.2mm with
a Galvanised Thickness of 80gsm, A pre Straightened Hanger wire of dia – 2.68 mm of 1.83
m length., thickness of 80gsm and a tensile strength of 344-413 MPa, along with Adjustable
hook clips of 0.8mm thick, galvanised spring steel for 2.68 mm with a minimum pull strength
of 110 kg. The adjustable clip also consists of a 3.5 mm aquiline wire to be used with the main
runner
Measurements
Length & breadth of the finished ceiling shall be measured correct to a centimetre. The area
shall be calculated in square metre correct to two decimal places. No deduction shall be
made for making openings for electrical, air conditioning, fire fighting fixtures nor shall extra
payment be made either for extra materials or labour involved in making such openings.
Rate
The rate shall include the cost of all the materials and labour involved in all the operation
described above including scaffolding etc.
Special Condition of Contract for Green Building
The project is being designed to attain GRIHA- 3 star rating. The contractor has
to maintain all the clauses mentioned below and also maintain the necessary
documentation of the various works. Nothing extra shall be paid on account of
these requirements.
Following are the contractor’s responsibilities but not limited to:
The contractor to submit the Project Management Plan showing the material
storing yard, Batching Plant , facilities for labour ( Accommodation, toilets
etc),approach roads, site office of owner, PMC and Contractor, location for
103
preservation of top soil, staging and spill prevention measures, erosion and
sedimentation control measures etc. The plan should be such that area of
disturbance should be minimum and get the same planned prior to start of work at
site.
1.
PRESERVE AND PROTECT LANDSCAPE DURING CONSTRUCTION
1.1
Collection, storage and reapplication of topsoil
1.1.1
1.1.2
Soil Test has to be carried out and also soil baring test needs to be carried out.
Contractor to ensure that the soil on -site is protected from erosion in accordance
with NBC 2005 – Part 10 – Landscaping, Signs and Outdoor Display Structures,
Section 1 – Landscape planning and design, Subsection 4 – Protection of
landscape during construction)
This should be done from areas likely to be disturbed by construction activities
(especially in cases where the site area is larger than 10 000 m2), topsoil should
be stripped to a depth of 20 cm from the areas proposed for buildings, roads,
paved areas, and external services.
It should be stockpiled to a height of 40 cm in designated areas and reapplied
during plantation of the proposed vegetation. The topsoil should be separated from
the subsoil debris and stones larger than 50 mm in diameter.
The adjoining areas shall be barricaded to prevent construction activities
damaging the surrounding areas.
1.1.3
1.1.4
1.1.5
1.2
1.2.1
1.2.2
1.3
1.3.1
1.3.2
1.4
1.4.1
1.4.2
1.5
1.5.1
Sedimentation basin
Sedimentation basin, a temporary dam or basin at the lowest convenient point of
the site should be constructed for collecting, trapping, and storing sediment
produced by the construction activities.
A flow-detention facility must also be constructed for reducing peak run-off rates.
This would allow most of the sediments to settle before the run-off is directed
towards the outfall.
Contour trenching
Contour trenching is an earth embankment or ridge-and-channel arrangement
constructed parallel to the contours, along the face of the slope, at regular
intervals on the lengths and slopes greater than 10% (1:10).
They are used for reducing run-off velocity, increasing the distance of overland
run-off flow. They are also used to hold moisture and minimize sediment loading of
surface run-off.
Mulching
Mulch is a protective layer of material that is spread on the top of the soil, which
can either be organic (such as grass clippings, straw, bark chips, and similar
materials) or inorganic, (such as stones and brick chips).
Mulching should be used with seedings and plantings on steep slopes
(slopes>33%). Steep slopes are prone to heavy erosion and, therefore, netting or
anchoring should be used to hold it in place.
Topsoil improvement
Topsoil needs to be tested before preservation to ensure that it is worth
preserving, and will help conserve resources and money in the long run.
104
1.5.2
The soil should be tested at a laboratory accredited by the Indian Council of
Agricultural Research (ICAR) for primary plant nutrient and pH. In case the soil
test conducted yields a result that is not up to the requisite standard, then
adequate measures need to be adopted to ensure that the fertility of the soil is
restored to a usable level as per the direction of Engineer-In-Charge.
1.6
Preservation of existing Trees and preventing damage to the same During
Construction
During construction, protection of existing vegetation (including trees, shrubs,
grasses and other plants) where possible, by preventing disturbance or damage to
specified areas is recommended. This practice minimizes the amount of bare soil
exposed to erosive forces.
Trees retained on the project site shall be protected during the construction period
as per National Building Code – Part 10: Landscaping, signs, and outdoor display
structures.
Copy of permission letter to be provided for cutting of trees
1.7
1.7.1
Documentation
Site plan showing staging and spill prevention measures, erosion and
sedimentation control measures.
1.7.2
Document to be submitted after completion of the project, 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 pattern, staging and spill
prevention measures, erosion and sedimentation control measures and measures
adopted for top soil preservation during construction).
1.7.3
Site plan (one CAD drawing) along with a narrative to demarcate areas on site
from which topsoil has to be gathered, designate area where it will be stored,
measures adopted for topsoil preservation.
1.7.4
Obtaining Certificate from landscape architect confirming proper protection and
preservation of existing trees during construction process.
1.7.5
Landscape plan, clearly highlighting the areas where trees were removed
(indicating the number of trees), if applicable, with the number of replanted trees in
the proportion of 1:3 in the proposed landscape design. List details about species,
which existed, and the species that have been replanted on-site.
1.7.6
Narrative explanation about the methods of soil stabilization used, wherever
required, accompanied by photographs with brief description.
1.7.7
Certificate by the landscape architect on topsoil laying, soil stabilization, and
adequate primary soil nutrient and pH [(supported by test results performed at
Indian Council of Agricultural Research (ICAR)–accredited laboratory].
105
2.
PROVIDE MINIMUM LEVEL OF SANITATION/SAFETY FACILITIES FOR
CONSTRUCTION WORKERS
2.1.1
Drinking water facility provided for workers, all such points shall be legibly marked
"Drinking Water" in a language understood by a majority of the persons employed
in such place and no such point shall be situated within six meters of any washing
place, urinal or latrine.
Contractor shall provide minimum level of sanitation facilities and ensure safety of
construction workers as per guidelines given in The National Building Code of
India (Latest version). Toilets provided for workers, the temporary accommodation
provided shall have separate cooking place, bathing, washing and lavatory
facilities.
Provision for crèche if female workers: Such rooms shall- provide adequate
accommodation; be adequately lighted and ventilated; be maintained in a clean
and sanitary condition; be under the charge of women trained in the care of
children and infants.
To provide and maintain in every place wherein not less than two hundred and fifty
2.1.2
2.1.3
2.1.4
building workers are ordinarily employed a canteen for the use of the workers;
2.1.5
2.1.6
Safety helmets, vests, boots and safety harness should be provided mandatorily.
In case of any death or injury on the site, by reason of which the person injured is
prevented from working for the period of forty- eight hours or more immediately
following the accident, or which is of such a nature as may be prescribed.
2.2
Documentation
Contractor shall take regular photographs showing the health, safety and sanitaion
measure followed during construction and maintain the record of the same.
Contractor shall submit the detailed narrative on provision for safe drinking water
and sanitation facility for construction workers and site personnel accompanied by
the photographs taken at regular intervals during construction.
3
REDUCE AIR POLLUTION DURING CONSTRUCTION
Contractor shall prepare a dust and air pollution control plan and get the same
approved by Engineer-In-Charge prior to start of construction.
3.1.1
Barricading
Temporary and permanent barricading shall be provided in height around
construction area of either full brick wall or dust screens, sheeting or netting has to
be provided along the sides of existing building and road.
Wheel Washing Pit
Construct and maintain the wheel washing pit to prevent erosion by construction
vehicles at all entrances of the site.
3.1.2
3.1.3
Water spraying
Use water as a dust suppressant. Spray water over areas where demolition work
is being carried out. Ensure that all vehicles and gensets use cleaner fossil fuels
like ultra low sulphur diesel.
3.2
Cover and enclosure
Cover all loose stored material with geotextile or any impervious fabric or covering.
106
Cover all dusty loads on vehicles with impervious sheeting before they enter or
exit the site.
Store loose materials in enclosed spaces. Provide wind barriers or fences or wind
breakers around the area where loose soil, sand, etc., are stored.
Store materials on site in an area away from sensitive areas surrounding the site
like schools, hospitals, etc.
All gensets should be maintained properly. The gensets used on site should meet
the recommended pollution norms. Minimum stack height should be provided for
all gensets based on height of the building and capacity of the gensets
The contractor shall submit the narrative document with support of site
photographs demonstrating implementation of actual measure and a short
description of each measure.
3.3
4
4.1.1
4.1.2
4.1.3
4.1.4
4.1.5
4.1.6
4.1.7
4.1.8
4.1.9
Documentation
Contractor to submit the narrative (not more than 300 words) explaining the air
pollution preventive measures that have been adopted on-site. Site photographs
showing different stages of construction along with preventive measures to
support of the same.
EFFICIENT WATER USE DURING CONSTRUCTION
Contractor shall use curing compound for curing the concrete as per the
specifications mentioned elsewhere in the tender document.
Curing water should be sprayed on concrete structures; free flow of water should
not be allowed for curing.
After liberal curing on the first day, all concrete structures should be painted with
curing chemical to save water. This will stop daily water curing hence save water.
Concrete structures should be covered with thick cloth/gunny bags and then water
should be sprayed on them. This would avoid water rebound and will ensure
sustained and complete curing.
Ponds should be made using cement and sand mortar to avoid water flowing
away from the flat surface while curing.
Water ponding should be done on all sunken slabs
Adequate provision for recycling of waste water generated on site during
construction activities.
Adequate storage provision for rain-water and reuse on site.
Recycled treated water to be used for curing
4.2
Documentation
Contractor to submit the narrative explaining the efficient water use during
construction accompanied by regular photographs of curing showing the use of
concrete compound as per the direction of Engineer-In-Charge.
5
USE OF LOW-VOC PAINTS/ADHESIVES/SEALANTS
Contractor to ensure that all the Adhesives, Sealants, Paints and Coatings used in
the project have a VOC level within the following limits. Maintain Proper
documentation in the form of manufacturer cut sheets, technical data sheets, and
lab test reports as conformation for compliance.100% of all paints should be under
107
the provided VOC limits for paints and to use use
solvent-based sealants and adhesives.
Paint applications
Interior coating
Non Flat < 150
Exterior Coating
Anti Corrosive
water–based rather than
VOC limits (g of VOC per lt)
Flat <50
Flat <200
Non Flat <100
Gloss/semi gloss/flat < 250
6
STORM WATER MANAGEMENT DURING CONSTRUCTION:
Contractor needs to take measures to ensure that the storm water runoff during
construction does not exceed the runoff before construction. To this effect there is
need to provide rain water recharge pits right around the periphery of the site &
have rain water harvesting wells to capture rain water and then filter all suspended
solids and other materials before recharge into the earth.
7.1
CONSTRUCTION WASTE MANAGEMENT
REDUCTION IN WASTE DURING CONSTRUCTION
7.1.1 Separate bins to be constructed for storage of sand and aggregate.
7.1.2 Separate bins to be constructed for storage of construction waste like scrape
steel, cement debris, empty cement bags, paint buckets etc and other construction
wastes.
7.1.3 Hazardous wastes like spent diesel and batteries be also sold to designated
vendors 7.1.4 Spent diesel shall not be reused as shuttering oil or for any other
construction purpose.
7.2
Documentation
Contractor to submit the narrative indicating the quantum of waste generated
during construction and storage facility for segregated inert and hazardous waste
before recycling and disposal accompanied by necessary documents and
photographs.
Contractor to submit the layout (showing the location & capacity) and photo of the
storage facility for segregated inert and hazardous waste
Contractor to ensure that a plan is in place to ensure that more than 75% of the
waste generated by weight or volume, on-site due to construction activities is
either reused, recycled or sold as scrap and is diverted from going into landfills.
Contractor to submit the proper records/documents in the form of logs,
photographs, gate passes, hauler certificates, etc. for compliance of the same.
Contractor to submit the proper records/documents in the form of logs,
photographs, gate passes, hauler certificates, etc. for compliance of the same.
8
RECYCLED CONTENT IN MATERIALS
Contractor to submit the letters confirming the recycled content (post-consumer
and pre-consumer) in the materials from the manufacturers. Recycled content in
the various materials is given below:
a. Glass- Minimum recycled content of 10-15%
108
b.
c.
d.
e.
Steel – Minimum recycled content of 25%
Gypsum Board- Minimum recycled content of 20-25%
Aluminium - Minimum recycled content of 25%
Flysash in AAC Blocks, Cement Plaster, RMC- Minimum recycled content of
25-50%
Contractor to maintain documentation records in the form of Manufacturer cutsheets, Technical data sheets and/or test reports to confirm compliance of the
same. Post‐consumer material is defined as waste material generated by
households or by commercial, industrial and institutional facilities in their role as
end‐users of the product, which can no longer be used for its intended purpose.
Pre‐consumer material is defined as material diverted from the waste stream
during the manufacturing process. Excluded is reutilization of materials such as
rework, regrind or scrap generated in a process and capable of being reclaimed
within the same process that generated it.
9
10
REGIONAL MATERIALS
Contractor to procure materials which are extracted, harvested or recovered and
manufactured/ processed within a 250mile (400km) radius of the project site as far
as possible and ensure that more than 20% of the materials by cost are extracted,
harvested or recovered and manufactured / processed regionally within a 250mile
(400km) radius.
Contractor to maintain and submit documentation records in the form of
Manufacturer letters indicating the place of manufacture/process and place of raw
material extraction/harvesting and the distance of both from the project site to
ensure compliance with the above.
COMPOSITE WOOD AND AGRIFIBER PRODUCTS
Composite wood and agrifiber products used in the interior of the building must
contain no added urea-formaldehyde resins. Composite wood and agrifiber
products are defined as: particleboard, medium density fibreboard (MDF),
plywood, wheat board, strawboard, panel substrates and door cores. Substitute
resins include Phenol Formaldehyde, Melamine Formaldehyde or Epoxy resins
Contractor to submit and maintain proper documentation in the form of
manufacture cut sheets, technical data sheets, lab test reports indicating the resin
used for all composite wood and agrifiber products as conformation for
compliance.
ADDITIONAL SPECIAL CONDITIONS –GRIHA
In order to comply with the criterion laid down by GRIHA following mandatory practices shall
be followed by the contractor. In addition the tender rates shall be deemed to include the
following:
A. The contractor shall comply with safety procedures, norms and guidelines (as applicable)
as outlined in the Doc No. CED 46(6086), July 2003: Draft National Building Code of India:
Part 7 Constructional practices and safety, issued by Bureau of Indian Standards.
I.
Site Boundary
Boundary shall be fenced with an opaque material which shall not allow air pollution
and soil erosion due to wind. Temporary and permanent barricading shall be provided
109
in height around construction area of either full brick wall or dust screens, sheeting or
netting has to be provided along the sides of existing building and road.
II.
•
•
•
•
•
III.
•
•
Site preparation
Clear vegetation only from the areas where work will start right away
Vegetate / mulch areas where vehicles don’t ply. Mulch is a protective layer of material
that is spread on the top of the soil, which can either be organic (such as grass
clippings, straw, bark chips, and similar materials) or inorganic, (such as stones and
brick chips). Mulching should be used with seedings and plantings on steep slopes
(slopes>33%). Steep slopes are prone to heavy erosion and, therefore, netting or
anchoring should be used to hold it in place.
Apply gravel to the area where mulching/paving is impractical
Identify roads on site that would be used for vehicular traffic. Add surface gravel to
reduce source of dust emission
Limit vehicular speed on site to 10 km/hour
Existing Site Features
Conserve existing natural areas or existing natural features on site such as water
bodies, trees etc to integrate in the design and to provide habitat and promote
biodiversity
Carry out a comprehensive site analysis to identify site characteristics that can be
used to harness natural resources (like solar energy, wind, and water) and the
potential qualities of the landforms that could contribute to making different areas of
the site visually and thermally more comfortable for users. Locate various activities of
the scheme after careful site analysis and assessment so as to protect ecologically
sensitive areas and reduce damage to the natural ecosystem
IV. A. Preserve and protect existing vegetation on site
• Inventory of existing vegetation including the number of trees and native shrub
coverage and their species types. This has to be done before any construction activity
starts on site
• Preserve existing mature trees on‐site during the course of construction by preserving
and transplanting them. Preservation and protection of existing vegetation by
non‐disturbance or damage to specified site areas is recommended. Site vegetation
includes trees, shrubs, grasses and other plants. Where ever possible, existing site
vegetation has to be included in the landscape design of the site. This practice
enables retention of fully‐grown mature trees and also reduces avoidable erosion of
bare soil
• The contractor shall undertake the responsibility to ensure that the site is not ‘levelled’
or ‘cleared’ before undertaking this study
• Site plan, with photographs, clearly highlighting the trees and native shrub coverage
that is protected, transplanted or removed has to be recorded or maintained by the
site engineer
B.
Procedure to Monitor and Protect Site Vegetation
• All existing vegetation shall be marked on a site survey plan
110
•
•
•
C.
•
•
•
•
D.
•
•
•
•
•
V.
A.
•
B.
•
•
•
A vegetation survey in the prescribed format shall be carried out by an accredited
landscape architect and attached to the site survey plan
The above specifications to be implemented at site as per NBC part 10 –
Landscaping, Signs and outdoor display
Copy of permission letter to be provided for cutting of trees.
Transplanting Existing Trees on Site
If trees have to be removed from their location or have to be felled for any of the
above reasons, efforts should be made to transplant them as much as possible. For
this
Large trees identified for transplantation should be replanted at a different location
immediately
Young trees or saplings identified for transplantation can be uprooted and preserved
for replanting after the completion of construction. Young trees are those that have a
height less than 2 m, and a 0.1 m trunk girth at 1 m height from ground, and a 2 m
crown diameter
Non Applicability condition: Sites that are devoid of trees
Compensatory Plantation on Site
Where trees cannot be transplanted due technical and economical reasons,
compensatory plantation has to be undertaken on the site.
Compensate the loss of vegetation (trees) due to the construction activity by
compensatory plantation.
Replant the same number of mature or fully grown trees as eliminated during the
construction of the proposed landscape design. Replant the same, native and/or noninvasive species, which existed on the site before elimination in the proportion of 1:3.
Plant in excess of 25% to the minimum required within the site premises
The above specifications to be implemented at site as per NBC part 10 –
Landscaping, Signs and outdoor display
Construction management process requirements
Timing of construction
Select proper timing for the construction activity to minimize site disturbance such as
soil pollution due to spilling of the construction material and its mixing with rainwater
Staging
Staging is dividing a construction area into two or more areas to minimize the area of
soil that will be exposed at any given time. Staging should be done to separate
undisturbed land from land disturbed by construction activity and material storage
Use staging and spill prevention and control plan to restrict the spilling of the
contaminated material on site
Specify and limit construction activity in pre‐planned/designated areas
111
C.
Soil erosion and sedimentation control measures
•
Soil Test has to be carried out and also soil baring test needs to be carried out.
Topsoil needs to be tested before preservation to ensure that it is worth preserving,
and will help conserve resources and money in the long run.
•
The soil should be tested at a laboratory accredited by the Indian Council of
Agricultural Research (ICAR) for primary plant nutrient and pH. In case the soil test
conducted yields a result that is not up to the requisite standard, then adequate
measures need to be adopted to ensure that the fertility of the soil is restored to a
usable level as per the direction of Engineer-In-Charge.
• Preserve topsoil by employing measures as following ‐
 Contractor to ensure that the soil on -site is protected from erosion in accordance with
NBC 2005 – Part 10 – Landscaping, Signs and Outdoor Display Structures, Section 1
– Landscape planning and design, Subsection 4 – Protection of landscape during
construction)
•
•
•
D.
•
•
•
•
Protect the top soil from erosion. Use collection storage and reapplication of the top
soil, sediment basin, contour trenching, mulching, soil stabilization methods to protect
the top soil from erosion during construction
Measures shall be followed for collecting drainage water runoff from construction
areas and material storage sites through temporary drainage trenches, silt fences,
bio‐infiltration ponds or structural controls such as sedimentation tank or water
collection chambers to reuse water for curing etc.
The Contractor shall construct Sedimentation basin, a temporary dam or basin at the
lowest convenient point of the site. This should be constructed for collecting, trapping,
and storing sediment produced by the construction activities, together with a flow
detention facility for reducing peak runoff rates. This would allow most of the
sediments to settle before the runoff is directed towards the outfall
Soil conservation (till post-construction)
Proper topsoil laying, stabilization of the soil, and maintenance of adequate fertility of
the soil to support vegetative growth. The top soil conservation should be done from
areas likely to be disturbed by construction activities (especially in cases where the
site area is larger than 10 000 m2), topsoil should be stripped to a depth of 20 cm from
the areas proposed for buildings, roads, paved areas, and external services.
It should be stockpiled to a height of 40 cm in designated areas and reapplied during
plantation of the proposed vegetation. The topsoil should be separated from the
subsoil debris and stones larger than 50 mm in diameter.
The adjoining areas shall be barricaded to prevent construction activities damaging
the surrounding areas
Non applicability condition proposed (for top soil preservation only): Contaminated
sites/sites that do not have good quality top soil (as per soil test report) that is
considered worth storing for reuse. Soil test has to be carried out as per criteria 3 and
112
VI.
•
•
the test report has to be endorsed by the landscape architect. The landscape architect
has to provide certificate that the top soil is not worth storing for landscaping purposes
and cannot be restored to applicable standard
Reduce air pollution during construction
The contractor shall undertake the responsibility to prevent air pollution dust and
smoke; ensure that there will be adequate water supply / storage for dust suppression;
devise and arrange methods of working and carrying out the work in such a manner
as to minimize the impact of dust on the surrounding environment, and provide
experienced personnel with suitable training to ensure that these methods of working,
plant, equipment and air pollution control system to be used on the site should be
made available for the inspection and approval of the engineer‐in‐charge of
construction to ensure that these are suitable for the project
The contractor shall comply to CPCB standards to prevent air pollution, dust and
smoke on the site. These standards shall be applicable to the use of DG sets during
construction and the stack height of the DG stack to control air pollution should be as
per the CPCB standards
Site maintenance policies should include ‐
A.
Water spraying.
• This will be done by wetting the surface by spraying water on‐
• Any dusty materials before transferring, loading, and unloading.
• Areas where demolition work is being carried out
• Any unpaved main haul road
• Areas where excavation or earth‐moving activities are to be carried out
B.
•
•
•
•
•
•
VII.
•
•
Cover and Enclosure
Providing hoardings/ GI sheet barricading of not less than 3m high along the site
boundary, next to a road or other public area. An existing brick boundary wall exists at
site on some sides. The Contractor shall be required to erect a GI sheet barricading
over the same
Providing dust screens, sheeting or netting along the perimeter of a building
Covering fully stockpile of dusty material with impervious sheeting
Covering dusty load on vehicles by impervious sheeting before they leave the site.
Transferring, handling/storing dry loose materials like bulk cement, dry pulverized fly
ash inside a totally enclosed system
Stack height of the DG stack to control air pollution should be as per the CPCB
standards
Reduce Noise Pollution during construction on site
To use appropriate noise controls for providing acceptable levels of outdoor and
indoor noise levels to enhance comfort ensure that the outdoor noise level conforms to
the Central Pollution Control Board‐ Environmental Standards‐Noise (ambient
standards)
The report on measured average ambient noise level at site‐ Noise measurement
should be conducted by an organization recognized by a competent authority and it
should follow procedures laid down by a competent authority.
113
•
•
VIII.
•
•
•
IX.
•
•
•
•
•
•
•
•
•
•
o
X.
•
Mechanical, electrical, air conditioning, heating and mechanical ventilation and other
services if are provided ‐noise control measures should be incorporated during the
design and installation of such services to adhere to the recommended outdoor and
indoor noise criteria for the kind of occupancy
Some basic techniques to achieve the same are given in National Building Code, Part
‐ VIII, Section 4, Annex G
Aggregate Utility corridors
Use aggregate utility corridors
Consolidate utility corridors along the previously disturbed areas or along new roads,
in order to minimize unnecessary cutting and trenching and to ensure easy
maintenance. Local codes and requirements for water, sewer, and
electrical/telecommunication lines should be considered.
Consolidate services, pedestrian, and automobile paths
Efficient Water Use during Construction
Minimize use of potable water during construction activity by‐
Controlling wastes of curing water
To avoid wastage of curing water, follow the following guidelines
Curing water should be sprayed on concrete structures; free flow of water shall not be
allowed.
After liberal curing on the first day, all concrete structures shall be painted with curing
chemical to save water. This will stop daily water curing hence save water. (to be
covered under tender items)
Concrete structure shall be covered with thick cloth/gunny bags and then water should
be sprayed on them. This would avoid water rebound and ensure sustained and
complete curing.
Ponds shall be made using cement and sand mortar to avoid water flow away from the
flat surface while curing (to be covered under tender items)
Water ponding shall be done on all sunken slabs; this would also highlight the
importance of having an impervious formwork.
Use recycled treated water
Storm water management during construction
Contractor needs to take measures to ensure that the storm water runoff during
construction does not exceed the runoff before construction. To this effect there is
need to provide rain water recharge pits right around the periphery of the site & have
rain water harvesting wells to capture rain water and then filter all suspended solids
and other materials before recharge into the earth.
Utilization of flyash in building structure
Fly ash use in RC: Minimum 15% replacement of cement with fl y ash by weight of
cement used in the total structural concrete. Provide supporting document from the
manufacturer of the cement specifying the fly ash content in PPC used in reinforced
concrete.
114
•
•
XI.
XII
XIII
For use of fly ash in building blocks of load bearing and non-load bearing wall:
Minimum 40% replacement of cement with fl y ash by weight, for 100% load bearing
and non‐load bearing walls. Provide supporting document from the manufacturer of
the pre‐cast building blocks specifying the fl y ash content of the blocks used in an
infill wall system.
For use of fl y ash in plaster and masonry mortar: Minimum 30% use of fl y ash in
place of cement by weight in overall plaster and mortar requirement. Provide
supporting document from the manufacturer of the cement/ready mix concrete,
specifying the fly ash content in PPC used in plaster and masonry mortar
Use of low VOC paints adhesives and sealants
Contractor to ensure that all the Adhesives, Sealants, Paints and Coatings used in the
project have a VOC level within the following limits. Maintain Proper documentation in
the form of manufacturer cut sheets, technical data sheets, and lab test reports as
conformation for compliance. 100% of all paints should be under the provided VOC
limits for paints and to use water–based rather than solvent-based sealants and
adhesives.
Paint applications
VOC limits (g of VOC per lt)
Interior coating
Flat <50
Non Flat < 150
Exterior Coating
Flat <200
Non Flat <100
Anti Corrosive
Gloss/semi gloss/flat < 250
Recycled Content in materials
Contractor to submit the letters confirming the recycled content (post-consumer and
pre-consumer) in the materials from the manufacturers. Recycled content in the
various materials is given below:
f.
Glass- Minimum recycled content of 10-15%
g.
Steel – Minimum recycled content of 25%
h.
Gypsum Board- Minimum recycled content of 20-25%
i.
Aluminium - Minimum recycled content of 25%
j.
Flysash in AAC Blocks, Cement Plaster, RMC- Minimum recycled content of
25-50%
Contractor to maintain documentation records in the form of Manufacturer cut-sheets,
Technical data sheets and/or test reports to confirm compliance of the same.
Post‐consumer material is defined as waste material generated by households or by
commercial, industrial and institutional facilities in their role as end‐users of the
product, which can no longer be used for its intended purpose. Pre‐consumer material
is defined as material diverted from the waste stream during the manufacturing
process. Excluded is reutilization of materials such as rework, regrind or scrap
generated in a process and capable of being reclaimed within the same process that
generated it.
Regional Materials
Contractor to procure materials which are extracted, harvested or recovered and
manufactured/ processed within a 250mile (400km) radius of the project site as far as
possible and ensure that more than 20% of the materials by cost are extracted,
harvested or recovered and manufactured / processed regionally within a 250mile
(400km) radius.
115
Contractor to maintain and submit documentation records in the form of Manufacturer
letters indicating the place of manufacture/process and place of raw material
extraction/harvesting and the distance of both from the project site to ensure
compliance with the above.
XIV.
•
•
XV.
•
•
•
•
•
•
•
Reduce volume and weight and time of construction by adopting efficient
technologies
Structural application
Use of low‐energy technologies in structural application clearly demonstrating a
minimum 5% reduction in high energy materials such as cement, concrete, steel,
sand, bricks by absolute volume when compared with equivalent products for the
same application, for 100% structural system used in a building, meeting the
equivalent strength requirements. For e.g. Post tensioned systems, precast systems
etc.
Non-structural application
Use of low‐energy technologies/materials (not based on the utilization of industrial
waste), which are used for non‐structural applications such as infi ll wall system and
cause a minimum 5% reduction in the use of high‐energy materials such as cement,
concrete, steel, and so on. by absolute volume when compared with equivalent
products for the same application, for 100% infill wall system used in a building,
meeting the equivalent strength requirements. For e.g. light weight concrete blocks
over dense concrete blocks, pre‐cast brick panels, composite ferrocement walling,
interlocking concrete blocks etc
Reduction in the Waste during Construction
The contractor is required to develop Waste Management Programme (WMP) during
the construction of the project for his works, which may include: ‐
The Contractor shall ensure maximum recovery and safe disposal of wastes
generated during construction and reduce the burden on landfill.
Employ measures to segregate the waste at site into inert, chemical, or hazardous
wastes. For this the contractor shall construct separate coloured bins for collection of
different categories of waste at site and maintain strict discipline among the labour in
segregating the waste.
The Contractor shall recycle the unused chemical/ hazardous wastes such as oil,
paint, batteries and asbestos. The Contractor shall dispose off the inert waste by
Municipal Corporation at landfill sites.
Recycle the hazardous waste and dispose the inert waste to municipal approved
landfill sites.
Minimize factors that contribute to waste such as over‐packaging, improper storage,
ordering errors, poor planning, breakage, mishandling, and contamination of
construction materials. For waste volumes generated, identify and institute reuse,
salvage and recycle opportunities whenever economics and logistics allow
Develop and institute a construction waste management plan that identifies proposed
deconstruction and salvage opportunities, on‐site reprocessing and reuse
opportunities
116
XVI.
•
•
•
XVII.
•
•
A.
•
•
•
Storage of materials and equipment at site
The Contractor shall, at his own cost, provide adequate storage sheds and yards at
the Site, at locations pre‐approved by the Engineer, for all materials and equipment
that are to be incorporated in the Work. This shall be for all the materials and
equipment, supplied by the Contractor or any Sub‐Contractor or supplied by the
Employer / Engineer
In addition to being watertight and weatherproof, the storage facilities shall be of such
a manner that all the materials and equipments are adequately protected in every way
from any deterioration or contamination or damage whatsoever, to the complete
satisfaction of the Engineer. The method of storing of all the materials and equipment
shall be in conformity with the Specifications and/or to the directions and instructions
of the Engineer. At no time shall any material or equipment be stored in open or in
contact with the ground. Should any of the materials or equipment deteriorate or be
contaminated or damaged in any way due to improper storage or for any other reason
than such materials and equipment shall not be incorporated in the Work and shall be
removed forthwith from the Site and the replacement of all such materials and
equipment shall be entirely at the cost and expense of the Contractor
Wherever applicable the storage of materials shall be in accordance with the relevant
Indian Standard Specifications
Provide at least the minimum level of accessibility for persons with disabilities
as applicable
Ensure access to facilities and services by adopting appropriate site planning to
eliminate barriers as per the recommended standards (NBC 2005 [BIS 2005f], layout
and designing of interior and exterior facilities as per principles of universal design
such as prescribed by the National Building Code of India, building management
policies and procedures, provision of auxiliary aids and appliances, and staff training
in disability awareness, and
Comply with planning and design guidelines as outlined in NBC 2005 Annex D
(Clause 12.21) (BIS 2005f )
Documentation
Site plan showing staging and spill prevention measures, erosion and sedimentation
control measures.
Document to be submitted after completion of the project, 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 pattern, staging and spill prevention measures,
erosion and sedimentation control measures and measures adopted for top soil
preservation during construction).
Site plan (one CAD drawing) along with a narrative to demarcate areas on site from
which topsoil has to be gathered, designate area where it will be stored, measures
adopted for topsoil preservation.
117
•
Obtaining Certificate from landscape architect confirming proper protection and
preservation of existing trees during construction process.
•
Landscape plan, clearly highlighting the areas where trees were removed (indicating
the number of trees), if applicable, with the number of replanted trees in the proportion
of 1:3 in the proposed landscape design. List details about species, which existed, and
the species that have been replanted on-site.
Narrative explanation about the methods of soil stabilization used, wherever required,
accompanied by photographs with brief description.
Certificate by the landscape architect on topsoil laying, soil stabilization, and adequate
primary soil nutrient and pH [(supported by test results performed at Indian Council of
Agricultural Research (ICAR)–accredited laboratory].
Contractor shall take regular photographs showing the health, safety and sanitaion
measure followed during construction and maintain the record of the same.
•
•
•
•
•
Contractor shall submit the detailed narrative on provision for safe drinking water and
sanitation facility for construction workers and site personnel accompanied by the
photographs taken at regular intervals during construction.
Contractor to submit the narrative (not more than 300 words) explaining the air
pollution preventive measures that have been adopted on-site. Site photographs
showing different stages of construction along with preventive measures to support of
the same.
•
Contractor to submit the narrative indicating the quantum of waste generated during
construction and storage facility for segregated inert and hazardous waste before
recycling and disposal accompanied by necessary documents and photographs.
•
Contractor to submit the layout (showing the location & capacity) and photo of the
storage facility for segregated inert and hazardous waste
•
Contractor to ensure that a plan is in place to ensure that more than 75% of the waste
generated by weight or volume, on-site due to construction activities is either reused,
recycled or sold as scrap and is diverted from going into landfills.
•
Contractor to submit the proper records/documents in the form of logs, photographs,
gate passes, hauler certificates, etc. for compliance of the same.
XVIII. Orientation Workshop & Due Diligence: - Contractor to arrange travelling , lodging ,
fooding & other logistics support required for Orientation Workshop & Due Diligence
of project by the GRIHA Team as and when required.
118
FIRE FIGHTING - TECHNICAL SPECIFICATIONS
FIRE HYDRANT SYSTEM AND SPRINKLER SYSTEM
1.
SCOPE OF WORK
1.1
Work under this section shall consist of furnishing all labour, materials, equipment and
appliances necessary and required to completely install wet riser fire hydrant and
sprinkler system as required by the drawings and specified hereinafter or given in the
Schedule of Quantities.
1.2
Without restricting to the generality of the foregoing, the work shall include but not
limited to the following:a)
a)
Piping for wet riser hydrant systems and for yard hydrants.
Landing valves, canvas hose pipes, hose reels, hose cabinets & connections
to mains.
b)
Fully automatic sprinkler system
d)
Isolation valves, non-return valves, installation valves, flow control switches and
accessories.
2.
GENERAL
2.1
All materials shall be new of the best quality conforming to the specifications and
subject to the approval of the Project Manager.
2.2
Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a
neat workmanlike manner.
2.3
Pipes shall be fixed in a manner as to provide easy accessibility for repair and
maintenance and shall not cause obstruction in shafts, passages etc.
2.4
Pipes shall be securely fixed to walls, and ceilings by suitable clamps at intervals
specified. Only approved type of anchor fasteners shall be used for RCC ceilings and
walls.
2.5
Valves and other appurtenances shall be so located that they are easily accessible for
operations, repairs and maintenance.
2.6
The rules and regulations of Local Fire Authority as per the statutory regulations
applicable for obtaining the occupation certificate from the Local Development / Fire
Authority.
2.7
Drawings issued with the tenders are schematic and indicate the concept. Contractor
shall make his shop drawings on basis of Architectural and Interior design drawings
issued by the Engineer-in-Charge. Work will be executed only as per approved shop
drawings.
2.8
It is the contractor's responsibility to ensure the competence of design to meet the
above requirements.
119
3
PIPES
All pipes within and outside the building in exposed locations and shafts including
connections buried under floor shall be M.S. pipes confirming to IS: 1239 Heavy Class
4
PIPE FITTINGS
Pipes and fittings means tees, elbows, couplings, flanges, reducers etc. and all such
connecting devices that are needed to complete the piping work in its totality.
Screwed fittings shall be approved type malleable or cast iron with reinforced ring on
all edges of the fittings suitable for screwed joints.
Forged steel fittings of approved type with "V" groove for welded joints. Fabricated
fittings shall be not being permitted for pipe diameters 50 mm and below. When used,
they shall be fabricated, welded and inspected in workshops whose welding
procedures have been approved by the
TAC as per TAC rule 4102 for sprinkler
system and applicable to hydrant and sprinkler System under the supervision of
Project Manager. For "T" connections, pipes shall be drilled and reamed. Cutting by
gas or electrical welding will not be accepted.
5
JOINTING
5.1
Screwed (50 mm dia pipes and below)
Joint for black steel pipes and fittings shall be metal to metal thread joints. A small
amount of red lead may be used for lubrication and rust prevention. Joints shall not be
welded or caulked.
5.2
Welded (65 mm dia and above)
Joints between M.S. pipes and fittings shall be made with the pipes and fittings having
"V" groove and welded with electrical resistance welding in an approved manner. Butt
welded joints are not acceptable.
5.3
Flanged
a) Flanged joints shall be provided on:
b) Straight runs not exceeding 30 m on pipe lines 80 mm dia and above.
c) Both ends of any fabricated fittings e.g. bend tees etc. of 65 mm dia or larger
diameter.
d) For jointing all types of valves, appurtenances, pumps, connections with other type
of pipes, to water tanks and other places necessary and required as per good
engineering practice.
e) Flanges shall be as per I.S. with appropriate number of G.I. nuts and bolts, 3 mm
insertion neoprene gasket complete.
5.4
Unions
Approved type of dismountable unions on pipes lines 65 mm and below in similar
places as specified for flanges.
120
6
EXCAVATION
6.1
Excavation for pipe lines shall be in open trenches to levels and grades shown on the
drawings or as required at site. Pipe lines shall be buried to a minimum depth of 1.2
meter or as shown on drawings.
6.2
Wherever required contractor shall support all trenches or adjoining structures with
adequate timber supports.
6.3
On completion of testing and pipe protection, trenches shall be refilled with excavated
earth in 15 cms layers and consolidated.
6.4
Contractor shall dispose off all surplus earth within a lead of 200 m or as directed by
Project Manager.
7.
ANCHOR THRUST BLOCKS
a) Contractor shall provide suitably designed anchor blocks in cement concrete to
encounter excess thrust due to water hammer & high pressure.
b) Thrust blocks shall be provided at all bends & tees & such other location as
determined by the Project Manager.
c) Exact location, design, size and mix of the concrete block shall be approved by the
Project Manager prior to execution of work.
8.
VALVES
8.1
Gunmetal Valves
8.1.1
Valves 65 mm dia & below shall be heavy gunmetal full way valves or globe valves
conforming to I.S. 778-1971 class II with female screwed ends. Valves shall be carry
I.S. certifications mark.
8.1.2
All valves shall be approved by the Project Manager before they are allowed to be
used on work.
8.2
C.I. Butterfly Valves/Sluice Valves
8.2.1
All valves 80 mm dia and above shall be C.I. double flanged butterfly valves. Each
sluice valve shall be provided with wheel for valves in exposed positions and cap top
for underground valves. Contractor shall provide suitable operating keys for Sluice
Valves with cap tops.
8.2.2
Butterfly valves shall be of best quality conforming to I.S.13095 of class specified and
sluice valves shall conform to IS: 780.
8.3
Non-return valves (Check Valves)
Non-return valves shall be cast iron double flanged with cast iron body and gunmetal
internal parts conforming to IS: 5312.
121
8.4
Air valves
25 mm dia screwed inlet cast iron single acting air valve shall be provided on all high
points in the system or as shown on drawings.
8.5
Orifice Flanges
Orifice flanges fabricated from 6 mm thick stainless steel plate shall be provided to
reduce pressure on individual hydrants to restrict the operating pressure to 3.5 kg/cm2
and allow a discharge of 560 lpm. The contractor shall submit design of the orifice
flanges for approval before installation.
8.6
Drain Valve
50 mm dia black steel pipe to IS: 1239 (heavy class) with 50 mm gunmetal fullway
valve shall be provided for draining any water in the system in low pockets.
8.7
Pressure Gauge
Pressure gauge shall be provided near all connections to hydrant system and isolation
valves of sprinkler system and where required. Pressure gauge shall be 100 mm dia
gunmetal Bourden type with gunmetal isolation cock, tapping and connecting pipe and
nipple. The gauge shall be installed at appropriate level and height for easy
readability.
9.
HYDRANT/VALVE CHAMBERS
9.1
Contractor shall provide suitable brick masonry chambers in cement mortar 1:5 (1
cement: 5 coarse sand) on cement concrete foundations 150 mm thick 1:5:10 mix (1
cement: 5 fine sand: 10 graded stone aggregate 40 mm nominal size) 15 mm thick
cement plaster inside and outside finished with a floating coat of neat cement inside
with cast iron surface box approved by fire brigade including excavation, back filling
complete.
Valve chambers shall be of following size:-
9.2
For depths 100 cms and beyond 120x120 cms.
10.
FIRE BRIGADE CONNECTIONS
As shown on drawings separate gunmetal 2-3 way collecting head Fire brigade
connection each with two or three 63 mm instantaneous type inlets with built in check
valves and 150 mm dia inlet/outlet connected to the fire and sprinkler main as given in
BOQ shall be provided. Both shall be installed on a stand post and provided with
horizontal C.I. reflux valve and location to be approved by Project Manager. Etched
gunmetal label plates with 80 mm high letters shall be fixed along with necessary
enclose cabinet. The plates should be firmly fixed to the FB connection and any
support system.
122
11.
FIRE HYDRANTS
11.1
External hydrants
11.1.1 Contractor shall provide stand post type external hydrants. The hydrants shall be
controlled by a cast iron sluice valve installed in underground lockable chambers.
Hydrants shall have instantaneous type 63 mm dia outlets. The hydrants valve shall
be single outlet conform to I.S.5290 with C.I duck foot bend and flanged riser of
required height to bring the hydrant to correct level above ground.
11.1.2 Contractor shall provide for each external fire hydrant two numbers of 63 mm dia. 15
m long controlled percolation type hose pipes with gunmetal male and female
instantaneous type couplings machine wound with G.I. wire (hose to I.S. 636 Type 2
and couplings to I.S. 903 with M.S. certification), gunmetal branch pipe with nozzle
to I.S. 903.
11.2
Internal hydrants
11.2.1 Contractor shall provide on each landing and other locations as shown on the
drawings one single headed gunmetal oblique landing valves with 63 mm dia outlet
mounted on a common 80 mm inlet conforming to I.S.5290-1969. Landing valve shall
have flanged inlet and instantaneous type outlets as shown on the drawings.
11.2.2 Instantaneous outlets for fire hydrants shall be of standard pattern approved and
suitable for fire brigade hoses.
11.2.3 Contractor shall provide for each internal fire hydrant station two numbers of 63 mm
dia. 15 m long rubberized fabric linen hose pipes with gunmetal male and female
instantaneous type coupling machine wound with G.I. wire (hose to I.S. 636 Type 2
and couplings to I.S. 903 with I.S. Certification), fire hose reel conforming to IS: 884,
gunmetal branch pipe with nozzle I.S. 2871 and Fire man's axe conforming to IS: 926.
11.2.4 Each hose box shall be conspicuously painted with the letters "FIRE HOSE".
12.
FIRE HOSE REELS
Contractor shall provide standard fire hose reels with 20 mm dia high pressure Dunlop
or equivalent rubber hose 36.5 m long with gunmetal nozzle and control valve, shut off
valve, all mounted on circular hose reel of heavy duty mild steel construction and cast
iron brackets. Hose reel shall be connected directly to the wet riser. Hose reel shall
conform to IS: 884-1969 and rubber hose to IS: 5132.
13.
HOSE CABINETS
13.1
All internal fire hydrants shall be enclosed in M.S. glazed cabinet. Hose cabinets shall
be fabricated from 16 gauge M.S. sheet of fully welded construction with hinged
double front door partially glazed with locking arrangement stove enameled fire red
paint with "FIRE HOSE" written on it prominently. (Sizes are as given in the Bill of
Quantities).
123
14.
PIPE PROTECTION
14.1
All pipes above ground and in exposed locations shall be painted with one coat of zinc
chromate primer and two or more coats of synthetic enamel paint of approved shade.
14.2
Pipes in chase or buried underground shall be painted with two coats of zinc chromate
primer and
wrapped with one layer of 4 mm thick PYPKOTE multilayer sheet as
per standard manufacturer's specifications.
15.
PIPE SUPPORTS
15.1
All pipe clamps and supports shall be galvanised steel. When fabricated from M.S.
steel sections, the supports shall be factory galvanised before use at site. Welding of
galvanised clamps and supports will not be permitted.
15.2
Pipes shall be hung by means of expandable anchor fastner of approved make
and design (Dash Fastners or equivalent). The hangers and clamps shall be
fastened by means of galvanised nuts and bolts. The size/diameter of the
anchor fastner and the clamp shall be suitable to carry the weight of water filled
pipe and dead load normally encounted.
Pipe Spacing Table
<----------------------- Pipe commercial dia. -------------S.No. Pipes & Position 15/20 20/25 32/40 50
75/80 100/11
0
Vertical
1
---------- -------
150/16 200
0
1.1
GI /MS
5.4
1.2
CI
Pipes
IS x
x
<------------------------- 3 m ----------- ---------1729/3989
---CI Heavy Duty IS x
x
<---------------------- 3.6 m ---------- ---------1536
---uPVC
SWR x
x
0.5
0.7
0.9
0.9
1.0
Systems
uPVC
Water
Supply
Polybutylene
<--As
per
manufacturer's ---------- ---------Recommendations
Horizontal
GI /MS
2.0
2.0
2.4
3.0
3.6
4.0
4.5
1.3
1.4
1.5
1.6
2
2.1
2.2
2.3
2.4
2.5
2.6
2.4
2.4
3
3.6
4.5
4.5
CI
Pipes
IS
<------------ 3 m ----------------------1729/3989
>
CI Heavy Duty IS
3.0
3.6
3.6
1536
uPVC
SWR
1.2
1.8
1.8
1.8
Systems
uPVC
Water
Supply
Polybutylene
<-As
per
manufacturer's
recommendations--->
124
5.4
-------
-------
-------
4.5
4.5
16.
CABLES
16.1
Contractor shall provide control cables from supervisory valves and switches to the
annunciation panels.
16.2.1 All control cables shall be copper conductor PVC insulated armoured and PVC
sheathed 1100 volt grade.
16.3
All cables shall have stranded conductors. The cables shall be in drums as far as
possible and bear manufacturer's name.
16.4
All cable joints shall be made in an approved manner as per standard practice.
16.5
Cable Trays
16.6
All cables shall be routed in approved locations in coordination with all other
services in a proper manner.
17.
CABLE TRAYS
17.1
All cables shall be routed in approved locations in coordination with all other
services in a proper manner.
17.2
Cable trays shall be of galvanized steel and hung from the ceiling by galvanized rods
supported by appropriate size and type of expandable expansion fasteners drilled into
the slabs and walls by an electric drill.
18.
MEASUREMENT
18.1
Mild steel pipes shall be measured in linear metres of the finished length correct upto
one cm.and shall include all fittings, flanges, welding, jointing, clamps for fixing to walls
or hangers, anchor fasteners, painting and testing complete in all respects.
18.2
Sluice and fullway valves, check valves, installation valves, air valves & flow switches
shall be measured by numbers and shall include all items necessary and required for
fixing and as given in the specifications and bill of quantities.
18.3
Fire hydrants, hose reels, fire brigade connections, orifice flanges shall be measured
by number and include all items given in the specifications and bill of quantities.
18.4
Fire hose and boxes specified shall be measured by number and include all items
given in specifications and Bill of Quantities.
18.5
Cables and cable trays shall be measured in linear metre correct upto cm shall include
clamps, hangers, anchor fasteners complete in all respects.
125
HAND APPLIANCES
1.
SCOPE OF WORK
1.1
Work under this section shall consist of furnishing all labour, material, appliances and
equipment necessary and required to install fire extinguishing hand appliances.
1.2
Without restricting to the generality of the foregoing the work shall consist of the
following:Installation of fully charged and tested fire extinguishing hand appliances CO2 foam,
dry chemical powder type as required by these specifications and/drawings.
2
GENERAL REQUIREMENTS
2.1
Fire extinguishers shall conform to the following Indian Standard Specifications and
shall be with ISI approved stamp as revised and amended up to date :-
2.2
Fire extinguishers shall be installed as per Indian Standard "Code of Practice for
Selection, Installation and Maintenance of Portable First Aid Appliances" I.S.21901962.
2.3
Hand appliances shall be installed in readily accessible locations with the appliance
brackets fixed to wall by suitable anchor fasteners.
2.4
Each appliance shall be provided with an inspection card indicating the date of
inspection, testing, change of charge and other relevant data.
2.5
All appliances shall be fixed in a true workmanlike manner truly vertical and at correct
locations.
3
MEASUREMENT
Fire extinguishers shall be measured by numbers and include installation and all
items necessary and required and given in the specifications.
FIRE PUMPS & ANCILLARY EQUIPMENT
1.
SCOPE OF WORK
1.1
Work under this section shall consist of furnishing all labour, materials, equipment
and appliances necessary and required to completely install electrically operated and
diesel engine driven pumps as required by the drawings and specified hereinafter or
given in the schedule of quantities.
1.2
Without restricting to the generality of the foregoing, the pumps and ancillary
equipment shall include the following:a) Pressure gauges with isolation valves & piping.
b) M.S. pipes, valves, suction strainers, delivery and suction headers & accessories.
126
c) Foundations, vibration eliminator pads and foundation bolts.
2
GENERAL REQUIREMENTS
2.1
Pumps shall be installed true to level on suitable concrete foundations. Base plate
shall be firmly fixed by foundation bolts properly grouted in the concrete foundations.
2.2
Pumps and motors shall be truly aligned by suitable instruments.
2.3
All pump connections shall be standard flanged type with appropriate number of bolts.
In case of non standard flanges companion flanges shall be provided with the pumps.
2.4
Manufacturer's instructions regarding installation, connections and commissioning
shall be followed with respect to all pumps and accessories.
2.5
Contractor shall provide necessary test certificates and performance charts with NPSH
requirement of the pumps from the manufacturer. The Contractor shall provide
facilities to the Project Manager or their authorized representative for inspection of
equipment during manufacturing and also to witness various tests at the
manufacturer’s works without any cost to the DPLs.
2.6
Each pump shall be provided with a pressure gauge, isolation cock and connecting
piping, bleed and block valve.
2.7
Adequate vibration eliminating pad and connectors for each pump shall be provided.
2.8
The Contractor shall submit with this tender a list of recommended spare parts for
two years of normal operation and quote the prices for the same.
3
FIRE PUMPS
3.1
Pumping Sets
3.1.1
Pumping sets shall be single stage horizontal centrifugal single outlet with cast iron
body and cast iron impellers. Connecting shaft shall be stainless steel with bronze
sleeve and grease lubricated bearings.
3.1.2
Pumps shall be connected to the drive by means of spacer type love joy couplings
which shall be individually balanced dynamically and statically.
3.1.3
The coupling joining the prime movers with the pump shall be provided with a sheet
metal guard.
3.1.4
Pumps shall be provided with approved type of mechanical seals.
3.1.5
Pumps shall be capable of delivering not less than 150% of the rated capacity of water
at a head of not less than 65% of the rated head. The shut off head shall not exceed
120% of the rated head.
3.1.6
The pump shall meet the requirements of the Tariff Advisory Committee and the unit
shall be design proven in fire protection services.
127
4
ELECTRIC DRIVE
4.1
Electrically driven pumps shall be provided with totally enclosed fan cooled induction
motors. For fire pumps the motors should be rated not to draw starting current more
than 3 times normal running current.
4.2
Motors for fire protection pumps shall be atleast equivalent to the horse power
required to drive the pump at 150% of its rated discharge and shall be designed for
continuous full load duty and shall be design proven in similar service.
4.3
Motors shall be wound for class B insulation and winding shall be vacuum
impregnated with heat and moisture resistant varnish glass fibre insulated.
4.4
Motors for fire pumps shall meet all requirements and specifications of the Tariff
Advisory Committee.
4.5
Motors shall be suitable for 415 ±10% volts, 3 phase 50 cycles a/c supply and shall be
designed for 380C ambient temperature. Motors shall conform to I.S. 325.
4.6
Motors shall be designed for two start system.
4.7
Motors shall be capable of handling the required starting torque of the pumps.
4.8
Contractor shall provide inbuilt heating arrangements for the motors for main pumps to
ensure that motor windings shall remain dry.
4.9
5
Speed of the motor shall be compatible with the speed of the pump.
VIBRATION ELIMINATORS
On all suction and delivery lines double flanged reinforced neoprene flexible pipe
connectors shall be provided. Connectors should be suitable for a working pressure of
each pump and tested to the test pressure given in the relevant head. Length of the
connector shall be as per manufactures details.
6.
MEASUREMENTS:
6.1
Fire pumps shall be measured by numbers and shall include all items as given in the
specifications and schedule of quantities.
6.2
sluice valves, non return valves, vibration eliminators, flanges and suction strainer
shall be measured by numbers and shall include all items as given in the schedule of
quantities and specifications.
6.3
Pump headers, shall be measured per linear metre and shall include all items given in
the specifications and schedule of quantities.
128
COMMISSIONING AND GUARANTEES
1.
SCOPE OF WORK
Work under this section shall consist of pre-commissioning, commissioning, testing
and providing guarantees for all equipment, appliances and accessories supplied and
installed by the contractor under this contract.
2
GENERAL REQUIREMENTS:
2.1
The rates quoted in this tender shall be inclusive of the works given in this section.
2.2
Contractor shall provide all tools equipment, metering and testing devices required for
the purpose.
2.3
On award of work, contractor shall submit a detailed proposal giving methods of
testing and gauging the performance of the equipment to be supplied and installed
under this contract.
3
PRE-COMMISSIONING
3.1
On completion of the installation of all pumps, piping, valves, pipe connections, and
water level controlling devices the contractor shall proceed as follows:A
Fire protection system:
i)
ii)
B
4
Check all hydrant valves and close if any valve is open. Also check that
all suction and delivery connections are properly made.
Test run and check rotation of each motor and correct the same if
required.
Pipe work
i)
Check all clamps, supports and hangers provided for the pipes.
ii)
Fill up pipes with water and apply hydrostatic pressure to the system as
given in the relevant section of the specifications. If any leakage is
found, rectify the same and retest the pipes.
COMMISSIONING & TESTING
A. Fire hydrant system
1
Pressurize the fire hydrant system by running the main fire pump and after attaining
the required pressure shutoff the pump.
2
Open bypass valve and allow the pressure to drop in the system. Check that the
jockey pump cuts-in and cuts out at the pre-set pressures. If necessary adjust the
pressure switch for the jockey pump. Close bye-pass valve.
3
Check each landing valve, male and female couplings and branch pipes for
compatibility with each other. Any fitting which is found to be incompatible and does
129
not fit into the other properly shall be replaced by the contractor. Landing valves shall
also be checked by opening and closing under pressure.
B. Handing over
1.
All commissioning and testing shall be done by the contractor to the complete
satisfaction of the Project Manager, and the job handed over to the Project Manager,
or his authorised representative.
2.
Contractor shall also handover, to the Project Manager, all maintenance & operation
manuals and all other items as per the terms of the contract.
C. Guarantees
1.
The contractor shall submit a warranty for all equipment, materials and accessories
supplied by him against manufacturing defects, malfunctioning or under capacity
functioning.
2.
The form of warranty shall be as approved by the Project Manager.
3.
The warranty shall be valid for a period of one year from the date of commissioning
and handing over.
4.
The warranty shall expressly include replacement of all defective or under capacity
equipment. Project Manager may allow repair of certain equipment if the same is
found to meet the requirement for efficient functioning of the system.
5.
The warranty shall include replacement of any equipment found to have capacity
lesser that the rated capacity as accepted in the contract. The replacement equipment
shall be approved by the Project Manager.
ELECTRICAL INSTALLATIONS
1.
SCOPE OF WORK
The scope of this section comprises of fabrication, supply, erection, testing and
commissioning of electric control panels, wiring and earthing of all pump room
equipment, components and accessories, including supply, installation and wiring
of remote control-cum-indicating light panel.
2
GENERAL:
Work shall be carried out in accordance with the Specifications, Local Rules,
Indian Electricity Act 1910 as amended upto date, and rules issued thereunder,
Regulations of the Fire Insurance Company and relevant BIS Code of Practice.
3
WIRING SYSTEM:
All power wiring shall be carried out with 1100 volts grade PVC insulated, armoured
overall, PVC sheathed aluminium conductor cables for sizes above 6 mm2. For sizes
6 mm2 and below the power wiring shall be of copper conductor only. Cables shall be
130
sized by applying proper derating factor. All control wiring shall be carried out by using
650 volts PVC insulated copper conductor wires in race ways or in conduit. Minimum
size of control wiring shall be 1.5 mm2 PVC insulated copper conductor wires.
Minimum size of conductor for power wiring shall be 4 mm2 1100 volts grade PVC
insulated copper conductor wires in conduit. CONSTRUCTION FEATURES:
The control panel shall be metal enclosed sheet steel cubicle, indoor type, dead front,
floor mounting/wall mounting type. The control panel shall be totally enclosed and
vermin proof. Gaskets between all adjacent units and beneath all covers shall be
provided to render the joints dust proof. Control panels shall be arranged in multi-tier
formation. All doors and covers shall be suitable for double padlocking. All mild steel
sheets used in the construction of control panels shall be 14 SWG thick for floor
mounted and 16 SWG for wall mounting and shall be folded and braced as necessary
to provide a rigid support for all components. Joints of any kind in sheet metal shall be
seam welded, all welding slag grounded off and welding pits wiped smooth with
Plumber metal.
All panels and covers shall be properly fitted and square with the frame and holes in
the panel correctly positioned. Fixing screws shall enter into holes tapped into an
adequate thickness of metal or provided with hank nuts. Self threading screws shall
not be used in the construction of control panels. Base channel of 75 mm x 75 mm x 5
mm thick shall be provided at the bottom. Minimum clear space of 200 mm between
the floor of control panel and bottom most unit (MCB or Bus Bar) shall be
provided.
The control panels shall be of adequate size with a provision of 25% spare space to
accommodate possible future additional switch gear. Knockout holes of appropriate
size and number shall be provided in the control panels in conformity with the location
of incoming and outgoing conduits / cables. All equipment such as meters and
indicating lamps etc. shall be located adjacent to the unit with which it is associated
and care shall be taken to achieve a neat and symmetrical arrangement. Facility shall
be provided for termination of cables from top of the control panel. Clamps shall be
provided to support the weight of the cables. All power wiring inside the control panel
shall be colour coded and control wiring ferruled for easy identification. Circuit diagram
showing the arrangement of circuits shall be pasted on the inside of panel door and
covered with transparent plastic sheet and all labelling shall be provided in
engraved anodized aluminium/ bakelite strips on the front face of the panel board.
4.
CIRCUIT COMPARTMENT:
Each circuit breaker, contactor and relay shall be housed in a separate compartment
and shall have steel sheets on top and bottom of compartment. Sheet steel hinged
lockable door shall be duly interlocked with the breaker in the ‘ON’ position. Safety
interlocks shall be provided to prevent the breaker or contactor from being drawn out
when the breaker is in `ON' position. The door shall not form an integral part of the
draw out portion of the panel. Sheet steel barriers shall be provided between the tiers
in a vertical section.
5.
INSTRUMENT ACCOMMODATION:
Adequate space shall be provided for accommodating instruments, indicating lamps,
control contactors and control fuses etc. These shall be accessible for testing and
131
maintenance without any danger of accidental contact with live parts of the circuit
breaker and bus bar.
6.
BUS BARS AND BUS BAR CONNECTIONS:
The bus bar and interconnections shall be of aluminium and of rectangular cross
sections suitable for full load current for phase bus bars, and half rated current for
neutral bus bar and shall be extensible on either side. The bus bars and
interconnections shall be insulated with PVC sleeve / tapes and shall be color coded.
Alternatively special insulating paints/materials may be used for the purpose.
All bus bars shall be supported on unbreakable, non hygroscopic insulated supports at
regular intervals, to withstand the forces arising in case of short circuit in the system.
All bus bars shall be provided in separate chamber and properly ventilated. All bus
bars connections, in main control panels shall be done by drilling holes with cadmium
plated/hot dipped galvanized bolts, nuts and washers.
All bus bars connections in smaller control panels shall be done by drilling hole and
connecting by brass bolts and nuts.
All connections between the bus bar and breaker and between breaker and contactor
shall be through copper strips of proper size to carry rated current and shall be
insulated with PVC sleeves.
7.
RACEWAYS:
A horizontal race way with screwed covers shall be provided at the top to take
interconnecting control wiring between different vertical sections.
8.
CABLE COMPARTMENTS:
Cable compartment of adequate size shall be provided in the control panels for easy
termination of all incoming and outgoing cables entering from bottom or top. Adequate
and proper supports shall be provided in cable compartments to support cables.
9.
INDICATIONS
9.1
‘ON’ lamps shall be provided on all outgoing feeders.
9.2
Cable alley and bus chamber shall be identified on all panels.
10.
RUBBER MAT
Rubber mat shall be provided to cover the full length of front of all panels and rear of
panels where back space shall be available for working from the rear.
11.
MATERIALS:
All materials shall be of the best quality complying with the BIS (Bureau of Indian
Standards) specifications. Materials used shall be subject to the approval of the
CLIENT’s site representative and samples of the same shall be furnished where
required.
132
11.1
Moulded Case Circuit Breaker
MCCB shall comprise of switching mechanism, contact system are extinguishing
device and the tripping unit, Contained in a Compact, high strength, heat resistant,
flame retardant, insulating moulded case with high withstand capability against
thermal and mechanical stress.
Switching mechanism shall be of Quick Make- Quick Break type and the trip command
shall override all other commands. MCCB shall employ maintenance free contact
system to minimize the let thru energies while handling abnormal currents.
The handle position shall give positive indication of `ON' `OFF' or tripped.
MCCB shall conform to IS- 2516 (Part I & II/Sec.1) 1985.
11.2
miniature circuit breaker
Miniature circuit breakers shall be quick make and break type, and shall conform to
Relevant Indian Standards. The housing shall be heat resistant and having high
impact strength. The fault current shall not be less than 9 KA at 230 V and shall be
BIS approved. MCBs shall be flush mounted and shall be provided with trip free
manual operating liver and ‘ON’ and ‘OFF’ indications. The
contacts shall be
provided to quench the arc immediately. MCB shall be provided with magnetic thermal
releases for over current and short circuit protection. The over load or short circuit
device shall have a common trip bar in the case of D P, TP and TPN miniature circuit
breakers.
11.3
Rotary Switches:
Switches upto 60 amps shall be rotary type with compact and robust construction, built
up from one or more stacks with contacts and a positioning mechanism with stop as
required. Rotary switches shall have HRC fuse fittings of appropriate rating.
11.4
Selector Switch
Where called for selector switches of rated capacity shall be provided in control
panels, to give the choice of operating equipment in selective mode.
11.5
Starters
Each motor shall be provided with a starter of suitable rating. Starters shall be in
accordance with relevant BIS Codes. All Star Delta and ATS Starters shall be fully
automatic.
Starter contactors shall have 3 main and 2 Nos. NO/NC auxiliary contacts and shall be
air break type suitable for making and breaking contact at minimum power factor of
0.35. For design consideration of contactors the starting current of connected motor
shall be assumed to be 6 times the full load current of the motor in case of direct-online starters and 3 times the full load current of the motor in case of Star
Delta/Reduced Voltage Starters. The insulation for contactor coils shall be of class "B".
133
Operating coils of contactors shall be suitable for 230/415 ±10% volts AC, 50 cycles
supply system. The contactors shall drop out when voltage drops to 90% of the rated
voltage. The housing of the contactors shall be heat resistant and having high impact
strength. Each starter shall have thermal overload protection on all three phases.
11.6
Over Load Relays
Contactors shall be provided with a three element, positive acting ambient
temperature compensated time lagged hand-reset type thermal over load relays with
adjustable setting. Hand-reset button shall be flush with the front door for resetting
with starter compartment door closed. Relays shall be directly connected for motors
upto 35 HP capacity. C.T operated relays shall be provided for motors above 35 HP
capacity. Heater circuit contactors may not be provided with overload relays.
11.7
Current Transformers
Current transformers shall be of accuracy class I and suitable VA burden for operation
of the connected meters and relays. These shall be resin bonded and epoxy coated.
11.8
Single Phase Preventer
Single phase preventer shall be provided as per Schedule of Quantities and shall be in
conformity with relevant BIS Standards. Single phase preventer shall act when the
supply voltage drops down to 90% of the rated voltage or on failure of one or more
phases.
11.9
Time Delay Relays
Time delay relays shall be adjustable type with time delay adjustment from 0-180
seconds and shall have one set of auxiliary contacts for indicating lamp connections.
11.10 Indicating Led (22 mm dia) and Metering
All meters and indicating lamps shall be in accordance with BS 37 and BS 39. The
meters shall be flush mounted and drawout type. The indicating lamp shall be of LED
type. Each main panel shall be provided with voltmeter 0-500 volts with three way and
off selector switch, CT operated ammeter of suitable range with three Nos. CTs of
suitable ratio with three way and off selector switch, phase indicating lamps and other
indicating lamps as called for. Each phase indicating lamp shall be backed up with 5
amps fuse. Other indicating lamps shall be backed up with fuses as called for.
11.11 Toggle Switch
Toggle switches where called for, shall be in conformity with relevant BIS Codes and
shall be of 5 amps rating.
11.12 Push Button Stations
Push button stations shall be provided for manual starting and stopping of
motors/equipment as called for. Green and Red colour push buttons shall be provided
for ‘Starting’ and ‘Stopping’ operations. ‘Start’ or ‘Stop’ indicating flaps shall be
provided for push buttons. Push buttons shall be suitable for panel mounting and
134
accessible from front without opening door, Lock lever shall be provided for ‘Stop’
push buttons. The push button contacts shall be suitable for 6 amps current capacity.
11.13 Conduits
Conduits shall be of mild steel and shall be Hard drawn, stove enameled inside and
outside with minimum wall thickness of 1.6 mm for conduits upto 32mm diameter and
2 mm wall thickness for conduits above 32 mm diameter. GI pull wires shall be
installed in the conduit while laying the conduit.
11.14 Cables
M.V. cables shall be PVC insulated aluminium conductor and armoured cables
conforming to BIS Codes. Cables shall be armoured and suitable for laying in
trenches, duct, and on cable trays as required. M.V Cables shall be termite resistant.
Control cables and indicating panel cables shall be multi core PVC insulated copper
conductor and armoured cables.
11.15 Wires
1100 volts grade PVC insulated copper conductor wires in conduit shall be used.
12.
CABLE LAYING:
Cable shall be laid generally in accordance with BIS Code of Practice. Cables shall be
laid on 14 gage perforated MS sheet cable trays and cable drops/risers shall be fixed
to ladder type cable trays fabricated out of steel angle. Access to all cables shall be
provided to allow cable withdrawal/ replacement in the future. Where more than one
cable is running, proper spacing shall be provided to minimise the loss in current
carrying capacity. Cables shall be suitably supported with Galvanized saddles when
run on walls/trays. When buried, they shall be laid in 350 mm wide and 750 mm deep
trench and shall be covered with 250 mm thick layer of soft sifted sand & protected
with bricks, tiles. Special care shall be taken to ensure that the cables are not
damaged at bends. The radius of bend of the cables when installed shall not be less
than 12 times the diameter of cable 1.1 KV cable shall be buried 600 mm below
ground level.
13.
WIRE SIZES:
For all single phase/3 phase wiring, 1100 volts grade PVC insulated copper conductor
wires shall be used. The equipment inside plant room and AHU room shall be
connected to the control panel by means of insulated aluminium conductor wires of
adequate size. An isolator shall be provided near each motor/equipment wherever the
motor/equipment is separated from the supply panel through a partition barrier or
through ceiling construction. PVC insulated single strand aluminium conductor wires
shall be used inside the control panel for connecting different components and all the
wires inside the control panel shall be neatly dressed and plastic beads shall be
provided at both the ends for easy identification in control wiring.
.
The minimum size of control wiring shall be 1.5 mm2 PVC insulated stranded soft
drawn copper conductor wires drawn through conduit to be provided for connecting
equipment and control panels.
Power wiring cabling shall be of the following sizes:
135
I.
Upto 5 HP motors/5 KW heaters.
3 x 4 mm2 Cu conductor wires.
II.
From 6 HP to 10 HP motors
6 KW to 7.5 KW heaters.
From 12.5 HP to 15 HP motors.
3 x 6 mm2 Cu conductor wires.
IV.
From 20 HP to 25 HP motors.
armoured cables.
2 Nos. 3 x 10 mm2 Al conductor
V.
From 30 HP to 35 HP motors.
armoured cables.
2 Nos. 3 x 16 mm2 Al conductor
VI.
From 40 HP to 50 HP motors.
armoured cables.
2 Nos. 3 x 25 mm2 Al conductor
VII.
From 60 HP to 75 HP motors.
armoured cables.
III.
wires.
VIII.
2 Nos. 3 x 6 mm2 Cu conductor
2 Nos.3 x 50 mm2 Al conductor
1 No. 3 x 150 mm2 Al conductor
100 HP motors.
armoured cables.
All the switches, contactors, push button stations, indicating lamps shall be
distinctly marked with a small description of the service installed. The following
capacity contactors and overload relays shall be provided for different capacity
motors.
TYPE OF
CONTACTOR
OVERLOAD
STARTER
CURRENT CAPACITY
RANGE
16 amps
16 amps
32 amps
16 amps
25 amps
32 amps
32 amps
40 amps
40 amps
40 amps
63 amps
63 amps
125 amps
6-10 amps
10-16 amps
13-21 amps
10-16 amps
10-16 amps
13-21 amps
13-21 amps
20-32 amps
20-32 amps
28-42 amps
28-42 amps
28-42 amps
45-70
RELAY
5 HP Motors
DOL
7.5HP Motors D O L
10 HP Motors D O L
12.5HP Motors Star Delta
15 HP Motors Star Delta
20 HP Motors Star Delts
25 HP Motors Star Delta
30 HP Motors Star Delta
35 HP Motors Star Delta
40 HP Motors Star Delta
45 HP Motors Star Delta
50 HP Motors Star Delta
60 HP Motors Auto Transformers
Reduced Voltage.
75 HP Motors
-do100 HP Motors -do14.
125 amps
200 amps
amps
90-150 amps
operated Relay
Earthing: shall be copper strips/wires the main panel shall be connected to the main
earthing system of the building by means of 2 Nos. 25 mm x 3 mm copper tapes. All
single phase metal clad switches and control panels be earthed with minimum 2 mm
136
diameter copper conductor wire. All 3 phase motors and equipment shall be earthed
with two numbers distinct and independent copper wires/tapes as follows:
i. Motors upto and including 10 HP rating
2 Nos 3 mm dia copper wires.
ii. Motors 12.5 HP to 40 HP capacity
2 Nos.4 mm dia copper wires.
iii. Motors 50 to 75 HP capacity
2 Nos 6 mm dia copper wires.
iv. Motors above 75 HP.
2 Nos 25 mm x 3 mm copper
tapes.
All switches shall be earthed with two numbers distinct and independent copper
wires/tapes as follows:
i.
ii.
iii.
iv.
3 phase switches and control panels upto
60 amps rating.
3 phase switches and control panels 63
amps to 100 amps rating.
3 phase switches and control panels 125
amps to 200 amps rating.
3 phase switches, control panels, bus
ducts, above 200 Amps rating
2 Nos 3 mm dia copper wires.
2 Nos 4 mm dia copper wires.
2 Nos 6 mm dia copper wires.
2 Nos 3 mm x 25 mm copper
tapes.
The earthing connections shall be tapped off from the main earthing of electrical
installation. The over - lapping in earthing strips at joints where required shall be
minimum 75 mm. These straight joints shall be riveted with brass rivets & brazed in
approved manner. Sweated lugs of adequate capacity and size shall be used for all
termination of wires. Lugs shall be bolted to the equipment body to be earthed after
the metal body is cleaned of paint and other oily substance and properly tinned.
15.
Drawings: Shop drawings for control panels and wiring of equipment showing the
route of conduit/cable shall be submitted by the contractor for approval of Project
Manager/Consultant before starting the fabrication of panel and starting the work. On
completion, four sets of complete "As-installed" drawings incorporating all details like,
conduits routes, number of wires in conduit, location of panels, switches, junction/pull
boxes and cables route etc. shall be furnished by the Contractor.
16.
Testing: Before commissioning of the equipment, the entire electrical installation
shall be tested in accordance with relevant BIS Codes and test report furnished
by a qualified and authorised person. The entire electrical installation shall be got
approved by Electrical Inspector and a certificate from Electrical Inspector shall be
submitted. All tests shall be carried out in the presence of Supervisor.
17.
Painting: All sheet steel work shall undergo a process of degreasing, thorough
cleaning, and painting with a high corrosion resistant primer. All panels shall then be
backed in an oven. The finishing treatment shall be by application of synthetic enamel
paint of approved shade.
18.
Label and Tags
Engraved PVC labels shall be provided on all incoming and outgoing feeders
switches. Circuit diagram showing the arrangements of the circuit inside the control
panel shall be pasted on inside of the panel and covered with transparent plastic
sheet. All cables terminations at panels and at equipments shall be provided with tags
as approved by Project Manager.
137
19.
All panels to have provision for padlocking and all MCCB's/MCB's to have provision for
locking in off position.
20.
Measurement of Electrical Control Panels: Panels shall be counted as number of
units. Quoted rates shall include as lump sum (NOT measurable lengths) for all
internal wiring, power wiring and earthing connections from the control panel to the
starter and to the motor, control wiring for inter-locking, power and control wiring for
automatic and safety controls, and control wiring for remote start/stop as well as
indication as per the specifications. The quoted rate for panel shall also include all
accessories, switchgear, fuses, contactors, indicating meters and lights as per the
specifications.
138
TECHNICAL SPECIFICATIONS
(Electro-mechanical works)
This specification shall be read only for the non- schedule items.
SECTION - I LT Panels
1
GENERAL
This section covers specification of LT Switchboards/Panels.
2
STANDARDS AND CODES
Updated and current Indian Standard Specifications and Codes of Practice will apply to the
equipment and the work covered by the scope of this contract. In addition the relevant clauses
of the Indian Electricity Act 2003, Indian Electricity Rules 1956, National Building Code 2005,
National Electric Code 2008, Code of Practice for Fire Safety of Building (general): General
Principal and Fire Grading – IS 1641 - 1988 as amended upto date shall also apply. Wherever
appropriate Indian Standards are not available, relevant British and/or IEC Standards shall be
applicable.
Low Voltage switchgear & control gear
IS/IEC 60947
Part I : General rules
Part II : Circuit Breakers
Part III: Switches, disconnections
3
Switch
disconnections and
fuse
combination
units
Part IV : Contactors and Motor starters
Part V : Control circuit devices and switching elements
Marking of Switchgear busbars
IS 11353: 1985
Degree of Protection of Enclosures for low voltage switchgear.
IEC 60529
Electrical relays for power system protection
IS 3231: 1986
Code of Practice for selection, installation
and Maintenance of switchgear & control gear
IS 10118: 1982
Low voltage switchgear & control gear assemblies
IEC 60349
Danger notice plates
IS 2551: 1982
LT SWITCHGEAR
(i)
AIR CIRCUIT BREAKER
The ACB shall confirm to the requirements of IEC 60947-2 & 3 (FOR SWITCH
DISCONNECTION) / IS 13947-2 and shall be type tested & certified for compliance to
standards from–CPRI, ERDA/ any accredited international lab. The circuit breaker
shall be suitable for 415 V + 10%, 50 Hz supply system. Air Circuit Breakers shall be
with moulded housing flush front, draw out type and shall be provided with a trip free
manual operating mechanism or as indicated in drawings and bill of quantities with
mechanical "ON" "OFF" “TRIP” indications.
139
The ACB shall be 3/ 4 pole with modular construction, draw out, manually or
electrically operated version as specified. The circuit breakers shall be for continuous
rating and service short Circuit Breaking capacity (Ics) shall be as specified on the
single line diagram and should be equal to the Ultimate breaking capacity(Icu) and
short circuit withstand values (Icw) for 1 sec.
Circuit breakers shall be designed to ‘close' and `trip' without opening the circuit
breaker compartment door. The operating handle and the mechanical trip push button
shall be at the front of the breakers panel. Inspection of main contacts should be
possible without using any tools. The ACB shall be provided with a door interlock. i.e.
door should not be open when circuit breaker is closed and breaker should not be
closed when door is open. However, door interlock should have defeat mechanism for
on line testing of ACB
All current carrying parts shall be silver plated and suitable arcing contacts with proper
arc chutes shall be provided with to protect the main contacts. The ACB shall have
double insulation (Class-II) with moving and fixed contacts totally enclosed for
enhanced safety and in accessibility to live parts. All electrical closing breakers shall
be with electrical motor wound stored energy spring closing mechanism with
mechanical indicator to provide ON/OFF status of the ACB.
The auxiliary contacts blocks shall be so located as to be accessible from the front.
The auxiliary contacts in the trip circuits shall close before the main contacts have
closed. All other contacts shall close simultaneously with the main contacts. The
auxiliary contacts in the trip circuits shall open after the main contacts open. Minimum
4 NO and 4 NC auxiliary contacts shall be provided on each breaker. Rated insulation
voltage shall be 1000 volts AC.
ACB shall confirm compliance to ROHS/WEEE guidelines.
(ii)
CRADLE
The cradle shall be so designed and constructed as to permit smooth withdrawal and
insertion of the breaker into it. The movements shall be free from jerks, easy to
operate and shall be on steel balls/rollers and not on flat surfaces.
There shall be 4 distinct and separate positions with self-locking arrangement of the
circuit breaker on the cradle.
Racking Interlock in Connected /Test/Disconnected Position.
Service Position
Test Position
:
:
Isolated Position :
Main Isolating contacts and control contacts of the breaker are
engaged.
Main Isolating contacts are isolated but control contacts
are still engaged.
Both main isolating and control contacts are isolated.
There shall be provision for locking the breaker in any or all of the first three positions.
The following safety features shall be incorporated:
•
Withdrawal or engagement of Circuit breaker shall not be possible unless it is
in open condition.
•
Operation of Circuit breaker shall not be possible unless it is fully in service,
140
test or drawn out position.
(iii)
•
All modules shall be provided with safety shutters operated automatically
by movement of the carriage to cover exposed live parts when the module
is withdrawn.
•
All Switchgear module front covers shall have provision for locking.
•
Switchgear operating handles shall be provided with arrangement for locking
in ‘OFF’ position.
PROTECTIONS
The breaker should be equipped with micro-controller based release to offer accurate and
versatile protection with complete flexibility and shall offer complete over current protection to
the electrical system in the following four zones:




Long time protection.
Short time protection with intentional delay.
Instantaneous protection.
Ground fault protection.
The protection release shall have following features and settings:
a.
True RMS Sensing
The release shall sample the current at the rate of 16 times per cycle to monitor the actual load
current waveform flowing in the system and shall monitor the true RMS value of the load
current. It shall take into account the effect of harmonics also.
b.
Thermal Memory
When the breaker shall reclose after tripping on overload, then the thermal stresses caused by
the overload if not dissipated completely, shall get stored in the memory of the release and this
thermal memory shall ensure reduced tripping time in case of subsequent overloads. Realistic
Hot/Cold curves shall take into account the integrated heating effects to offer closer protection
to the system.
c.
Defined time-current characteristics :
A variety of pick-up and time delay settings shall be available to define the current thresholds
and the delays to be set independently for different protection zones thereby achieving a closeto-ideal protection curve.
d.
Trip Indication
Individual fault indication for each type of fault should be provided by LEDs for faster
fault diagnosis.
e.
Self-powered
The release shall draw its power from the main breaker CTs (hog slay type) and shall
require no external power supply for its operation.
f.
Zone Selective Interlocking
141
The release shall be suitable for communication between breakers to enable zone
selective interlocking. This feature shall be provided for both short circuit and ground
fault protection zones to offer total discrimination between breakers. This feature
enables faster clearance of fault conditions; thereby reducing the thermal and dynamic
stresses produced during fault conditions and thus minimizes the damage to the
system. To implement ZSI manufacturer should supply all related equipment like
power supply, wiring etc.
g.
On-Line change of settings should be possible. It should be possible to carry out
testing of release without tripping the breaker.
The release shall meet the EMI / EMC requirements.
h.
Dearing factor- These shall not any derating up to 50 degree. Manufactures shall
provided the derating table/chart
i.
4P ACB shall have 100% Neutral as same of Phase conductor with protection setting
(setting of 50%,100% and Off)
j.
ACB release shall have 1st –ON/OFF setting to co-ordinate with HT breakers.
k.
ACB release shall have inbuilt “Auto protection” against excessive heating at terminals.
l.
Combined accuracy (Sensor + Release) ≤ 1.5% as per IEC 61557-
m.
The setting range of release shall be as follows as per SLD :
The release should provide local indication of actual %age loading of individual phase
at any instant. The release should be able to communicate on MODBUS RTU protocol
using inbuilt RS485 port and shall be integral part of supply with trip unit. Parameters
of the Protection Release should be changeable from Release as well as thru
communication network. Release thru dial type potentiometer and navigation keys &
should have graphical LCD for display of power parameters. The release should
provide comprehensive metering as per mentioned in SLD
(iv)
SAFETY FEATURES

The safety shutter shall prevent inadvertent contact with isolating contacts when
breaker is withdrawn from the Cradle.

It shall not be possible to interchange two circuit breakers of two different thermal
ratings. For Draw-out breakers, an arrangement shall be provided to prevent rating
mismatch between breaker and cradle.

There shall be provision of positive earth connection between fixed and moving
portion of the ACB either thru connector plug or sliding solid earth mechanism.
Earthing bolts shall be provided on the cradle or body of fixed ACB.

The incoming panel accommodating ACB shall be provided with indicating lamps
for ON-OFF positions, digital voltmeter and ammeter of size not less than 96 mm x
96 mm, selector switches, MCB for protection circuit and measuring instrument
circuits.

It shall be possible to bolt the draw out frame not only in connected position but
also in TEST and DISCONNECTED position to prevent dislocation due to vibration
and shocks.
142
(v)

Draw out breakers should not close unless in distinct Service/Test/Isolated
positions

The insulation material used shall conform to Glow wire test as per IEC60695.

The ACB shall provide in built electrical and mechanical anti-pumping.

All EDO ACB`s Shall have Ready to Close Contact to ensure that the ACB gets a
command only when it is ready to close for applications of Remote Control, AMF,
Synchronization and Auto Source Change Over Systems.
MOULDED CASE CIRCUIT BREAKER (MCCB)
The MCCB should be current limiting type with trip time of less than 10 msec under
short circuit conditions. The MCCB should be either 3 or 4 poles as specified in BOQ.
MCCB shall comply with the requirements of the relevant standards IEC 60947-2 and
should have test certificates for Breaking capacities (Ics=Icu=100%) from independent
test authorities CPRI / ERDA or any accredited international lab.
MCCB shall comprise of Quick Make -break switching mechanism, arc extinguishing
device and the tripping unit shall be contained in a compact, high strength, heat
resistant, flame retardant, insulating moulded case with high withstand capability
against thermal and mechanical stresses
The breaking capacity of MCCB shall be as specified in the schedule of quantities. The
rated service breaking capacity (Ics) should be equal to rated ultimate breaking
capacities (Icu). MCCBs for motor application should be selected in line with Type-2
Co-ordination as per IEC-60947-2, 1989/IS 13947-2. The breaker as supplied with
ROM should meet IP54 degree of protection.
MCCB shall be suitable for positive Isolation as per IEC 60947-2
MCCB shall comply with “Class-II front facia as per IEC 61140”
MCCB shall be provided with continuously ratio coils.
MCCB shall have cross bolted termination.
a)
Current Limiting & Coordination







b)
The MCCB shall employ maintenance free minimum let-through energies and capable of
achieving discrimination up to the full short circuit capacity of the downstream MCCB.
MCCBs with ratings up to 250 A shall be equipped with Thermal-magnetic (thermal for
overload and magnetic for short-circuit protection) trip units
Microprocessor MCCBs with ratings 250A and above shall be equipped with
microprocessor based trip units. (both variable setting)
Microprocessor and thermal-magnetic trip units shall be adjustable and it shall be
possible to fit lead seals to prevent unauthorized access to the settings
Microprocessor trip units shall comply with appendix F of IEC 60947-2 standard
(measurement of rms current values, electromagnetic compatibility, etc.)
Protection settings shall apply to all poles of circuit breaker.
All Microprocessor components shall withstand temperatures up to 125 °C
Testing

Original test certificate of the MCCB as per IEC 60947-1 &2 or IS13947 shall be
furnished.

Pre-commissioning tests on the switch board panel incorporating the MCCB shall be
done as per standard specifications.
143
c)
Interlocking
Moulded, case circuit breakers shall be provided with the following interlocking devices for
interlocking the door of a switch board.
i)
Handle interlock to prevent unnecessary manipulations of the breaker.
ii)
Door interlock to prevent the door being opened when the breaker is in ON
iii)
Defeat-interlocking device to open the door even if the breaker is in ON position.



4
position.
The MCCB shall be current limiting type and comprise of quick make – Break
switching mechanism. MCCBs shall be capable of defined variable overload
adjustment. All MCCBs rated 250 Amps and above shall have adjustable over
load & short circuit pick-up both in Thermal magnetic and Microprocessor Trip
Units.
All MCCB with microprocessor based release unit, the protection shall be
adjustable Overload, Short circuit and earth fault protection with time delay.
The trip command shall override all other commands.
AMF LOGIC FOR TRANSFER OF POWER FROM NORMAL TO GENERATOR POWER
SUPPLY AND FROM GENERATOR SUPPLY TO NORMAL POWER AUTOMATICALLY
In the case of failure of normal power supply
a.
Generator to start after a prefixed time of three second on any of the following
conditions:
i.
ii.
iii.
Total absence of voltage.
Failure of one or two phases.
Under voltage below said volts.
b.
After a lapse of 10-12 seconds normal power supply breaker to open and Generator
supply breaker to close.
c.
All auxiliaries (Exhaust Fans etc.) to run automatically.
In the case of Resumption of Normal Power supply:
a.
Generator breaker to open and normal power supply breaker to close after three
minute on resumption of normal power on the following conditions.
i.
b.
All the three phases available at the normal supply breaker.
370-415 volts available at the normal supply breaker.
i
Generator to over run for the three minutes and stop automatically.
ii.
All auxiliaries to stop automatically.
iii.
Generator to be ready for the next operation automatically.
ANNUNCIATION
Annunciation with Hooter, Test, Accept and Reset P.B. and Annunciator.
144
16 Window Solid State Annunciator for each DG sets.
Channel No.
5
Inscription
01
Set fails to start (only alarm)
02
Over current (breaker trip)
03
Earth Fault (Breaker trip)
04
Excitation Failure (Engine should be stop with breaker trip)
05
Reverse Power (Breaker trip)
06
Emergency Shutdown (Breaker will trip with engine stop
command)
07
Over speed (Breaker will trip with engine stop command)
08
Low Lube Oil pressure (Breaker will trip with engine stop
command)
09
High Water Temperature (Breaker will trip with engine stop
command
10
Under Voltage (Breaker trip)
11.
Over Voltage (Breaker trip)
12
Bearing Temperature high (breaker will trip with engine stop
command)
13.
Under Frequency (Breaker trip)
14
Over Frequency (Breaker trip)
15.
Winding Temperature High Breaker with trip with engine stop
command)
16.
Low fuel oil level (only alarm at preset level.
GENERAL





Switchboards shall be suitable for operation at three phase 4 wire, 415 volt, 50 Hz, neutral
solidly grounded at transformer system with a short circuit level withstand as per schedule of
quantities and drawings.
Switchboards shall comply to Form 3B for compartmentalized boards and Form 1 for non
compartmentalized boards as per BS 5486 Part I – 1990 and IEC 439-1
The enclosures shall be designed to take care of normal stress as well as abnormal electromechanical stress due to short circuit conditions. All covers and doors provided shall offer
adequate safety to operating persons and provide ingress protection of IP 54 unless otherwise
stated. Ventilating openings and vent outlets, if provided, shall be arranged such that same
ingress protection of IP 54 is retained.
145
Suitable pressure relief devices shall be provided to minimize danger to operator during
internal fault conditions.





6
All accessible bares terminals shall be provided with integral shrouds and shall be finger touch
proof.
Bimetallic connectors shall be provided for termination of cable with aluminum conductors on
copper bus bars.
SWITCHBOARD CONFIGURATION



7
Entire switchgear used in switchboards shall be completely fuse free. No fuses shall be used
anywhere in the installation.
The Switchboard shall be configured with Air Circuit Breakers, MCCB's, and other equipment
as called for in the schedule of quantities.
The MCCB's shall be arranged in multi-tier formation whereas the Air Circuit Breakers shall be
arranged in Single or Double tier formation only to facilitate operation and maintenance.
The Switchboards shall be of adequate size with a provision of 25% spare space to
accommodate possible future additional switch gear.
EQUIPMENT SPECIFICATIONS
All equipment used to configure the Switchboard shall comply to the relevant Standards and
Codes of the Bureau of Indian Standards and to the detailed technical specifications as included in
this tender document.
8
CONSTRUCTIONAL FEATURES

The Switchboards shall be metal clad totally enclosed, floor mounted free standing type of
modular extensible design suitable for indoor mounting. The Switchboards shall be
designed for a temperature rise restricted to 40 Deg C above ambient of 45 Deg C

Switchboards shall be either compartmentalized or non compartmentalized as stipulated in
schedule of quantities.

Switchboards shall be made up of requisite vertical sections, which when coupled together,
shall for continuous dead front switchboards.

Switchboard shall be readily extensible on both sides by addition of vertical sections after
removal of the end covers.

The switchboards shall be designed for use in high ambient temperature and humid
tropical conditions as specified. Ease of inspections, cleaning and repairs while
maintaining continuity of operation shall be provided in the design.

Metal based neoprene gaskets between all adjacent units and beneath all covers shall be
provided to render the joints dust and vermin proof to provide a degree of protection of IP
54 as stipulated in schedule of quantities.

‘U’ Channels forming switchboard frames shall be fabricated from 2.5 mm thick electro
galvanized MS sheets. All joints shall be neatly formed and finished flush with adjacent
surfaces by grinding. No joints shall be located in corners. Bare edges shall be lipped.
Structural members and bracings where ever required shall be welded or bolted to the
frame. The frame shall be of modular design and extensible.
146
9

All doors and covers shall also be fully gasketed with metal based neoprene gaskets with
fasteners designed to ensure proper compression of the gaskets. The hinged door shall
open a maximum of 1500. All hinged doors shall have earth braid connected to the cubicle.
Good quality door handles fitted with toggles to operate rods to latch with suitable slots in
both top and bottom of switchboards shall be provided. Latching rods and associated
brackets shall be cadmium plated.

Each vertical section shall be provided with a rear side cable chamber housing the cable
end connections and power/control cable terminations. There should be generous
availability of space for ease of installation and maintenance with adequate safety for
working in one vertical section without coming into contract with any liver parts.

Switchboard panels and cubicles shall be fabricated with CRCA Sheet Steel of thickness
not less than 2.0 mm and shall be folded and braced as necessary to provide a rigid
support for all components. The doors and covers shall be fabricated from CRCA sheet
steel of thickness not less than 1.6 mm. Joints of any kind in sheet metal shall be seam
welded and all welding slag ground off and welding pits wiped smooth with plumber metal.

All panels and covers shall be properly fitted and square with the frame. The holes in the
panel shall be correctly positioned.

Fixing screws shall enter holes tapped into an adequate thickness of metal or provided
with hank nuts. Self-threading screws shall not be used in switchboards.

All electrical contacts between dissimilar metals (eg.. aluminum conductor of cables
connected to copper terminals of breakers etc..) shall be through bimetallic connection
SWITCHBOARD DIMENSIONAL LIMITATIONS

A base channel 75 mm x 5 mm thick shall be provided at the bottom.

A minimum of 200 mm blank space between the floor of switchboard and bottom most unit
shall be provided.
The overall height of the switchboard shall be limited to 2300 mm unless otherwise
stipulated.


10
The height of the operating handle, push buttons etc shall be restricted between 300 mm
and 2000 mm from finished floor level.
SWITCHBOARD COMPARTMENTALIZATION

For compartmentalized switchboards, separate totally enclosed compartments shall be
provided for horizontal bus bars, vertical bus bars, ACBs, MCCBs and cable alleys.

Earthed metal or insulated shutters shall be provided between draw out and fixed portion
of the switchgear such that no live parts are accessible with equipment drawn out. Degree
of protection within compartments shall be at least IP 4X.

Sheet steel hinged lockable doors for each separate compartment shall be provided and
duly interlocked with the breaker in "ON" and "OFF" position.

For all Circuit Breakers separate and adequate compartments shall be provided for
accommodating instruments, indicating lamps, control contactors and control MCB etc.
These shall be accessible for testing and maintenance without any danger of accidental
contact with live parts of the circuit breaker, bus bars and connections.
147
11

Each switchgear cubicles shall be fitted with label in front and back identifying the circuit,
switchgear type, rating and duty. All operating device shall be located in front of switchgear
only. Minimum height from floor level for any device mounted on panel cover shall be 250
mm.

A horizontal wire way with screwed cover shall be provided at the top to take
interconnecting control wiring between vertical sections.

Separate cable compartments running the height of the switchboard in the case of front
access boards shall be provided for incoming and outgoing cables.

Cable compartments shall be of adequate size for easy termination of all incoming and
outgoing cables entering from bottom or top.

Adequate and proper support shall be provided in cable compartments to support cables.
SWITCHBOARD BUS BARS

Bus bars shall be made of high conductivity, high strength aluminum alloy, complying with
requirements of grade E 91E of IS 5082 – 1981. Design of bus bar system shall comply to
IS 5578 and IS 11353. Bus bars shall be of rectangular cross sections suitable for full load
current for phase bus bars as also neutral bus bar . The maximum current density shall be
1 amp per Sq. mm. bus bar shall be suitable to withstand the stresses of fault level as
specified in schedule of quantities.

Bus bars shall be insulted with heat shrunk PVC sleeving of 1.1 kV grade and bus bar
joints provided with clip-on shrouds.


All bus bars shall be colour coded.

Auxiliary buses for control power supply, space heater power supply or any other specified
service shall be provided. these buses shall be insulated, adequately supported and sized
to suit specific requirement. The material for auxiliary supply bus will be electrolytic
copper.
Additional cross sectional area to be added to the bus bar to compensate for the holes.

12
The bus bars shall be extensible on either side of the switchboard.
The bus bars shall be supported on non-breakable, non-hygroscopic epoxy resin or glass
fiber reinforced polymer insulated supports able to withstand operating temperature of
110O C at regular intervals, to withstand the forces arising from a fault level of 31 MVA at
415 volts for 1 second or as stipulated in schedule of quantities.
SWITCHBOARD INTERCONNECTION

All connection and tap offs shall be through adequately sized connectors appropriate for
fault level at location. This shall include tap off to feeders and instrument/control
transformers. Alternatively current limiters of approved make and type shall be used.

For unit ratings up to 100 amps, PVC insulated copper conductor wires of adequate size to
carry full load current shall be used. The terminations of such interconnections shall be
crimped. Solid connections shall be used for all rating of 100 amps and above.

All connections, tappings, clamping, shall be made in an approved manner to ensure
minimum contact resistance. All connections shall be firmly bolted and clamp with .even
tension. Before assembly joint surfaces shall be filed or finished to remove burrs, dents
and oxides and silvered to maintain good continuity at all joints.
148
All screws, bolts, washers shall be cadmium plated. Approved spring washers shall be
used with cadmium plated high tensile steel bolts with BSF threads.

13
All connectivity and tap offs shall have bimetallic connectors as required, finger touch proof
terminals & integral switchgear shrouds.
DRAW OUT FEATURES
Air Circuit Breakers shall be provided in fully draw out cubicles, unless otherwise stated. These
cubicles shall be such that draw out is possible without disconnection of the wires and cables.
The power and control circuits shall have self aligning and self isolating contacts. The fixed and
moving contacts shall be easily accessible for operation and maintenance. Mechanical
interlocks shall be provided on the draw out cubicles to ensure safety and compliance to
relevant Standards. The MCCB's shall be provided in fixed type cubicles.
14
INSTRUMENT ACCOMMODATION

Instruments and indicating lamps shall not be mounted on the Circuit Breaker
Compartment door for which a separate and adequate compartment shall be provided and
the instrumentation shall be accessible for testing and maintenance without danger of
accidental contact with live parts of the Switchboard.

For MCCB's instruments and indicating lamps can be provided on the compartment doors.

The current transformers for metering and for protection shall be mounted on the solid
copper/aluminum bus bars with proper supports.
15
WIRING
16
All wiring for relays and meters shall be with PVC insulated copper conductor wires. The wiring
shall be coded and labelled with approved ferrules for identification. The minimum size of
copper conductor control wires shall be 2.5 sq. mm. Wiring shall be terminated with ferrules on
terminal block. CTs shall be provided with shorting facilities
CABLE TERMINATIONS
17

Knockout holes of appropriate size and number shall be provided in the Switchboard in
conformity with the location of incoming and outgoing conduits/cables.

The cable terminations of the Circuit Breakers shall be brought out to terminal cable
sockets suitably located in the cable chamber

The cable terminations for the MCCB's shall be brought out to the rear in the case of rear
access switchboards or in the cable compartment in the case of front access
Switchboards.

The Switchboards shall be complete with tinned brass cable sockets, tinned brass
compression glands, gland plates, supporting clamps and brackets etc for termination of
1100 volt grade aluminum conductor XLPE cables.

Removable gland plates shall be provided for power and control cables. The gland plates
shall be 3 mm thick and for single core cables shall be of non magnetic material.
SPACE HEATERS
Anti- condensation heaters shall be fitted in each cubicle together with an ON/OFF isolating
switch suitable for electrical operation at 230 volts A.C 50 Hz single phase of sufficient capacity
149
O
to raise the internal ambient temperature by 5 C. The electrical apparatus so protected shall
be designed so that the maximum permitted rise in temperature is not exceeded if the heaters
are energized while the switchboard is in operation. As a general rule, the heaters shall be
placed at the bottom of the cubicle.
18
VENTILATION FANS
The Switchboard shall be provided with panel mounting type ventilation fans in each panel with
switchgear rated for 2500 amp and above. The fan shall be interlocked with switchgear
operation. If the ventilation fans cannot be provided for maintaining the required degree of
ingress protection. The design of switch board cubical shall incorporate suitable measures
dissipation etc. in order to restrict temperature rise to within the required limit.
19
EARTHING
Continuous internal copper earth bus sized for prospective fault current to be provided with
arrangement for connecting to station earth at two points. Hinged doors / frames to be
connected to earth through adequately sized flexible braids.
20
SHEET STEEL TREATMENT AND PAINTING
Sheet steel used in the fabrication of switchboards shall undergo a rigorous cleaning and
surface treatment seven tank process comprising of alkaline degreasing, descaling in dilute
sulphuric acid and a recognized phosphating process after which a coat of primer paint
compactively with the final paint shall be applied over the treated surface. Final paint coat of
oven baked powder coating, of minimum 50 micron thickness, of sheet approved by
Architects/Owners shall then be provided.
21
NAME PLATES AND LABELS
Suitable engraved white on black name plates and identification labels of metal
for all Switchboards and Circuits shall be provided. These shall indicate the
feeder number and feeder designation.
22
LOCAL AUTHORITIES REQUIREMENT
All other requirements by the local Authority that are imposed in course of execution of the
work, particularly those listed below shall be provided.
23

Danger Signs

Rubber floor mat of 10 m thickness and 1 m width provided for t he full length of the
switchboard.

A dry chemical type fire extinguisher of 9 kg capacity with approved label

Framed single line diagram with minimum A1 size

First Aid Demonstration sign.
CPRI TESTING
Switchboard configurations offered shall be CPRI tested. Copies of the CPRI test certificates
shall be submitted with the tender.
150
24
TESTING AT WORKS
Copies of type test carried out at ACB/MCCB manufacturers works and routine tests carried
out at the switchboard fabricators shop shall be furnished along with the delivery of the
switchboards. Architects/Owners reserves the right to get the switchboard inspected by their
representative at fabricators works prior to dispatch to site to witness the routine tests
25
INSTALLATION
The foundations prepared as per the manufacturers drawings shall be leveled, checked for
accuracy and the Switchboard installed. All bus bar connections shall be checked with a feeler
gauge after installation. The cable end boxes shall be sealed to prevent entry of moisture. The
main earth bar shall be connected to the sub-station earths.
Antistatic rubber matting of approved make conforming to IS 5424 – 1983, of minimum 1000
mm width 10 mm thickness shall be provided in front of and along the full length of the
Switchboard. The rubber mat shall withstand 15 KV for 1 minute and leakage current shall not
exceed 160 mA/sq. meter.
After installation the Switchboard shall be tested as required prior to commissioning.
26
TESTING AT SITE
Pre-commissioning tests as required and as per manufacturers recommendations shall be
carried out on each switchboard at site before energizing the switchboards including but not
restricted to the following.

Physical checking of the switchboards including checking alignment of panels,
interconnection of Bus bars, tightness of bolts/connections and evidence of
damage/cracks in any components.

Physical checking and inspections of Inter panel wiring

Checking free movement of ACBs/MCCBs/SFUs

Checking of operation of breakers

Insulation tests of bus bar supports and control wiring etc. with 1.1 kV megger.

Primary & secondary injection tests of relays and CTs.

Checking of Interlocking function.
SECTION II - MEDIUM VOLTAGE 1.1 KV GRADE XLPE INSULATED PVC SHEATHED CABLES
1
SCOPE
The MV cables shall be supplied, inspected, laid, tested and commissioned in accordance with
drawings, Specifications, relevant Standard Specifications and cable manufacturer's
instruction.
2
STANDARDS AND CODES
Updated and current Indian Standard Specifications and Codes of Practice as stipulated below
shall apply to the equipment’s and the work covered in this section. In addition the relevant
clauses of the Indian Electricity Act 1910, Indian Electricity Rules 1956, National Building Code
151
2005, National Electric Code 2008, Code of Practice for Fire Safety of Building (general) :
General Principal and Fire Grading – IS 1641 as amended upto date shall also apply.
Wherever appropriate Indian Standards are not available, relevant British and/or IEC
Standards shall be applicable.
PVC insulated heavy duty cables
Cross link polyethylene insulated PVC (sheathed XLPE cables)
Code of practice for installation and maintenance of power cables
Conductors for insulated electrical cables
Drums for electrical cable
Methods of test for cables
Recommended current rating
Recommended short circuit rating of high voltage PVC cables
3
IS 1554 - 1988
IS 7098 - 1985
IS 1255 - 1983
IS 8130 - 1984
IS 10418 - 1982
IS 10810 - 1988
IS 3961 - 1987
IS 5891 - 1970
MATERIAL
The MV cables shall be cross linked polyethylene (XLPE) insulated PVC sheathed of 1100
volts grade as asked for in the schedule of quantities. Cables up to 4 sq.mm shall be with
copper conductor and 4 sq.mm and above shall be with aluminum conductor.
(i)
TECHNICAL REQUIREMENTS:
a) All XLPE Aluminum/Copper Power cables shall be 1100 Volts grade, multi
core constructed as per IS : 7098 Part-I of 1988 as follows :

Stranded Aluminum /Copper conductor in case of 10 sq.mm. and above and
solid conductor in case of 10 sq.mm. and below.

Cores laid up

The inner sheath should be bonded over with thermo-plastic material for
protection against mechanical and electrical damage.

Armoring should be provided over the inner sheath to guard against
mechanical damage. Armouring should be Galvanized steel wires or
galvanized steel strips. (In single core cables used in A.C. system
armouring should be non-magnetic hard aluminum Wires/Strips. Round
steel wires should be used where diameter over the inner sheath does not
exceed 13 mm; above 13 mm flat steel armour should be used. Round wire
of different sizes should be provided against specific request.)
The outer sheath should be specially formulated heat resistant black PVC
compound conforming to the requirement of type ST2 of IS : 5831-1984
extruded to form the outer sheath.

b) Conductor shall be of electrolytic Aluminum/Copper conforming to IS : 8130
and are compact circular or compact shaped.
c) Insulation shall be of XLPE type as per latest IS general purpose
insulation for maximum rated conductor temperature 70 degree centigrade.
d) In Inner sheath laid up cores shall be bonded over with thermoplastic material
for protection against mechanical and electrical damage.
e) Insulation, inner sheath and outer sheath shall be applied by extrusion and
lapping up process only.
f)
Armouring shall be of galvanized steel wire/flat.
152
g) Repaired cables shall not be used.
h) Current ratings of the cables shall be as per IS: 3961.
i)
The XLPE insulated cables shall conform to latest revision IS read along
with this specifications. The Conductor shall be stranded Aluminum/Copper
circular/ sector shaped and compacted. In multi core cables the core shall be
identified by red, yellow, blue and black coloring of insulation.
j)
The XLPE insulated 1100 Volts grade power cables shall conform to latest IS
and shall be suitable for a steady conductor temperature of 70 degree
centigrade. The conductor shall be stranded Aluminum/Copper as called for in
the Schedule of quantities. The outer sheath shall be as per the requirement of
type ST-2 of IS: 5831 of 1984.
k) The cables shall be suitable for laying in racks, ducts, trenches, conduits and
underground buried installation with uncontrolled back fill and chances of
flooding by water.
l)
Progressive automatic in line sequential marking of the length of cables in
meters at every one meter shall be provided on the outer sheath of all cables.
m) Cables shall be supplied in non-returnable wooden drums as per IS: 10418.
Both ends of the cables shall be properly sealed with PVC/Rubber caps so as to
eliminate ingress of water during transportation, storage and erection.
n) The product should be coded as per IS :- 7098 Part-I as follows :Aluminium Conductor
XLPE Insulation
Steel round wire armour
Steel strip armour
Steel Double round wire armour
Steel Double strip armour
Non-magnetic (Al.) round wire armour
Non-magnetic (Al.) strip armour
PVC outer sheath
4
A
2X
W
F
WW
FF
Wa
Fa
Y
INSPECTION
All cables shall be inspected by the contractor upon receipt at site and checked for any
damage during transit.
5
JOINTS IN CABLES
6
The Contractor shall take care to see that all the cables received at site are apportioned to
various locations in such a manner as to ensure maximum utilization and avoidance of cable
jointing. This apportioning shall be got approved by the Owner’s site representative before the
cables are cut to lengths. Where joints are unavoidable heat shrinkable type joints shall be
made. The location
of such joints shall be got approved
from
the Owner’s site
representative and shall be identified through a marker.
JOINTING BOXES FOR CABLES
Cable joint boxes shall be installed with heat shrinkable sleeve and of appropriate size,
suitable for XLPE armoured cables of particular voltage rating.
153
7
JOINTING OF CABLES
All cable joints shall be made in suitable, approved cable joint boxes and the filling in of
compound shall be done in accordance with manufactures' instructions and in an approved
manner. All straight joints shall be done in epoxy mould boxes with epoxy resin.
All cables shall be joined colour to colour and tested for continuity and insulation resistance
before jointing commence. The seals of cables must not be removed until preparations for
jointing are completed. Joints shall be finished on the same day as commenced and
sufficient protection from the weather shall be arranged. The conductors shall be efficiently
insulated with high voltage insulating tape and by using of spreaders of approved size and
pattern. The joints shall be completely topped up with epoxy compound so as to ensure that
the box is properly filled.
8
CABLE TERMINATIONS
Cable termination shall be done in cable terminal box using crimping sockets and proper
size of glands of double compression type with earthing facility.
9
BONDING OF CABLES
Where a cable enters any piece of apparatus, it shall be connected to the casing by means of
an approved type of armour clamp and gland. The clamps must grip the armouring firmly to
the gland or casing, so that no undue stress is passed on to the cable conductors.
10
LAYING OF CABLES ON CABLE TRAYS
Cables shall be laid by skilled and experienced workmen using adequate rollers to
minimize stretching of the cable. The cable drums shall be placed on jacks before unwinding
the cable.
Great care shall be exercised in laying cables to avoid forming kinks. The relative position of
the cables, laid on the cable tray shall be preserved and the cables shall not cross each other.
At all changes in direction in horizontal and vertical planes, the cable shall be bent smooth with
a radius as recommended by the manufacturer’s. All cables shall be laid with minimum one
diameter gap and shall be clamped at every metre to the cable tray and shall be tagged for
identification with aluminum tag and clamped properly. Tags shall be provided at both ends
and all changes in directions both sides of wall and floor crossings. All cable shall be identified
by embossing on the tag the size of the cable, place of origin and termination.
All cables passing through holes in floor or walls shall be sealed with fire retardant Sealant
and shall be painted with fire retardant paint upto one meter on all joints, terminations
and both sides of the wall crossings by “VIPER CABLE RETARD”.
(i)
LAYING OF CABLES IN GROUND
The minimum width of trench for laying single cable shall be minimum 350 mm.
Where more than one cable is to be laid in horizontal formation, the width of the trench
shall be workout by providing 200 mm gap between the cables, except where
otherwise specified. There shall be clearance of 150 mm between the end cable and
the side wall of the trench. The minimum dept of the cable trench shall not be less
than 750 mm for single layer of cables. When the cables are laid in more than one tier
the depth of the trench shall be increased by 300 mm for each additional tier.
Excavation of trenches : The trenches shall be excavated in reasonably straight
lines. Wherever there is a change in direction, suitable curvature shall be provided.
154
Where gradients and changes in depth are unavoidable, these shall be gradual.
The excavated soil shall be stacked firmly by the side of the trench such that it may
not fall back into the trench.
The bottom of the trench shall be level and free from stone, brick bats etc. The
trench shall then be provided with a layer of clean, dry sand cushion of not less than
100 mm in depth. Prior to laying of cables, the cores shall be tested for continuity
and insulation resistance. The cable drum shall be properly mounted on jacks, at a
suitable location, making sure that the spindle, jack etc. are strong enough to carry the
weight of the drum and the spindle is horizontal. Cable shall be pulled over rollers
in the trench steadily and uniformly without jerks and strains. The entire drum
length shall be laid in one stretch.
However, where this is not possible the
remainder of the cable shall be removed by `Flaking’ i.e. by making one long loop
in the reverse direction. After the cable has been uncoiled and laid into the trench
over the rollers, the cable shall be lifted off the rollers beginning from one end by
helpers standing about 10 meters apart and laid in a reasonably straight line. Cable
laid in trenches in a single tier formation shall have a cover of clean, dry sand of not
less than 150 mm. above the base cushion of sand before the protective cover is
laid.
In the case of vertical multi-tier formation after the first cable has been laid, a
sand cushion of 300 mm shall be provided over the initial bed before the second tier
is laid. Finally the cables shall be protected by second class bricks before back filling
the trench.
Back Filling : The trenches shall be back filled with excavated earth free from stones
or other sharp edged debris and shall be rammed and watered, if necessary, in
successive layers not exceeding 300 mm. Unless otherwise specified, a crown of
earth not less than 50 mm in the centre and tapering towards the sides of the trench
shall be left to allow for subsidence.
11
CABLES INSIDE BUILDING
Cables inside buildings shall be laid on the cable trays. All cables passing through walls
shall run through GI Pipes of adequate diameter 50 mm apart maintaining the relative position
over the entire length.
12
ROUTE MARKER
Route marker shall be provided along straight runs of the cables not exceeding 100 meters
also for change in the direction of the cable route and underground joints.
Route marker shall be of cast iron painted with aluminum paint. The size of marker shall be
100 mm dia with “Cable” and voltage grade inscribed on it.
13
CABLE TRAYS & RACEWAY
(a) Ladder type Cable tray – for Power Cables only
Cable trays shall be ladder type fabricated out of mild steel/slotted angles and flats of required
width as per design. Bends shall be prefabricated. The cable tray shall be hot dip galvanized or
primed and painted with powder coating as asked for in BoQ or as approved by
Owner/Consultant. The minimum weight of the zinc coating shall be 460 gm/sq.m and
minimum thickness of coating shall not be less than 75 microns.
(b) Perforated Cable tray – for Cables for Low current service only
155
The perforated cable trays are fabricated out of 2.0 mm thick CRCA sheet steel having
minimum 50mm depth or as called for in BOQ, hot dip galvanized or epoxy coated of approved
shade. Perforations are maximum 10mm spaced at maximum 20mm distance. The cables
shall be tied with the cable tray with nylon strip/aluminium clamps/M.S. clamps as per
requirements.
Suitable provision shall be made where a tray crosses expansion joints. The width of the tray
shall allow for a suitable separation between cables the design shall allow for adequate
bending radius for the sizes of cables. No sharp bend to be allowed in cable tray. Joints
between sections shall be bolted.
The tray shall be suspended from the surface of the concrete slab by means of approved steel
hangers spaced at a distance of not more than 125cms. Suitable bushes shall be provided
where cables pass through apertures in the tray. Cables must be securely fixed to the tray with
clamps or cable ties. In routing necessary barrier and spacing shall be maintained for cables of
different voltages in case they lie side by side. Telephone cables shall cross the power cables
only at about right angle and these two shall not run in close proximity. Full details of the tray
shall be approved by the Consultant/Site Engineer before fabrication. Earth continuity shall be
maintained between each section of cable tray and each total run of tray shall be effectively
bonded to the nearest earth continuity 0conductor. All nuts and bolts used shall be of
galvanised steel.
Depending on the size of cable trays space of 20-33% has to be maintained for future
expansion.
Cable tray is manufactured to comply with the specifications of National Electrical Code (NEC)
and National Electrical Manufacturer’s Association (NEMA).
RACEWAY
All raceway shall be of 1.6mm/2.0mm thick G.P. sheet as specified in BOQ. The
raceway shall have Z- section, hole with thread for cover screw, coupler plate,
cover, junction box, fly cover etc as required. The screw for cover fixing shall be
counter sunk type. The size of raceway shall be as follow.
14
WIDTH
(mm)
50
HEIGHT/THICKNESS
(mm)
40
COVER THICKNESS
(mm)
1.6
75
40
1.6
100
40
1.6
150
40
2.0
200
40
2.0
300
40
2.0
SPECIFICATION FOR HOT DIP GALVANIZING PROCESS FOR MILD STEEL USED FOR
EARTHING, CABLE TRAYS OR JUNCTION BOXES FOR ELECTRICAL INSTALLATION.
GENERAL REQUIREMENTS
156
I.
Quality of Zinc Zinc to be used shall conform to minimum Zn 98 grade as per
requirement of IS:209-1992.
II.
Coating Requirement
Minimum weight of zinc coating for mild steel flats with thickness upto 6 mm in
accordance with IS:6745-1972 shall be 400 g/sqm.
The weight of coating expressed in grams per square metre shall be calculated by
dividing the total weight of Zinc by total area (both sides) of the coated surface.
The Zinc coating shall be uniform, smooth and free from imperfections as flux, ash and
dross inclusions, bare patches black spots, pimples, lumpiness, runs, rust stains bulky
white deposits, blisters.
Mild steel flats / wires shall undergo a process of degreasing pickling in acid, cold
rinsing and then galvanizing.
15
FIRE RETARDANT CABLE PAINT & FIRE BARRIER
The fire retardant paint / barrier shall be listed by independent test agencies such as UL, FM or
OPL and be tested to, and pass the criteria of ASTM E 814 ( UL1479) standard test method for
fire test through- penetration fire stops and ASTM E 1996 ( UL 2079) standard test method for
fire resistive joint system/
(i)
Fire retardant cable Paint
The Fire resistant cable coating / painting shall be intumescent / ablative, water based
compound, The coating shall expand up to 10 times, supplied in a manufacturer seal container
indicating manufacturing and expiry dates. The coating material shall be non-toxic, asbestos
free, & halogen free and shall have good mechanical strength. The colour of paint shall be
white and density of coating shall be 1.3kg/ltr , coating shall have a snap time of 30 minutes,
the expansion shall begin at 230 deg.C and it shall have a oxygen index of 41%.
Coating shall be applied by ordinary paint brush after cleaning the cables of dust and oil
deposition. A minimum textured finish of 3 mm wet film thickness shall be achieved by applying
the material in 2-3 layers leaving intervals of 2 to 8 hours depending upon the moisture and
thickness, moisture and temperature hours between each coat.
(ii)
Fire Barrier sheet for floor and wall sealing
The framing & fixing part of fire barrier sheet shall be very simple & directly fixed around walls
& floors by help of anchored bolts & washer. For 2 hour fire rating the fire barrier sheet shall be
minimum 7.62 mm thick and shall be cut as per the profile of penetration and opening. The
small gap left around the penetration shall be closed with fire rated soft & mouldable putty. Fire
barrier must be design on the intumescent technology to seal larger penetration through the
fire rated walls & floors. Fire barrier must be a composite construction with the quality
incorporated with organic/ inorganic fire resistive elastomeric sheet with specific gravity of 1.6
gm/ cubic centimeter.
16
TESTING OF CABLES
Cables shall be tested at works for the following tests before being dispatched to site by the
project team.
a) Insulation Resistance Test.
157
b)
c)
d)
e)
Continuity resistance test.
Sheathing continuity test.
Earth test.(in armoured cables)
Hi Pot Test.
Test shall also be conducted at site for insulation between phases and between phase and
earth for each length of cable, before and after jointing. On completion of cable laying work,
the following tests shall be conducted in the presence of the Owner’s site representative.
a)
b)
c)
d)
Insulation Resistance Test( Sectional and overall)
Continuity resistance test.
Sheathing continuity test.
Earth test.
All tests shall be carried out in accordance with relevant Standard Code of Practice and
Electricity Rules. The Contractor shall provide necessary instruments, equipment and
labour for conducting the above tests and shall bear all expenses in connection with such
tests. All tests shall be carried out in the presence of the RITES’s representative.
SECTION III - LIGHT FIXTURES
1
SCOPE
Scope of work under this section shall include inspection at suppliers/manufacturer’s premises
at site, receiving at site, safe storage, transportation from point of storage to point of erection,
erection and commissioning of light fittings, fixtures and accessories including all necessary
supports, brackets, down rods and painting etc as required.
2
LIGHTING FIXTURES & ACCESSORIES
The light fixtures and fittings shall be assembled and installed in position complete and ready
for service, in accordance with details, drawings, manufacturer's instructions and to the
satisfaction of the Project Manager.
3
STANDARDS
The lighting and their associated accessories such as lamps, reflectors, housings, ballasts etc.,
shall comply with the latest applicable standards, more specifically the following:
General and safety requirements for Luminaries:
Part-1 Tubular fluorescent lamps
- IS – 1913 (Part-1)
Industrial lighting fittings with metal reflectors
- IS - 1777
Decorative lighting outfits
- IS - 5077
Bayonet lamp holders
- IS - 1258
Bi-pin lamp holders for tubular fluorescent lamps
- IS - 3323
Electronic Ballasts for fluorescent lamps –
General & Safety requirement
- IS–13021 (Part-1)
Electronic Ballasts for fluorescent lamps –
Performance requirement
- IS–13021 (Part-2)
158
4
Ballast for HP MV lamps
- IS - 6616
Tubular Fluorescent lamps
- IS-2418 (Part-1 to 4)
Luminaries – General requirement
- IS – 10322 (Part-1)
Luminaries – Constructional requirement
- IS – 10322 (Part-2)
Luminaries – Screw and Screw less termination
- IS – 10322 (Part-3)
Luminaries – Methods of Tests
- IS – 10322 (Part-4)
Particular requirement – General purpose Luminaries
- IS-10322 (Part-5/Sec-1)
Particular requirement – Recessed Luminaries
- IS-10322 (Part-5/Sec-2)
Particular requirement – Luminaries for Road and
Street lighting
- IS-10322 (Part-5/Sec-3)
Particular requirement – Portable General
purpose Luminaries
-IS-10322(Part-5/Sec-4)
Particular requirement – Flood Lighting
-IS-10322 (Part-5/Sec-5)
High pressure mercury vapour lamps
-IS-9900 (Part-1)
Tungsten filament general electric lamps
-IS- 418
LIGHT FITTINGS-GENERAL REQUIREMENTS
a).
Fittings shall be designed for continuous trouble free operation under atmospheric
conditions without reduction in lamp life or without deterioration of materials and
internal wiring. Degree of protection of enclosure shall be IP-65 for outdoor fittings
except bulkhead fitting. Bulkhead fitting shall be provided with IP-54 protection.
b)
Fittings shall be so designed as to facilitate easy maintenance including cleaning,
replacement of lamps/ ballasts.
c)
All fittings shall be supplied complete with lamps. All mercury vapour and sodium
vapour lamp fittings shall be complete with accessories like ballasts, power factor
improvement capacitors, starters, etc. Outdoor type fittings shall be provided with
weather proof junction boxes (IP-55) and IP-54 Control gear boxes.
d)
Each fitting shall have a terminal block suitable for loop-out connection by 1100 V PVC
insulated copper conductor wires upto 4 sq.mm. the internal wiring should be
completed by the manufacturer by means of standard copper wire and terminated on
the terminal block.
e)
All hardware used in the fitting shall be suitably plated or anodized and passivated.
f)
Earthing: Each lighting fitting shall be provided with an earthing terminal. All metal or
metal enclosed parts of the housing shall be bonded and connected to the earthing
terminal so as to ensure satisfactory earthing continuity throughout the fixture.
g)
Painting/Finish: All surfaces of the fittings shall be thoroughly cleaned and degreased
and the fittings shall be free from scale, rust, sharp-edges, and burns.
159
5
h)
The housing shall be powder coated/stove-enameled or anodized as required. The
surface shall be scratch resistant and shall show no sign of cracking or flaking when
bent through 90 deg. over 12 mm dia mandrel.
i)
Metal used in BODY of lighting fixtures shall be not less than 22 SWG or heavier if so
required to comply with specification of standards. Sheet steel reflectors shall have a
thickness of not less than 20 SWG. The metal parts of the fixtures shall be completely
free from burns and tool marks. Solder shall not be used as mechanical fastening
device on any part of the fixture.
LIGHT FITTINGS – SPECIAL REQUIREMENTS
Box Channel Type Industrial Fittings
Box type slim line channel must be in screw less construction manufactured from M.S. CRCA
sheet steel powder coated with MS CRCA cover, powder coated white. Light reflection surface
in Box/Channel type fittings shall be in a POLYESTER PRECOATED STEEL having a
reflection factor of not less than 80%. SCREWLESS DESIGN & CONSTRUCTION Light
fixtures shall be preferred due to their ease of maintenance, especially for box/channel for
box/channel type fixtures.
Moisture Proof Industrial Fittings
Surface mounted totally enclosed moisture proof fixtures must be in polycarbonate body and
diffuser with transparent prismatic interior and smooth exterior and frosted end. Fixture must
be completely sealed with polyerethane double gasket to achieve IP 65 protection. Fixture is
complete with CRCA steel white powder coated / enameled finish reflector.
18 W / 36 W Fluorescent and 36 W CFL Low Glare Light Fittings
Recessed mounted, modular fluorescent lighting fixture made of CRCA Sheet steel powder
coated (white) housing, electro chemically brightened and anodized reflector, three
dimensional cross louvers with concave contours, fresnel top at louver saddle to increase
2
efficiency. The luminance of <200 cd/M at 63 degree viewing angle in all directions so as to
confirm Cat-2 classification of CIBSELG3
Highbay Industrial Fittings
Industrial Highbay luminaries shall be provided with pressure die cast housing along with all
accessories, orthocyclically woundopien construction ballast, capacitor & semi parallel igniter
connected to terminal block and mounted on the gear plate. The gear shall have side entry for
ease in maintenance. The spun aluminium reflector is suitable for narrows well as wide beam
distribution. The luminaries will be suitable for metal halide lamp HPI BU + 250 W which has
25500 lumens and 2.5 min re-strike time (when operate with son gear).
6
ACCESSORIES FOR LIGHT FITTINGS REFLECTORS
The reflectors shall be made of CRCA sheet steel/aluminium /Silvered glass/Chromium plated
sheet copper as required. The thickness of reflectors shall be as per relevant standards.
Reflectors made of steel shall have stove enameled/ vitreous enameled/epoxy coating finish.
Aluminium used for reflectors shall be anodized/epoxy stove enameled /mirror polished. The
finish for the reflector shall be as specified. The reflectors shall be free from scratches /
blisters and shall have a smooth and glossy surface having optimum light reflecting coefficient.
Reflectors shall be readily removable from the housing for cleaning and maintenance without
use of tools.
160
7
LAMPS
TLD
Lamp shall be environment friendly low pressure mercury discharge lamp with mercury content
less than or equal to 5 mg. The lamp shall have minimum lumen maintenance of 85 and CRI
of 85. The lamp must comply to ROSH (Restriction of Hazardous substances) and covered by
WEEE. Lamp should be fully recyclable.
The lamp should be low on maintenance with life of 40 K hours in case of electromagnetic
ballast and 65 K hours in case of HF ballast upto 10% failure. The discharge glass shall be
lead free.
TLD Lamps shall be minimum tri-phosphor type and have bi-pin bases.
The fluorescent Tubes (TLD) should have cool daylight colour designation. But Architects
reserve the right to prescribe either Cool Daylight or Bright White or Incandescent Colour
Designations for TLD. NO extra payment will be made over the quoted rate of bidder for this.
The 36 W fluorescent tubes will have Nominal Luminous Flux of not less than 3350 lumens
whether so mentioned in the Schedule of Quantities or not.
T 5 – HIGH EFFICIENCY ECO-FRIENDLY LAMPS
T-5 lamp shall be environment friendly low pressure mercury discharge lamp with mercury
content less than or equal to 3 mg. lamp should have lowest CO2 emission compared to any
other comparable light source (40% less than a TL-D standard lamp, 26% less than TL-D / 80).
T-5 lamp shall be 100% lead free. T-5 lamp shall be designed for operation with electronic
o
gear and well suited for dimming. Maximum lumen output to be reached at approx 35 C in free
o
o
burning position. T-5 lamp can be ignited from -15 C to + 50 C. Lamp should be fully
recyclable and must comply to ROSH (Restriction of Hazardous substances) and shall be
covered by WEEE. T-5 shall have 16 mm in diameter service life of TL-5 lamp should be 10%
more than TL-D lamps. T-5 lamp shall have lumen efficacy of upto 104 Lumen/ W and shall
have excellent colour rendering to En 12464 (Ra 80 to 89).
COMPACT FLUOROSCENT LAMP
Compact fluorescent lamp shall have same luminous flux and power consumption as
fluorescent tubes but less than half the length and more compact than U-shaped and circulator
lamps. CFL shall be suitable for use with conventional control gear & standers and for HF
electronic control gear
8
HIGH FREQUENCY ELECTRONIC BALLAST
High frequency electronic ballast shall be used with fluorescent / Compact Fluorescent Lamps
wherever specified in the schedule of quantities. High frequency electronic ballast shall comply
to the following:










IEC 927, IEC 928 for ≤10% total harmonic distortion.
EMI / RFI – Confirming to FCC / VDE Class A/B.
Line Transient as per IEEE C62.41.
Ballast Crest Factor C1.7%.
No Stroboscopic Effect
Constant Wattage / Light output between 240 V ± 10%.
Circuit protection for surge current and inrush current.
Short circuits, open lamp protection
PF > 0.99 for fluorescent / T5 lamp and 0.95 for CFL.
Deactivated lamp protection
161







Suitable for use with single and twin lamps
RFI < 30 MHz
EN 55015
Total Harmonic Distortion (THD) ≤10%
Immunity to interference
EN 61547
Safety
EN 60928 / IS 13021 (Part I)
Performance
EN 60929 / IS 13021 (Part II)
Vibrations & Bump tests
IEC 68-2-6 FC
IEC 9001
Quality Standard
ISO 9001
Environmental Standard
ISO 14001
DC Operation
EN 60924
Emergency Lighting Operation VDE 0108




Total System consumption for the ballast shall not be more than 3% of the lamp wattage.
1 x 36 W
1 x 28 W
1 x 35 W
1 x 14 W
1 x 18 W
1 x 36 W
TLD, shall not exceed 40 W
T-5, shall not exceed 30 W
T-5, shall not exceed 38 W
T-5, shall not exceed 16 W
CFL, shall not exceed 20 W
CFL, shall not exceed 40 W
SECTION IV -- ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM
1.
GENERAL
This section of the specification includes the furnishing, installation, connection and testing of
the microprocessor controlled, analog addressable intelligent fire alarm equipment required to
form a complete, operative, coordinated system. It shall include, but not be limited to, alarm
initiating devices, alarm notification appliances, control panels, auxiliary control devices,
annunciators, power supplies and wiring as per drawings and as itemized in Bill of Quantities.
2.
STANDARDS
The equipment and system shall comply to the requirements of the following standards and
codes.

National Fire Protection Association (NFPA) - USA:- NFPA 72
No. 70 National Electric Code (NEC)
No. 72-1996 National Fire Alarm Code
No. 90A Air Conditioning Systems
No. 92A Smoke Control Systems
No. 92B Smoke Management Systems in Malls, Atria, Large Areas
No. 101 Life Safety Code

Underwriters Laboratories Inc. (UL) - USA: - UL 864
No. 50 Cabinets and Boxes
No. 268 Smoke Detectors for Fire Protective Signaling Systems
No. 864 Control Units for Fire Protective Signaling Systems
No. 268A Smoke Detectors for Duct Applications.
No. 521 Heat Detectors for Fire Protective
No. 228 Door Closers-Holders for Fire Protective Signaling Systems.
No. 464 Audible Signaling Appliances.
No. 38 Manually Actuated Signaling Boxes.
162
No. 346 Waterflow Indicators for Fire Protective Signaling Systems.
No. 1481 Power supplies for Fire Protective Signaling Systems.
No. 1076 Control Units for Burglar Alarm Proprietary Protective Signaling Systems.
No. 1971 Visual Notification Appliances.

3.
National and Local Codes of India as applicable.
SYSTEM
General

The fire alarm system shall comply with requirements of NFPA Standard No. 72 for
protected premises signaling systems except as modified and supplemented by this
specification. The system shall be supervised either electrically or by software-directed
polling of field devices.

The facility shall have an emergency voice alarm communication system. The digitized
recorded voice message shall notify occupants that a fire condition has been reported.
The message shall instruct the occupants with emergency instructions. Emergency
manual voice override shall be provided.

The fire alarm system shall be manufactured by an ISO 9001 certified company and meet
the requirements of IS 2189.

Each designated zone shall transmit separate and different alarm, supervisory and trouble
signals to the Fire Command Center (FCC) and designated personnel in other
buildings at the site via a multiplex communication network.

The system shall be an active/interrogative type system where each transponder and/or
addressable device is repetitively scanned, causing a signal to be transmitted to the
main fire alarm control panel (FACP) indicating that the device and its associated
circuit wiring is functional. Loss of this signal at the main FACP shall result in a trouble
indication as specified hereinafter for the particular input.
Description

The Fire Alarm Control Panel and all transponders shall meet the modular listing
requirements of Underwriters Laboratories, Inc. This includes all printed circuit board
assemblies, power supplies, and enclosure parts. Systems which do not include
modular labels may require return to the factory for system upgrades, and are not
acceptable

The system shall be designed such that each signaling line circuit (SLC) shall be
limited to only 70% of its total capacity is used during the initial installation.

The FACP and peripheral devices shall be manufactured 100% by a single
manufacturer (or division thereof).
Basic Performance:

Alarm and trouble signals from each transponder shall be digitally encoded by listed
electronic devices onto an NFPA Class A looped multiplex communication system.

Alarm, trouble and supervisory signals from all intelligent reporting devices shall be
encoded onto NFPA Class A Signaling Line Circuits.
163

Digitized electronic signals shall employ check digits or multiple polling.

Transponder devices are to consist of low current, solid-state integrated circuits, and
shall be powered from local a primary power and standby battery power source.

Power for initiating devices and notification appliances must be from the main fire
alarm control panel or the transponder to which they are connected.

A single ground or open on any system signaling line circuit, initiating device circuit, or
notification appliance circuit shall not cause system malfunction, loss of operating
power or the ability to report an alarm.

Alarm signals arriving at the main FACP shall not be lost following a power failure (or
outage) under any circumstances.

Hooter/strobe circuits shall be arranged such that there is a minimum of one
Hooter/strobe circuit per smoke zone.

Hooter circuits shall be electrically supervised for open and short circuit conditions. If a
short circuit exists on a hooter circuit, it shall not be possible to activate that circuit.

Audio amplifiers and tone generating equipment shall be electrically supervised for
abnormal conditions. Amplifiers shall be located in transponder cabinets to simplify
installation and to reduce power losses in wiring.

Hooter circuits shall be 25 VRMS. Hooter circuits shall have 30% spare capacity for
future expansion or increased power output requirements.

Hooter circuits and control equipment shall be arranged such that loss of any one (1)
speaker circuit will not cause the loss of any other speaker circuit in the system.

Means shall be provided to connect the telephone circuits to the P.A. System circuits
to allow voice communication over the PA System circuit from a telephone handset.

A prerecorded voice module shall be used to store tones and/or messages and
transmit them over P.A System circuits automatically upon alarm actuation. The voice
module shall be reliable, nonmoving parts.
Basic System Functional Operation
When a fire alarm condition is detected and reported by one of the system initiating devices or
appliances, the following functions shall immediately occur:
•
The System Alarm LED shall flash.
•
A local piezo-electric signal in the control panel shall sound.
•
Color touch LCD display shall indicate all information associated with the fire alarm
condition, including the type of alarm point and its location within the protected
premises.
•
History storage equipment shall log the information associated with the fire alarm
control panel condition, along with the time and date of occurrence.
•
All system output programs assigned via control-by-event/ logic equations to be
activated by the particular point in alarm shall be executed, and the associated system
outputs (alarm notification appliances and/or relays) shall be activated.
164
4.
a.
•
The audio portion of the system shall sound the proper signal (tone) to the appropriate
zones.
•
The system shall activate the digitized recorded voice message through the PA system
which shall notify occupants that a fire condition has occurred.
MAIN FIRE ALARM CONTROL PANEL AND FIRE COMMAND CENTER:

The main FACP Central Console shall contain a microprocessor based central
processing unit (CPU). The FACP shall communicate with and control the following
types of equipment used to make up the system:

Intelligent detectors, addressable modules, transponders, local and remote operator
terminals, printers, annunciators, emergency voice communication systems and other
system controlled devices. The main FACP and Central Console shall perform the
following functions:

Supervise and monitor all intelligent/addressable detectors and monitor modules
connected to the system for normal, trouble and alarm conditions.

Supervise all initiating signaling and notification circuits throughout the facility by way
of connection to transponders.

Detect the activation of any initiating device and the location of the alarm condition.
Operate all notification appliances and auxiliary devices as programmed.

Visually and audibly annunciate any trouble, supervisory or alarm, condition on
operator's terminal, panel display, and annunciators.
When a fire alarm condition is detected and reported by one of the system initiating devices or
appliances, the following functions shall immediately occur:
-
-
-
b.
The system alarm LED shall flash.
A local piezo-electric voice audible device in the control panel shall sound a distinctive
signal.
The color touch screen LCD display shall indicate all information associated with the
fire alarm condition, including the type of alarm point and its location within the
protected premises.
History storage equipment shall log the event information along with a time and date
stamp.
All system outputs assigned via preprogrammed equations for a particular point in
alarm shall be executed, and the associated system outputs (alarm notification
appliances and/or relays) shall be activated.
The system shall activate the digitized recorded voice message through the PA
System which shall notify occupants that a fire condition has occurred.
When a trouble condition is detected and reported by one of the system initiating devices or
appliances, the following functions shall immediately occur:
-
-
The system trouble LED shall flash
The color touch screen LCD display shall indicate all information associated with the
trouble condition, including the type of trouble point and its location within the protected
premises
A local piezo-electric voice audible device in the control panel shall sound a distinctive
signal
165
-
c.
When a supervisory condition is detected and reported by one of the system initiating devices
or appliances, the following functions shall immediately occur:
-
-
•
History storage equipment shall log the event information along with a time and date
stamp.
All system outputs assigned via preprogrammed equations for a particular point in
trouble shall be executed, and the associated system outputs (trouble notification
appliances and/or relays) shall be activated.
The system trouble LED shall flash
A local piezo-electric voice audible device in the control panel shall sound a distinctive
signal
The color touch screen LCD display shall indicate all information associated with the
supervisory condition, including the type of trouble point and its location within the
protected premises.
History storage equipment shall log the event information along with a time and date
stamp.
All system outputs assigned via preprogrammed equations for a particular point in
trouble shall be executed, and the associated system outputs (notification appliances
and/or relays) shall be activated.
System Capacity and General Operation

The fire alarm control panel shall include a full featured operator interface control and
annunciation panel which shall include a 10.4 inch color touch screen liquid crystal
display, individual, color coded system status LEDs, and function for field programming
and control of the fire alarm system.

All programming or editing of the existing program in the system shall be achieved
without special equipment and without interrupting the alarm monitoring functions of
the fire alarm control panel.

The system shall include emergency voice communications utilizing distributed
amplification and intelligence such that loss of operation by the main FACP will not
result in the loss of evacuation signal throughout the balance of the building.

The FACP shall provide the following features:
Automatic Day/Night Sensitivity Adjust (high/low)
Device Blink Control (turn of detector LED strobe)
Environmental Drift Compensation (selectable ON or OFF)
Smoke Detector Pre-alarm Indication at Control Panel
System Status Reports
Alarm Verification, by device, with tally
Non-Fire Alarm Module Reporting
Upload/Download System Database to PC Computer
One-Man Walk Test
Smoke Detector Maintenance Alert
Security Monitor Points
Alpha-numeric Pager Interface
On-line programming
Detector sensor level monitoring graph display on FACP

The Fire Alarm Control Panel shall be capable of supporting interactive Colour
Graphics Package with 19" XGA tough screen monitor and mouse. The unit shall
provide interactive control with history logging. Manual and over ride control of the
166
system shall be accomplished through on screen touch switches. All the zone shall be
displayed with colour coded graphics that indicate the status of each zone and its
location.

•
•
The Fire Control shall be capable of supporting integrated fire fighters telephone
system. The fire panel should have facility to transmit alarm, supervisory and trouble
signal to a Central Monitoring Station (CMS).
Central Processing Unit (CPU):

The Central Processing Unit shall communicate with, monitor, and control all other
modules within the control panel. Removal, disconnection or failure of any control
panel module shall be detected and reported to the system display by the central
processing unit.

The CPU shall contain and execute all control-by-event/ logic programs for specific
action to be taken if an alarm condition is detected by the system. Control-by-event
programs shall be held in non-volatile programmable memory, and shall not be lost
even if system primary and secondary power failure occurs.

The Central Processing Unit shall also provide a real-time clock for time annotation of
all system displays. The Time-Of-Day and date shall not be lost if system primary and
secondary power supplies fail.

The main FACP central console shall be designed so as to permit continued local
operation of remote transponders under both normal and abnormal communication
loop conditions. This shall be obtained by having transponders operate as local control
panels upon loss of network communication.

The FACP and CPU shall be modular in construction to allow ease of servicing. The
CPU and transponders shall be capable of being programmed on site without requiring
the use of any external programming equipment.

The CPU and associated equipment are to be protected so that they will not be
affected by voltage surges or line transients including RFI and EMI.

Each transponder and peripheral device connected to the CPU shall be continuously
scanned for proper operation. Data transmissions between the CPU, transponders,
and peripheral devices shall be reliable and error free. The transmission scheme used
should employ dual transmission or other equivalent error checking techniques. Failure
of any transponder or peripheral device to respond to an interrogation shall be
annunciated as a trouble condition.
Display:

The system display shall provide all the controls and indicators used by the system
operator and may also be used to program all system operational parameters.

The display assembly shall contain, and display as required, custom alphanumeric
labels for all intelligent detectors, addressable modules, and software zones.

The system display shall provide 10.4 inch color touch Liquid Crystal Display (LCD). It
shall also provide 14 light-emitting-diodes (LEDs), which primarily will indicate the
status of the following system parameters: POWER ON, STANDBY POWER,
SUPERVISORY, TROUBLE, VERIFY/CONFIRM, BATTERY TROUBLE, GROUND
FAULT, ALARM, SILENCE.
167
•
•
•

The system display shall provide control capability to command all system functions,
entry of numeric information, and field programming. Three different password levels
will be accessible through the display interface assembly to prevent unauthorized
system control or programming.

The system display shall include the following operator control switches:
ACKNOWLEDGE/TROUBLE SILENCE, SIGNAL SILENCE, FORE DRILL, SYSTEM
RESET.
Loop Interface (Signaling Line Circuit) Board:

The SLC board shall monitor and control a minimum of minimum 255 intelligent
addressable devices. There shall be no limitation for number of addressable detectors
or number of addressable modules.

The SLC interface board shall not require any jumper cuts to initialize operations.

The SLC interface board shall provide power and communicate with all intelligent
addressable detectors and modules on a single pair of wires.

The SLC interface board shall receive analog information from all intelligent detectors
and shall process this information to determine whether normal, alarm, or trouble
conditions exist for that particular device. The SLC interface board software shall
include software to automatically maintain the detector's desired sensitivity level by
adjusting for the effects of environmental factors, including the accumulation of dust in
each detector. The analog information may also be used for automatic detector testing
and the automatic determination of detector maintenance requirements.
Serial Interface Board (SIB):

The Serial Interface Board shall provide the EIA-232 interface between the fire alarm
control panel and Electronic Data Processing (EDP) peripherals.

The SIB shall allow the use of multiple printers, CRT monitors, and other peripherals
connected to the EIA-232 ports.

The Serial Interface Board shall provide one EIA-485 port for the serial connection of
the optional annunciator and control subsystem components.

The SIB shall include LEDs which indicate that it is in regular communication with the
annunciators and other EIA-485 connected peripheral devices.

All EIA-232 circuits shall be optically isolated and power limited.
Enclosures:

The control panels shall be housed in UL listed cabinets suitable for surface or semiflush mounting. Cabinets shall be corrosion protected, given a rust-resistant prime
coat, and manufacturer's standard finish.

The back box shall be constructed of 14 SWG CRCA sheets with provisions for
electrical conduit connections into the sides, top and bottom.

The door shall provide a key lock and include a transparent opening for viewing all
indicators. For convenience, the door shall have the ability to be hinged on either the
right or left-hand side.
168

•
System Circuit Supervision

The FACP shall supervise all circuits to intelligent devices, transponders, annunciators
and peripheral equipment and annunciate loss of communications with these devices.
The CPU shall continuously scan above devices for proper system operation and upon
loss of response from a device shall sound an audible trouble, indicate which device or
devices are not responding and print the information in the history buffer.

The FACP shall supervise all circuits to intelligent devices, transponders, annunciators
and peripheral equipment and annunciate loss of communications with these devices.
The CPU shall continuously scan above devices for proper system operation and upon
loss of response from a device shall sound an audible trouble, indicate which device or
devices are not responding and print the information in the history buffer.

Transponders that lose communication with the CPU shall sound an audible trouble
and light an LED indicating loss of communications.

Transponder Circuit Supervision: Transponders shall be designed such that they
continuously scan all of their initiating and notification circuits. With normal
communications between the FACP and the transponders, the transponders shall
transmit initiating and notification circuit trouble conditions to the FACP for audible
annunciation. With or without communication with the FACP, the transponders shall
supervise their circuits and annunciate any initiating circuit and notification circuit
failures on LEDs located on the transponder.

Sprinkler system valves, standpipe control valves, PIV, and main gate valves shall be
supervised for off-normal position.

All speaker and emergency phone circuits shall be supervised for opens and shorts.
Each transponder speaker and emergency phone circuit shall have an individual
ON/OFF indication (green LED).
•
Field Wiring Terminal Blocks

•
The control unit shall be modular in structure for ease of installation, maintenance, and
future expansion.
For ease of service, all wiring terminal blocks shall be the plug-in/removable type and
be capable of terminating up to 4 SQ. mm copper wire. Fixed terminal blocks are not
acceptable.
Field Programming

All field defined programs shall be stored in non-volatile memory.

Three levels of password protection shall be provided in addition to a key-lock cabinet.
Second level shall be used for status level changes such as point/zone disable or
manual on/off commands (Building Manager). Third level (higher-level) shall be used
for actual change of the life safety program (installer). These passwords shall be four
(4) digits at a minimum.

The system programming shall be "backed" up on a CD-ROM utilizing an
upload/download program. This system back-up disk shall be completed and given in
duplicate to the building owner and/or operator upon completion of the final inspection.
The program that performs this function shall be "non-proprietary", in that, it shall be
possible to forward it to the building owner/operator upon his or her request.
169

•
•
The installer's field programming and hardware shall be functionally tested on a
computer against known parameters/norms which are established by the FACP
manufacturer. A software program shall test Input-to-Output correlations, device Type
ID associations, point associations, time equations, etc. This test shall be performed
on an IBM-compatible PC with a verification software package. A report shall be
generated of the test results and two copies turned in to the engineer(s) on record.
Specific System Operations

Smoke Detector Sensitivity Adjust: Means shall be provided for adjusting the sensitivity
of any or all analog intelligent smoke detectors in the system from the system keypad
or from the keyboard of the video terminal. Sensitivity range shall be within the allowed
UL window.

Alarm Verification: Each of the intelligent addressable smoke detectors in the system
may be independently selected and enabled to be an alarm verified detector. The
FACP shall keep a count of the number of times each detector has entered the
verification cycle. These counters may be displayed and reset by the proper operator
commands.
System Point Operations

Any device in the system may be enabled or disabled through the system keypad or
video terminal.

Any system output point may be turned on, or off, from the system keypad or the video
terminal. Maximum 36 nos software switch shall be available on touch screen LCD of
FACP for output controls.

Point Read: The system shall be able to display the following point status diagnostic
functions without the need for peripheral equipment. Each point will be annunciated for
the parameters listed:
a.
b.
c.
d.
e.
f.
g.
Device Status.
Device Type.
Custom Device Label.
Software Zone Label.
Device Zone Assignements.
Detector Analog Value.
All Program Parameters.

System Status Reports: Upon command from a password-authorized operator of the
system, a status report will be generated listing all system statuses.

System History Recording and Reporting: The fire alarm control panel shall contain a
History Buffer that shall be capable of storing up to 2500 system events. Each of these
events will be stored and time and date stamped with the actual time of the activation,
until an operator requests that the contents be either displayed or printed. The
contents of the History Buffer may be manually reviewed, one event at a time, and the
actual number of activations may also be displayed and or printed.

The history buffer shall use non-volatile memory. Systems which use volatile memory
for history storage are not acceptable.

Automatic Detector Maintenance Alert: The fire alarm control panel shall automatically
interrogate each intelligent system detector and shall analyze the detector responses
over a period of time.
170

If any intelligent detector in the system responds with a reading that is below or above
normal limits, then the system will enter the Trouble Mode, and the particular Intelligent
Detector will be annunciated on the system display, and printed on the optional system
printer.
This feature shall in no way inhibit the receipt of alarm conditions in the system, nor
shall it require any special hardware, special tools or computer expertise to perform.

5.
The system shall include the ability (programmable) to indicate a "pre-alarm" condition.
This will be used to alert maintenance personel when a detector is at 50% of its alarm
threshold in a 60 second period.
SYSTEM COMPONENTS:
•
•
Programmable Electronic Sounders:

Electronic sounders shall operate on 24 VDC nominal.

Electronic sounders shall be field programmable without the use of special
tools, to provide slow whoop, continuous, or interrupted tones with an output
sound level of at least 90 dBA measured at 10 feet from the device.

Shall be flush or surface mounted as show on plans.
Strobe lights shall meet the requirements of the ADA, UL Standard and shall meet the
following criteria:

•
•
The maximum pulse duration shall be 2/10 of one second.
Addressable Dry Contact Monitor Module

Addressable monitor modules shall be provided to connect one supervised IDC
zone of conventional alarm initiating devices (any N.O. dry contact device) to
one of the fire alarm control panel SLCs.

The monitor module shall mount in a 4-inch square (101.6 mm square), 2-1/8
inch (54 mm) deep electrical box.

The IDC zone shall be suitable for Style D or Style B operation. An LED shall
be provided that shall flash under normal conditions, indicating that the monitor
module is operational and in regular communication with the control panel.

For difficult to reach areas, the monitor module shall be available in a miniature
package and shall be no larger than 2-3/4 inch (70 mm) x 1-1/4 inch (31.7 mm)
x 1/2 inch (12.7 mm). This version need not include Style D or an LED.
Addressable Control Module

Addressable control modules shall be provided to supervise and control the
operation of one conventional NACs of compatible, 24 VDC powered,
polarized audio/visual notification appliances. For fan shutdown and other
auxiliary control functions, the control module may be set to operate as a dry
contract relay.
171
•
6.

The control module shall mount in a standard 4-inch square (101.6 mm
square), 2-1/8 inch (54 mm) deep electrical box, or to a surface mounted
backbox.

The control module NAC may be wired for Style Z or Style Y (Class A/B) with
up to 1 amp of inductive A/V signal, or 2 amps of resistive A/V signal
operation, or as a dry contact (Form-C) relay. The relay coil shall be
magnetically latched to reduce wiring connection requirements, and to insure
that 100% of all auxiliary relay or NACs may be energized at the same time on
the same pair of wires.

Audio/visual power shall be provided by a separate supervised power circuit
from the main fire alarm control panel or from a supervised remote power
supply.

The control module shall be suitable for pilot duty applications and rated for a
minimum of 0.6 amps at 30 VDC.
Isolator Module

Isolator modules shall be provided to automatically isolate wire-to-wire short
circuits on an SLC Class A or Class B branch. The isolator module shall limit
the number of modules or detectors that may be rendered inoperative by a
short circuit fault on the SLC loop segment or branch. At least one isolator
module shall be provided for each floor or protected zone of the building.

If a wire-to-wire short occurs, the isolator module shall automatically opencircuit (disconnect) the SLC. When the short circuit condition is corrected, the
isolator module shall automatically reconnect the isolated section.

The isolator module shall not require any address-setting, and its operations
shall be totally automatic. It shall not be necessary to replace or reset an
isolator module after its normal operation.

The isolator module shall mount in a standard 4-inch (101.6 mm) deep
electrical box or in a surface mounted backbox. It shall provide a single LED
that shall flash to indicate that the isolator is operational and shall illuminate
steadily to indicate that a short circuit condition has been detected and
isolated.
ADDRESSABLE DEVICES - GENERAL
Detectors shall be Microprocessor based intelligent (analog) and addressable capable of
making alarm decisions based on fire parameters information stored in the detector head, and
shall connect with two wires to the fire alarm control panel signaling device circuits. Detectors
not capable of making independent alarm decision shall not be acceptable. Addressable
smoke and thermal detectors shall provide 360 degree view alarm and power/polling LEDs.
The LED shall flash under normal conditions, indicating that the detector is operational and in
regular communication with the control panel, and both LEDs shall be placed into steady
illumination by the control panel, indicating that an alarm condition has been detected. If
required, the LED flash shall have the ability to be removed from the system program. An
output connection shall also be provided in the base to connect an external remote alarm LED.
Smoke detector sensitivity shall be set in the fire alarm control panel and shall be adjustable in
the field through the field programming software of the system. Sensitivity may be
automatically adjusted by the panel on a time-of-day basis. Using software in the FACP,
detectors shall automatically compensate for dust accumulation and other slow environmental
changes that may affect their performance. The detectors shall be listed by UL. The detectors
172
shall provide a test means whereby they will simulate an alarm condition and report that
condition to the control panel. Such a test may be initiated at the detector itself (by activating a
magnetic switch) or initiated remotely on command from the control panel.
Detectors shall also store an internal identifying type code that the control panel shall use to
identify the type of device (PHOTO, THERMAL). Detectors shall operate in an analog fashion,
where the detector simply measures its designed environment variable and transmits an
analog value to the FACP based on real-time measured values. Detectors shall provide
address-setting means using decimal switches or a microprocessor and shall also store an
internal identifying code that the control panel shall use to identify the type of device. LEDs
shall be provided that shall flash under normal conditions, indicating that the device is
operational and is in regular communication with the control panel. A magnetic test switch shall
be provided to test each detector for 100% obscuration, reported to the FACP.
Addressable Multi-Criterion Detectors

The multisensor analog detector shall use a light scattering type photoelectric smoke
sensor, and an ambient temperature sensor to sense changes in air samples from its
surroundings. The detector shall be totally free of radioactive components.

The detector shall continually monitor any changes in sensitivity due to the
environmental affects of dirt, smoke, temperature, age and humidity.

Smoke density in the chamber shall be measured by a symmetrical optical system.

Smoke detectors element shall respond to invisible and visible smoke and combustible
gases and shall have an inherently stable sensor with built-in automatic compensation
for changes in ambient conditions.

The detector shall be suitable for direct insertion into air ducts up to 0.91 m high and
0.91m wide and air velocities up to 0-2.54 m/sec without requiring specific duct
detector housings or supply tubes. The percent smoke obscuration per foot alarm set
point shall be field selectable to any of five sensitivity settings ranging from 1.0% to
3.5%.

The detectors shall have no moving parts or components subject to wear and tear and
shall have serial no. and seal of the approving laboratory/body.

All electronic circuits must be solid state devices and virtually hermetically sealed to
prevent their operations from being impaired by dust, dirt or humidity.

All circuitry must be protected against usual electrical transient and electromagnetic
interference.

Reversed polarity or faulty zone wiring shall not damage the detector.

The response sensitivity of each smoke detector shall be field adjustable to a minimum
of two pre-determined (factory calibrated) levels. It shall be possible to test the
sensitivity of a detector in the field.

The response (activation) of a detector shall be clearly visible from the outside by a
flashing light of sufficient brightness.

A built-in (optional) integrated circuit shall allow the suppression of brief deceptive
phenomenon.

A built-in barrier shall prevent entry of insects into the sensor.
173

The information shall be stored in the integral processor and transferred to the analog
loop controller for retrieval using a laptop PC or Program/Service Tool.

The detector shall be designed for fast and simple laboratory cleaning.

The detector shall be inserted into or removed from the base by a simple push-twist
mechanism to facilitate exchange or cleaning and maintenance.

The detector shall be connected to the Fire Alarm Panel via fully supervised two-wire
circuits (Class "A" wiring).

Systems using central intelligence for alarm decisions shall not be acceptable.

The manufacturer shall produce and provide test equipment allowing to test and
exchange the detectors upto 7 mtr. apart at ceiling level.

During maintenance, interchanging of detectors a system failure should not occur on
removal of the detectors from bases.
Addressable Manual Pull Station
Addressable Manual Pull/ Break Glass Station shall, on command from the control panel, send
data to the panel representing the state of the manual switch and the addressable
communication module status. They shall use a key operated test-reset lock, and shall be
designed so that after actual emergency operation, they cannot be restored to normal use
except by the use of a key. Manual Pull/ Glass Break Stations shall be constructed of metal
with clearly visible operating instructions provided on the cover. The word FIRE shall appear on
the front of the stations in raised letters, 1.75 inches or larger. Stations shall be suitable for
surface mounting or recess mounting.
Addressable Photoelectric Smoke Detectors

The photoelectric smoke detector shall respond predominantly to light white smoke.

The photoelectric smoke detectors must exhibit uniform response behaviour in course
of item.

The light source intensity shall automatically adjust to compensate for possible effects
of dirt and dust accumulation in the sensor/lens.

Smoke density in the chamber shall be measured by a symmetrical optical system.

The detectors shall have no moving parts or components subject to wear and tear and
shall have serial no. and seal of the approving laboratory/body.

The detection principle shall employ a multiple light pulse coincidence circuit in order to
prevent the false alarms.

All electronic circuits must be solid state devices and virtually hermetically sealed to
prevent their operations from being impaired by dust, dirt or humidity.

All circuitry must be protected against usual electrical transient and electromagnetic
interference.
174

Reversed polarity or faulty zone wiring shall not damage the detector.

The response sensitivity of each smoke detector shall be field adjustable to a minimum
of two pre-determined (factory calibrated) levels. It shall be possible to test the
sensitivity of a detector in the field.

The response (activation) of a detector shall be clearly visible from the outside by a
flashing light of sufficient brightness.

A built-in (optional) integrated circuit shall allow the suppression of brief deceptive
phenomenon.

The smoke entry windows of the detector shall be field adjustable to match local air
current patterns.

A built-in barrier shall prevent entry of insects into the sensor.

The detector shall be designed for fast and simple laboratory cleaning.

The detector shall be inserted into or removed from the base by a simple push-twist
mechanism to facilitate exchange or cleaning and maintenance.

The detector shall be connected to the Fire Alarm Panel via fully supervised two-wire
circuits stub line (class "B" wiring) or a two wire circuit (Class "A" wiring).

The manufacturer shall produce and provide test equipment allowing to test and
exchange the detectors upto 7 mtr (23 ft.) above floor level.
Addressable Heat Detectors

Combined rate of rise/fixed temperature heat detectors shall consists of two
independent thermistors.

All electronic circuits must be solid state devices and virtually hermetically sealed to
prevent their operations from being impaired by dust, dirt or humidity.

All circuitry must be protected against usual electrical transients and electromagnetic
interference.

Reverse polarity or faulty zone wiring shall not damage the detectors.

The detector shall have no moving parts or components subject to wear and tear and
shall have serial no. and seal of approving laboratory/body .

It shall be possible to test the detector in the field.

The response (activation) of a detector shall be clearly visible from the outside by a
flashing light of sufficient brightness.

The detector shall be installed into the base by a simple push-twist mechanism to
facilitate exchange for cleaning and maintenance.

The detector shall connect to the Fire Alarm Panel via fully supervised two wire circuit
stub line (class "B" wiring) or a four wire circuit (Class "A" wiring).

It shall be possible to test the sensitivity of detector in the field.
175

The manufacturer shall produce and provide test equipment allowing to test and
exchange the detectors upto 7 Mtr (23 ft.) above floor level.
Plug-in Bases

The detectors of all types shall fit into a common type of standard base.

Once a base has been installed, it shall be possible to insert, remove and exchange
different types of detectors by a simple push twist movement.
The standard base shall be equipped with screwless wiring terminals capable of
securing wire sizes upto 2.5 sqmm and with built in strain limits to prevent permanent
terminals deformation and weakening of contact pressure.

7

The standard base shall be supplied with a sealing plate, preventing dirt, dust,
condensation or water from the conduit reaching the wire terminals or the detector
contact points.

All standard bases shall be supplied with a removable dust cover to protect the contact
area during installation and construction phase of the building. It must allow the
inspection and verification of the zone wiring before insertion of any detectors. This
dust cover shall be removable by a special tool up to 7m (23 ft.) above floor level.

The standard base shall feature a built-in mechanism, which allows mechanical locking
of any installed detector head, thus preventing unauthorised removal of tampering
while maintaining.

The detector contact points shall be designed to retain the detector safety and to
ensure uninterrupted contact also when exposed to continuous severe vibrations.

All electronic components of bases and modules must be solid state and virtually
hermetically sealed to prevent their operations from being impaired by dust, dirt or
humidity.

All circuitry must be protected against usual electrical transients and electromagnetic
interference.

The standard base shall allow Snap-On insertion of an (optional) electronic module to
drive remote visual alarm indicators.

Reversed polarity or faulty zone wiring shall not damage the detectors.

Bases shall be of the same make as that of the detector supplied.
REPEATER PANELS

Each remote panel in the installed system shall include remote control and display
annunciators. These annunciators shall have integral membrane style, tactile push
button control switches for the control of system function and LED’s with programmable
(software controlled) flash rates and slide in labels for annunciation of system events.

It shall provide the system with individual zone and device annunciation also with zone
or device disable.

It shall provide the system with individual alarm and trouble annunciation per
zone/device.
176
8

It should support a minimum of 4x40 characters on it's LCD screen indicating current
date and time, custom system title, alarm history of the system

There should be common control keys and visual indicators for; reset, alarm silence,
trouble silence, drill.
BATTERIES AND EXTERNAL CHARGER
•
•
9.
Battery:

Shall be 12 volt, Gell-Cell type.

Battery shall have sufficient capacity to power the fire alarm system for not less
than twenty-four hours plus 5 minutes of alarm upon a normal AC power
failure.

The batteries are to be completely maintenance free. No liquids are required.
Fluid level checks refilling, spills and leakage shall not be required.
External Battery Charger:

Shall be completely automatic, with constant potential charger maintaining the
battery fully charged under all service conditions. Charger shall operate from a
240-volt 50 hertz source.

Shall be rated for fully charging a completely discharged battery within 48
hours while simultaneously supplying any loads connected to the battery.

Shall have protection to prevent discharge through the charger.

Shall have protection for overloads and short circuits on both AC and DC
sides.
INSTALLATION

Installation shall be in accordance with the NEC, NFPA 72, EN 54 and Indian National /
local codes.

All equipment and components shall be installed in strict compliance with each
manufacturer's recommendations. Consult the manufacturer's installation
manuals for all wiring diagrams, schematics, physical equipment sizes, etc.
before beginning system installation. Refer to the riser/connection diagram for
all specific system installation/termination/wiring data.

All Equipment shall be attached to walls and ceiling/floor assemblies and shall
be held firmly in place. (e.g., detectors shall not be supported solely by
suspended ceilings). Fasteners and supports shall be adequate to support the
required load.

Initiating circuits shall be arranged to serve like categories (manual, smoke,
waterflow). Mixed category circuitry shall not be permitted except on signaling
line circuits connected to intelligent reporting devices.

The main fire alarm control panel shall be connected to a separate dedicated
branch circuit, maximum 20 amperes. This circuit shall be labeled at the
mainpower distribution Panel as FIRE ALARM. Fire alarm control panel
177
primary power wiring shall be 4.0 SQ. mm FRLS PVC insulated copper wires.
The control panel cabinet shall be grounded securely to the system earthing.
10.

All conduit, junction boxes, conduit supports and hangers shall be concealed in
finished areas and may be exposed in unfinished areas. Smoke detectors shall
not be installed prior to the system programming and test period. If
construction is ongoing during this period, measures shall be taken to protect
smoke detectors from contamination and physical damage.

All fire detection and alarm system devices, control panels and remote
annunciators shall be flush mounted when located in finished areas and may
be surface mounted when located in unfinished areas.

Manual Pull Stations shall be suitable for surface mounting or semiflush
mounting as shown on the plans.
TYPICAL OPERATION

Actuation of any manual station, smoke detector, heat detector or water flow switch
shall cause the following operations to occur unless otherwise specified:

Activate all programmed sounder circuits.

Actuate strobe units until the panel is reset.

Light the associated indicators corresponding to active sounder circuits.

Release all magnetic door holders to doors to adjacent zones on the floor from which
the alarm was initiated.

Duct type smoke detectors shall, in addition to the above functions, shut down the
ventilation system or close associated control dampers as appropriate.

HVAC/Smoke Control System Operation:

On/Auto/Off switches and status indicators (LEDS) shall be provided for monitoring and
manual control of each fan, damper, HVAC control unit, stairwell pressurization fan,
and smoke exhaust fan. The control System shall be field programmable for either 90A
operation or 92A/B operation to allow for future use and system expansion.

The OFF LED shall be Yellow, the ON LED shall be green, the Trouble/Fault LED shall
be Amber/Orange for each switch. The Trouble/Fault indicator shall indicate a trouble
in the control and/or monitor points associated with that switch. In addition, each group
of eight switches shall have two LEDS and one momentary switch which allow the
following functions: An Amber LED to indicate an OFF-NORMAL switch position, in the
ON or OFF position; A Green LED to indicate ALL AUTO switch position; A Local
Acknowledge/Lamp Test momentary switch.

Each switch shall have the capability to monitor and control two addressable inputs
and two addressable outputs. In all modes, the ON and OFF indicators shall
continuously follow the device status not the switch position. Positive feedback shall be
employed to verify correct operation of the device being controlled. Systems that
indicate on/off/auto by physical switch position only are not acceptable.

All HVAC switches (i.e., limit switches, vane switches, etc.) shall be provided and
installed by the HVAC contractor.
178

11.
It shall be possible to meet the requirements mentioned above utilizing wall mounted
custom graphic annunciators if the project requires such.
TEST
Provide the service of a competent, factory-trained engineer or technician authorized by the
manufacturer of the fire alarm equipment to technically supervise and participate during all of
the adjustments and tests for the system.
12.

Before energizing the cables and wires, check for correct connections and test for short
circuits, ground faults, continuity, and insulation.

Close each sprinkler system flow valve and verify proper supervisory alarm at the
FACP.

Verify activation of all flow switches.

Open initiating device circuits and verify that the trouble signal actuates.

Open signalling line circuits and verify that the trouble signal actuates.

Open and short notification appliance circuits and verify that trouble signal actuates.

Ground initiating device circuits and verify response of trouble signals.

Ground signalling line circuits and verify response of trouble signals.

Ground notification appliance circuits and verify response of trouble signals.

Check alert tone and pre-recorded voice message to all alarm notification devices.

Check installation, supervision, and operation of all intelligent smoke detectors using
walk test.

Each of the alarm conditions that the system is required to detect should be introduced
on the system. Verify the proper receipt and the proper processing of the signal at the
FACP and the correct activation of the control points.

When the system is equipped with optional features, the manufacturer's manual should
be consulted to determine the proper testing procedures. This is intended to address
such items as verifying controls performed by individually addressed or grouped
devices, sensitivity monitoring, verification functionality and similar.
FINAL INSPECTION
At the final inspection a factory trained representative of the manufacturer of the major
equipment shall demonstrate that the systems function properly in every respect.
13.
INSTRUCTION

Provide instruction as required for operating the system. "Hands-on" demonstrations of
the operation of all system components and the entire system including program
changes and functions shall be provided.

The contractor and/or the systems manufacturer's representatives shall provide a
typewritten "Sequence of Operation."
179
HVAC – TECHNICAL SPECIFICATION
SECTION - 1
SYSTEM DESIGN DATA
1.
GENERAL
1.1
The system design, basis of design, estimated requirements and other relevant data are outlined in
this section. The detailed specifications and specific requirements are out lined in the subsequent
sections.
2.
LOCATION
2.1
The Proposed Central University of Bihar at Gaya, Bihar.
3.
SCOPE OF WORK
3.1
The work proposed under this tender includes providing and fixing Variable Refrigerant Volume
system, Refrigerant piping, drain piping, insulation, electrical wiring etc. for completion of the above
project.
4.
BASIS OF DESIGN
4.1
Outside Conditions
Summer
:
4.2
Inside Conditions
Summer:
24°C + 1.0°C DB RH not exceeding 60%
5.
SYSTEM DESIGN
5.1.
VRV System has been proposed for all buildings, which need to be air conditioned. It is a
system in which we can get flexibility to connect several number of indoors unit with a single
Outdoor unit.
5.1
Areas shall be provided with Ductable indoor units, Cassette & Hi wall type units.
5.3
The Outdoor units shall be placed on terrace level of the Building.
5.4
The Outdoor & Indoor units shall be interconnected with copper refrigerant piping duly Insulated.
6.
LOAD SUMMARY
6.1
ADMINISTRATION BLOCK (B-01)
Floor Area
(Sq.ft.)
43.33°C DB, 23.33°C WB, 18%RH
S. No.
Floor
Calculated Cooling
Load (TR)
1.
7255
54.5
2.
Upper
Ground
Floor
First Floor
6475
46
36+24
3.
Second Floor
6495
50
28+36
Total
20225
150.5
196
180
Selected
Outdoor
(HP)
36+36
6.2
SCHOOL OF SOCIAL SCIENCES & POLICY (B-02)
S. No.
6.3
Floor
Calculated
Cooling Load
(TR)
181.5
Selected Outdoor
(HP)
1.
Ground Floor
12830
2.
First Floor
12875
143.5
3.
Second Floor
13270
136
36+32+30+30+28+1
2
38+36+36+30+18
4.
Third Floor
11955
162
36+36+26+24+20
Total
50930
623
614
30+30+30+28+28
LECTURE COMPLEX (B-03)
S. No.
1.
6.4
Floor Area
(Sq.ft.)
Floor
Floor Area
(Sq.ft.)
Calculated Cooling
Load (TR)
Second Floor
6070
64
Selected
Outdoor
(HP)
20+20+38
Total
6070
64
76
SCHOOL OF PHYSICAL & CHEMICAL SCIECES (B-04)
S. No.
Floor
Floor Area
(Sq.ft.)
Calculated
Cooling Load
(TR)
191
Selected Outdoor (HP)
1.
Ground Floor
10170
2.
First Floor
11115
154
44+44+42+40+18
3.
Second Floor
9050
95
44+40+24
4.
Third Floor
10355
189
Total
40690
629
54+44+38+36+36+20+1
8
768
48+48+48+48+34
6.5
units.
Air shall be distributed through Indoor units i.e. Ductable type, Hi wall Type, Cassette type
6.6
Corded remote control shall be provided with each unit to control the system.
S.No
Design Parameters
References
1.
Outside Conditions
ISHRAE-2007
2.
Lighting Load
ECBC-2009
181
7.
3.
Roof Assembly U-factor
0.12 Btu/h Sqft
4.
Wall Assembly U-factor
0.36 Btu/h Sqft
5.
Glass U-factor
0.6 Btu/h Sqft
6.
SHGC
0.2
7.
Fresh Air
ASHRAE-62.1-2010
8.
Ventilation rate (ACPH)
NBC-2005
DRAWINGS
Tender drawings are diagrammatic only and indicate arrangement of system and the extent of work
covered in the contract. These drawings indicate point of supply and point of termination and suggest
the route to the followed. The architectural drawings and details shall be examined for exact location
of equipment, cutouts etc. Contractor shall follow the tender drawings in preparation of shop
drawings and for subsequent installation work and will coordinate with other services also.
8.
TEST DATA
The whole system shall be tested as per specifications given elsewhere and complete test data shall
be furnished on prescribed data sheet.
9.
COMPLETENESS OF ITEMS
The prices of each equipment shall include the cost of all accessories or miscellaneous items listed in
the respective section, except for the items where “Price Separately” is indicated. The item shall be
complete regardless of whether or not it is listed in the BOQ.
10.
PERFORMANCE GUARANTEE
10.1
The contractor shall guarantee that the air conditioning system shall maintain the design inside
o
temperature within ± 1 C tolerance and the relative humidity shall not exceed the specified limit.
10.2
The contractor shall guarantee that the capacity of various components as well as the whole system
shall not be less than specified.
10.3
The contractor shall ensure that the system shall be free of all objectionable vibrations and disturbing
sounds under all conditions of operation.
11.
FOREIGN EXCHANGE
The contractor shall make his own arrangements to procure the necessary, specified controls for
which no foreign exchange shall be made available.
12.
CODES & STANDARDS
The VRV/Split system shall conform to the latest edition of following standards:ASHRAE 15
Safety code for Mechanical refrigeration
ASHRAE 23
Methods of testing and rating positive displacement refrigerant
compressors and condensing units
182
ANSI B 31.5
Code for refrigeration piping
ARI 575
Standard for method of measuring machinery sound within an
equipment space
Mechanical vibration – Balance quality requirements of rigid
rotors
Mechanical vibration – Evaluation of machine vibration of
measurements on non-rotating parts. General guidelines
ISO 1940
ISO 10816-1
SECTION - 2
VRV SYSTEM
1.
GENERAL
1.1
Unit shall be air cooled, split type multi-system air conditioner with Variable Refrigerant Flow
technology consisting of one outdoor unit and multiple indoor units, each suitable to cool and
heat independently for the requirements of the rooms.
1.2
The refrigerant piping shall be extendable up to 200m with 50m level difference without any oil
traps.
2.
OUTDOOR UNIT
2.1
The outdoor unit shall be a factory assembled unit housed in a sturdy weather proof casing
constructed from rust-proofed mild steel panels coated with a baked enamel finish.
2.1.1
The outdoor unit shall have multiple scroll compressors and be able to operate even in case of
breakdown of one of compressors.
2.1.2
The connectable range of indoor units shall be from 0.65 HP to 10HP with all outdoor units.
2.1.3
The noise level shall not be more than 55 dB(A)at normal operation measured horizontally 1m
away
and 1.5m above ground.
2.1.4
The outdoor unit shall be modular in design and shall be allowed for side by side installation.
3.
COMPRESSOR
3.1
The compressor shall be of highly efficient hermetic scroll type and equipped with capacity
control technology capable of changing the speed in accordance to the cooling load
requirement.
4.
HEAT EXCHANGER
4.1
The heat exchanger shall be constructed with copper tubes mechanically bonded to aluminum
fins to form a cross fin coil. The aluminum fins shall be covered by anti-corrosion resin film.
183
5.
6.
REFRIGERANT CIRCUIT
5.1
The refrigerant circuit shall include an accumulator, liquid and gas shut off valves and
a solenoid valves.
5.2
All necessary safety devices shall be provided to ensure the safety operation of the
system.
EV KIT & AHU CONTROL (FOR DX TYPE SYSTEM)
The EV kit shall be used to combine refrigerant pipes coming from outdoor unit and then the
main header shall be connected to the refrigerant pipe of AHU. The functioning of system shall
be controlled by AHU control.
7.
SAFETY DEVICES
7.1
The following safety devices shall be part of the outdoor unit:
High Pressure Switch, Low Pressure Switch, Fan Motor Safety Thermostat, Inverter Overload
Protector, Over Current Relay, Fusible Plugs, Fuses.
8.
OIL RECOVERY SYSTEM
8.1
Each unit shall be equipped, with an oil recovery system to ensure stable operation with long
refrigerant piping.
9.
INDOOR UNIT
9.1
Each Indoor unit shall be ceiling mounted duct type/cassette type/Hi-Wall split type, as
specified in scope of work. It shall have electronic control valve to control refrigerant flow rate
in response to load variations of the room. The fan shall be of the dual suction multi blade type
and statically and dynamically balanced to ensure low noise and vibration free operation.
9.2
Outdoor Air Processing units shall be ceiling mounted duct type to achieve treated fresh air.
The unit shall be connected to same refrigerant pipes as other indoor units are connected.
9.3
The address of the indoor unit shall be set automatically in case of individual and group control.
In case of centralized control, it shall be set by liquid crystal remote controller.
10.
CONTROL UNIT
10.1
Computerized PID control shall be used to maintain room temperature.
10.2
Unit shall be equipped with a self-diagnosis for easy and quick maintenance and service.
10.3
The LCD (Liquid Crystal Display) remote controller shall memorize the latest malfunction code
for easy maintenance.
10.4
It shall be able to control up to 16 indoor units and change fan speed and angle of swing flap
individually in the group.
11.
CENTRALIZED INTELLIGENT TOUCH REMOTE CONTROLLER
11.1
A multifunctional compact centralized controller shall be provided with the system.
184
11.2
The Graphic Controller shall act as an advanced air conditioning management system to give
complete
control of VRV air conditioning equipment. It shall have ease of use for the
user through its touch screen, icon display and colour LCD display.
11.3
It shall be able to control up to 64 groups of indoor units with the following functions:
11.4
Starting/stopping of Air conditioners as a zone or group or individual unit.
11.5
Temperature setting for each indoor unit or zone.
11.6
Switching between temperature controls modes, switching of fan speed and direction of airflow,
enabling/disabling of individual remote controller operation.
11.7
Monitoring of operation status such as operation mode & temperature setting of individual
indoor units, maintenance information, and troubleshooting information.
11.7.1 Display of air conditioner operation history.
11.7.2 Daily management automation through yearly schedule function with possibility of various
schedules.
11.8
The controller shall have wide screen user friendly colour LCD display and can be wired by a
non polar
2 wire transmission cable to a distance of 1 km. away from indoor unit.
12.
REFRIGERANT PIPING
12.1
All refrigerant piping for the air conditioning system shall be constructed from hard drawn
seamless
copper refrigerant pipes with copper fittings Y- joints, headers etc. and silversoldered joints. The
refrigerant piping arrangements shall be in accordance with good
practice within the air conditioning industry, and are to include expansion valves, charging
connections, suction line insulation and all other items normally forming part of proper
refrigerant circuits.
12.2
The suction line pipe size and the liquid line pipe size shall be selected according to the
manufacturer’s specified outside diameter. All refrigerant pipes shall be properly supported
and
anchored to the
building structure using steel hangers, slotted angle tray,
anchors, brackets and supports which shall be fixed to the building structure by means of
inserts or expansion shields of adequate size and number to support the load
imposed thereon.
The OD wall thickness & wall thickness size of copper refrigerant piping shall be as follows:
Outside Dia (mm)
Wall Thickness (mm)
41.3, 38.1, 34.9
1.3
31.8, 28.6, 25.4, 22.2
1.2
19.1, 15.9
1.0
12.7, 9.5, 6.4
0.8
13.
DRAIN PIPING
13.1
The indoor units shall be connected to drain pipe made of High density PVC pipe of 40 mm, 32
mm, 25 mm dia.
185
13.1.1 The pipes shall be laid in proper slope for efficient drainage of condensate water.
13.2
Drain Pipe Insulation
13.3
Drain pipes carrying condensate water shall be insulated with 6 mm Nitrile rubber having
3
o
density 55 Kg/m and K factor 0.37 w/mk at a mean temp. of 20 C.
13.4
The joints shall be properly sealed with s ynthetic glue to ensure proper bonding
of the ends.
14.
PIPE INSULATION
14.1
Refrigerant Pipe Insulation
14.1.1 The whole of the liquid and suction refrigerant lines including all fittings, valves and strainer
bodies, etc. shall be insulated with 19mm /13 mm thick Nitrile close cell rubber having
3
o
density 55 Kg/m and K factor 0.37 w/mk at a mean temp. of 20 C.
14.1.2 The joints shall be properly sealed with synthetic glue to ensure proper bonding of the ends.
SECTION - 3
HORIZONTAL FLOOR MOUNTED AIR HANDLING UNITS
1.
SCOPE
This section of the specification covers the supply, installation, testing and commissioning of
double skin construction air handling units along with its accessories, conforming to these
specifications and in accordance with requirement of the ‘Schedule of Quantities’, Drawings
and ‘Technical Schedule of Equipment’.
2.
TYPE
The air handling units shall be double skin modular, draw through type comprising of various
sections such as mixing chamber (wherever R .AIR and F.AIR are ducted.), pre filter section,
chilled water coil section, fan section supply air plenum as per details given in Drawings and
Schedule of Equipment.
3.
CAPACITY
The air handling capacities, maximum motor HP, static pressure shall be as shown on
Drawings and as indicated in ‘Schedule of Quantities’.
4.
CONSTRUCTION
4.1
AHU HOUSING / CASING:
4.1.1
The AHU housing shall be of double skin construction with main structure made of extruded
aluminum hollow sections. The panels shall be double skin sandwich type with 0.8mm pre
painted GSS/ pre-plasticized on the outside and 0.6 mm galvanized sheet inside with 25 mm
thick PUF insulation material injected in between. These panels shall be screwed with soft
rubber gasket fixed in built in groove of aluminum frame in between to make the joints airtight.
4.1.2
Framework for each section shall be joined together with soft Neoprene rubber gasket in
between to make the joints airtight. Suitable airtight access doors /panels with nylon hinges
and locks shall be provided for access to various sections for maintenance. The entire housing
186
shall be mounted on roller-formed GSS channel framework having pressure die cast aluminum
jointers.
4.2
DRAIN PAN
The drain pan shall be of 18 G aluminum/stainless steel with necessary slope to facilitate fast
removal of condensate. It shall be provided with drain connection of suitable size complete with
25 mm rigid insulation. Necessary arrangement will be provided to slide the coil in the drain
pan. The drain pan shall be insulated with 12 mm thick close cell Nitrile insulation (self
adhesive) or equivalent.
4.3
DX TYPE COOLING COIL
The refrigerant coil shall be of seamless copper tubes not less than 0.4 mm thick and 12mm
OD. Coil face areas shall be such as to ensure rated capacity from each unit and such that air
velocity across each coil shall not exceed 150 meters per minute. The coil shall be pitched in
the unit casing for proper drainage. The fins shall be spaced by collars forming integral part of
the fins. The tubes shall be staggered in the direction of airflow.
The fins shall be uniformly bonded to the tubes by mechanical expansion of the tube for
minimum thermal contact resistance with fins. Fin spacing shall be 10to 13 FPI. The coils shall
be tested against leaks at a hydraulic pressure of 38-kg/sq. cm. This pressure shall be
maintained for a period of at least 2 hours. No drop should be observed indicating any leaks.
The water headers shall be complete with water in /out connections, vent plug on top and drain
at bottom and designed to provide water velocity between 2 to 6 FPS.
4.4
FAN SECTION WITH FAN
The fan shall be backward curved, double inlet double width type. The wheel & housing shall
be fabricated from heavy gauge galvanized steel. The fan impeller shall be mounted on a solid
shaft supported to housing with angle iron frame & pillow block heavy-duty ball bearings. The
fan shall be selected for a speed not exceeding 1000 RPM. The impeller & fan shaft shall be
statically and dynamically balanced. The fan outlet velocity shall not be more than 550 MPM.
Fan housing with motor shall be mounted on a common extruded aluminum base mounted
inside the air handling housing on anti vibration spring mounts or cushy foot mounts of at least
90% vibration isolation efficiency. The fan outlet shall be connected to casing with the help of
fire retardant double canvas or Neoprene rubber of imported Origin. The fan shall be selected
for a noise level of less than 70 DB (A) at one meter distance.
4.5
FILTER SECTION
Each unit shall be provided with a factory assembled filter section containing synthetic media
washable air filters with efficiency of 90% down to 10-micron particle size. Filters shall have
aluminum frame. Filter face velocity shall not exceed 150 meters per minute. Filter shall fit so
as to prevent by pass. Holding frames shall be provided for installing number of filter cells in
banks. These cells shall be held within the frames by sliding the cells between guiding
channels.
5.
FRESH AIR INTAKES
Extruded aluminum construction duly anodized fresh air louvers with bird screen and extruded
construction dampers shall be provided in the clear opening in masonry walls of the air
handling unit room having at least one external wall. Fresh air louver, damper, pre filters, ducts
and fresh air fan with speed regulator (wherever specified in ‘Schedule of Quantities’) shall be
provided. Fresh air dampers shall be of the interlocking, opposed blade louver type. Blades
shall be rattle free. Damper shall be similar to those specified in ‘air distribution’. Fresh air fans
and fresh air intakes shall be as per the requirements of ‘Schedule of Quantities’.
187
6.
ACCESSORIES
Each air handling unit shall be provided with manual air vent at highest point in the cooling
/heating coil. In addition, the following accessories may be required at air handling units. Their
detailed specifications are indicated in individual sections and quantities separately identified in
‘Schedule of Quantities’.
(a)
Stem type thermometer at each AHU coil inlet and outlet with tubing and gauge cocks and
specification as per the section, ‘Automatic Controls and Instruments’
(b)
Pressure gauge with globe valves at inlet and outlet of each AHU coil with tubing and
specifications as per the section, ‘Automatic Control and Instruments’.
(c)
Butterfly valves at inlet and outlet of the each coil.
(d)
Balancing valve at the outlet of each coil.
(e)
Y strainer at inlet of each coil.
(f)
Union and condensate drain piping from the unit up to the drain trap as described in section
piping.
(g)
Motorized three way mixing valves located in chilled /hot water lines connected to the coil. This
valve shall be operated by the cooling/heating thermostat and shall control the flow of
chilled/hot water as per section ‘automatic controls and instruments’.
(h)
Cooling /heating thermostat as per section
‘Automatic Controls and Instruments’ shall be located in return air stream.
(i)
Flexible connection between the fan outlet and duct.
(j)
Vibration isolators of at least 90% efficiency.
7.
SAFETY FEATURES
Each handling unit must have safety features as under:-
(a)
The fan access door must have micro switch interlocked with fan motor to enable switching off
the fan motor automatically in the event of door opening.
The access door shall further have wire mesh screen as an added feature, bolted on to the unit
frame.
(b)
Fan and motor base shall be properly earthed from the factory.
(c)
All screws used for panel fixing and projecting inside the unit shall be covered with PVC caps
to avoid human injury.
8.
DRIVE
Fan drive shall be 3phase-squirrel cage totally enclosed fan cooled motor suitable for 415 ±
10%V, 50 HZ AC supply. Motor shall be specially designed for quiet operation and motor
speed shall not exceed 1440 RPM. Drive to fan shall be provided through belt drive
arrangement or Plug Fans. If it is belt driven then belts shall be of oil resistant type of
approved make only.
188
9.
DESIGN DATA FOR AIR HANDLING UNITS
(a)
Fan outlet velocity shall not exceed 500 MPM.
(b)
The air velocity across coil shall not exceed 150 MPM.
(c)
The air velocity across air pre filter shall not exceed 150 MPM.
Motor ratings are only tentative and shall be suitable for the duty but not less than the specified
HP. The motor shall be selected with a safety factor of at least 20% over and above the brake
power.
The AHU fan shall be selected for a total static pressure as indicated in ‘Schedule of
Quantities’.
10.
INSTALLATION
Air Handling Unit shall be installed inside the AHU room to permit the removal of all the parts of
AHU for any maintenance work without dismantling other equipment such as plenum, pipes,
ducts etc. Air handling unit installation shall be carried out as per manufacturer’s
recommendation and mounted on serrated rubber pads. The serrated rubber pads shall be in
two layers with 16G GI sheet sandwiched in between.
11.1
PERFORMANCE DATA
Air handling unit shall be selected for the lowest operating noise level of the equipment. Fan
performance rating and power consumption data with operating points clearly indicated shall
be submitted and verified at the time of testing, commissioning of the installation.
HORIZONTAL FLOOR MOUNTED
AIR HANDING UNITS – DATA SHEET B
1.0
GENERAL
1.1
Manufacturer
1.2
Type of Unit
1.3
Over All Dimensions (L x W x H)
1.4
Weight (Including Water in circulation) Kg.
1.5
Approximate Noise Level (DBA)
1.6
Fan Discharge Position
2.0
FAN SECTION
2.1
Air Quantity (CFM)
2.2
Total Static Pressure (mm of WG)
2.3
Fan Speed (RPM)
2.4
Fan Diameter (INCH) and no. Of fans
(mm)
189
2.5
Balancing (Static and / or dynamic)
2.6
BHP
2.7
Motor HP, RPM, Make & Type
3.0
COOLING COIL
3.1
Coil Fin Material (Aluminum or copper)
3.2
Tube Diameter (INCH) and material
3.3
Water through coil (USGPM) and no. of circuits
3.4
Fin Size (INCH)
3.5
No of Fins / INCH
3.6
Water velocity through Coil (FPS)
3.7
Water Coil Pressure Drop (ft of WG)
3.8
Outside Coil Surface (SQFT)
3.9
Face Area (SQFT) of Coil
3.10
Rows Deep
3.11
Water Temperature IN & OUT (DEG F)
3.12
Air In and Out DB& WB Temp (DEG F)
SECTION - 4
EVAPORATIVE COOLING UNIT
1.
SCOPE
This section of the specification covers the supply, installation, testing and commissioning of
double skin construction evaporative cooling packaged type unit, conforming to these
specifications and in accordance with requirements of drawings, ‘Technical Schedule of
Equipment’ and of the ‘Schedule of Quantities.
2.
TYPE
The evaporative cooling unit shall be double skin construction draw through type comprising of
various sections such as filter section, humidifier section, supply air fan section, fine filter
plenum, factory fabricated (wherever required) as per details given in Drawings and ‘Schedule
of Quantities.’
3.
CAPACITY
The cooling capacities, motor HP, static pressure shall be as shown on Drawings and in
‘Schedule of Quantities’.
4.
CONSTRUCTION
190
HOUSING/CASING
The housing /casing of evaporative unit shall be of double skin construction. The framework
shall be of extruded aluminum hollow sections. All the frame shall be assembled using
pressure die cast aluminum joints to make a sturdy, strong and self –supporting framework for
various sections.
25 mm thick double skin panel shall be made of 0.6 mm plasticized /pre coated PVC sheeted
GSS on outside and 0.6mm galvanized sheet inside with PUF insulation injected in between.
These panels shall be screwed on to the framework with soft rubber gasket fixed in built in
groove of aluminum frame in between to make the joints airtight.
Framework for each section shall be joined together with soft rubber gasket in between to
make the joints airtight. Suitable airtight access doors/panels with nylon hinges and locks shall
be provided for access to various sections for maintenance. The entire housing shall be
mounted on extruded aluminium channel framework having pressure die cast aluminium joints.
5.
DRAIN PAN
Drain pan shall be constructed of 18 g stainless steel with necessary both way slope to
facilitate fast removal of drain water.
6.
MOTOR DRIVE
Fan motors shall be suitable for 415± 10% volts, 50 cycles 3 phase, squirrel cage, totally
enclosed fan cooled with IP-55 protection. Motor shall be especially designed for quiet
operation and motor speed shall not exceed 1440 RPM. Drive to fan shall be provided through
belt drive arrangement. Belts shall be of oil resistant type.
7.
FAN
The fan shall be backward curved, double inlet, double width type. The wheels and housing
shall be fabricated from heavy gauge galvanized steel. The fan impeller shall be mounted on a
solid shaft supported to housing with angle iron frame and pillow block heavy-duty ball
bearings. The fan shall be selected for a noise level less than 85-DB (A). The impeller & fan
shaft shall be statically and dynamically balanced.
The fan outlet velocity shall not be more than 7.62m/sec. Fan housing with motor shall be
mounted on a common extruded aluminium base mounted inside the housing on anti vibration
mounts. The fan outlet shall be connected to casing with the help of double fire retardant fabric
acting as a flexible connection for anti vibration.
8.
WET DECK HUMIDIFIER
Wet deck humidifier pads shall be of cellulose paper minimum 200 mm deep to provide at least
90% saturation efficiency at 2.5 MPS or less air face velocity. The cellulose paper pads shall
be housed in a galvanized steel casing complete with water distribution header and
interconnecting heavy duty flexible PVC / GI pipes between pump and distribution header.
9.
WATER CIRCULATING PUMPS
Water circulating pumps shall be vertical type. The suction portion shall be at the bottom with
proper seal arrangement to directly pick up water from the stainless steel drain pan. The pump
shall be suitable to operate at 415± 10%V, 50 HZ AC supply.
191
Necessary water bleeding arrangements shall be incorporated with separate drain connection
provided in the stainless steel drain pan to bleed small percentage of total circulated water in
order to ensure compulsory water change over during running of the system.
10.
FILTERS
Each unit shall be provided with a factory assembled filter section containing washable air filter
having bonded expanded aluminium media with aluminium frame. Filter media and frame shall
be rust proof and corrosion resistant. Filter face velocity shall not exceed 150 meter per
minute. Filter shall fit so as to prevent by pass. Holding frames shall be provided for installing a
number of filter cells in banks. These shall be held within the frames by sliding the cells
between guiding channels.
11.
FRESH AIR INTAKES
Anodized extruded aluminium construction (20 microns and above) fresh air intakes louvers
with bird screen and extruded aluminium low leakage construction damper shall be provided
for FA. Blades shall be made of extruded aluminium. Construction shall be rattle free. Fresh air
fans and fresh air intakes shall be as per the requirement of ‘Schedule of Quantities’.
12.
SAFETY FEATURES
Each evaporative unit must have following safety features:The fan access door shall be equipped with micro switch interlocked with fan motor to enable
switching off the fan motor automatically in the event of door opening.
The access door shall further have wire mesh screen as an added safety feature bolted on to
the unit frame.
All screws used for panel fixing and projecting inside the unit shall be covered with PVC caps
to avoid human injury.
13.
PERFORMANCE DATA
Evaporative cooling units shall be selected for optimum operating noise level. Fan performance
rating and power consumption data with operating points clearly indicated shall be submitted
and verified at the time of testing and commissioning of the system.
SECTION - 5
KITCHEN EXHAUST SCRUBBER – SPECIFICATIONS
1.
GENERAL
The kitchen scrubber shall be complete in all respects and shall generally comply with the
following specifications given below:
2.
AIR SCRUBBERS
2.1
The scrubber shall be of 16G G.I. Sheet metal fan section, mixing box and SS-304 made spray
section, filter section and eliminators.
2.2
Enclosure/Housing
192
2.2.1
Enclosure shall be made of powder coated 18 gauge GI sheet with riveted and soldered lap
joints casing angles shall also be of 40mm x 40mm. Angle shall be riveted and soldered to the
casing.
2.2.2
The front panels shall be easily open able for servicing the fan sections. It should provide easy
access to remove air filters for cleaning.
2.2.3
The opening for access doors and gaps between sections shall be provided with the neoprene
rubber T-gaskets fixed in grooves in the extruded sections.
2.2.4
The panels shall be fixed to the frame work with self tapping stainless steel screws and both
ends of the screw shall be provided with rubber caps.
2.2.5
The access door to fan section is to be provided with a switch to shut the fan when the door is
open.
2.3
Fan Section
2.3.1
The impellers of the fan or fan shall be of GI sheets, double inlet forward curved centrifugal
design, both statically and dynamically balanced. The fan housing shall be of sturdy
construction made from 16G (1.6mm) GI sheet with smooth air inlets. The fan shall be
mounted on properly aligned shaft and mounted on self aligning bearing blocks. The casing of
the cab section shall be made of 16G (1.6mm) GI sheets suitably reinforced to provide rigidity.
The frame work shall be either be folded GI sheets or of hot dipped galvanized iron.
2.4
Spray Section
2.4.1
Spray section and tank shall be fabricated from 18 G 304 A stainless steel sheets with bolted
construction having suitable stiffness.
2.4.2
The section shall be complete with SS 304 water distribution header having ports and sized for
uniform and adequate water flow through perforated SS 304 pipes. The spray nozzles shall be
of brass construction.
2.4.3
The tank shall be fitted 3/4” (20 MM) float valve of commercial grade brass.
2.4.4
The spray section shall have provision for fixing one or two sets of air filters as specified later.
2.5
Water Sump
2.5.1
The water sump below the spray section shall be of 3mm MS plate with welded joints. The tank
shall be complete with makeup, overflow and drain connections. A float valve shall be provided
for makeup water line. The tank shall be given 2 coats of corrosion resistance paint and final
coat of black enamel paint.
2.6
Drift Eliminators
2.6.1
Drift eliminators shall be of PVC supported at the top and bottom fixed to the spray section by
means of GI notched bars. Eliminators shall be a set of vertical plates with a series of bends
and deflections to give large surface area on which water drops and dust shall be impinge.
Eliminators shall be properly stiffened at the sides.
2.7
Distribution Plate
2.7.1
Distribution plate shall be GI 18G with sufficient number of circular opening uniformly spaced
for even distribution of air for spray type air washer.
193
3.
PUMPS
3.1
The water distribution pumps shall be of heavy duty, vertical type mounted inside the tank. It
shall be complete with adjustable bleed of arrangement to prevent concentration of undesirable
salts.
4.
GREASE FILTER & CARBON FILTER
4.1
The standard pre-filters shall be with 5 layers of SS-304 wire mesh, fixed in a 22 G GI
frame with handles for ease of removal.
The above set of filters shall be fixed in filter frames made of 22 G.I. sheets, shaped to prevent
air leakage. The filters shall be easily removable. The filter section may from part of the spray
section or may be bolted separately to the spray section.
4.2
Carbon filter shall be installed to eliminate the particles in the smoke.
5.
MOTORS AND STARTERS
5.1
The motor for each blower, shall be totally enclosed, fan cooled, squirrel cage induction type
and conform to specifications as given under section 3.
5.2
The starters shall be “direct on line” type up to 7.5 H.P. All larger starters shall be of fully
automatic star delta type.
5.3
The pumps shall be provided with single phase, self-tripping starter of “North West” make.
6.
MISCELLANEOUS
Necessary accessories shall be provided wherever necessary for proper operation and shall
also include.
6.1
PVC eliminator fixed to the spray section to avoid water spillage.
6.2
Necessary piping for water circulation.
6.3
Vibration isolators for the blowers and pumps.
6.4
Canvass connections at the outlet of each fan.
6.5
Nuts, bolts, shims etc., as required for the grouting of the equipment.
6.6
Float valve in the spray tank, along with quick fill connection.
6.7
Gate valves in drain, make up, quick fill line etc, as required.
6.8
Built in isolator switches for the fan and pump motor and wiring from the isolators upto the
respective motors.
7.
LIMITATION
7.1
The air velocity limits are as follows:-
7.1.1
Velocity across scrubber not exceeding 2.54 m/s (500 FPM).
7.1.2
Velocity at blower outlet-not exceeding 10.16 m/s (2000) FPM
194
SECTION - 6
VENTILATION FAN INLINE & PROPELLER FANS
1.
SCOPE
The scope of this section comprises the supply, installation, testing and commissioning of
inline and propeller fans conforming to these specifications and in accordance with the
requirement of drawings and ‘Schedule of Quantities’.
2.
TYPE
Inline fans and Propeller Fans shall be of type as indicated in drawings and ‘Schedule of
Quantities’
3.
INLINE FANS
Inline fan shall incorporate SISW direct driven centrifugal fan with TEFC (IP-44) motor. The fan
assembly shall be enclosed in a sheet metal housing of 22 gauge GSS and with necessary
inspection cover with proper gasket assembly. The fan material shall be galvanized sheet
steel. Flanges shall be provided on both sides of inline fan to facilitate easy connection.
Flexible anti-vibration joints shall be provided to arrest vibration being transferred to other
equipment connected to inline fan. Motor shall be single phase/three phase as per duty
conditions.
All single-phase fans shall be provided with speed regulators while all three phase fans shall
be provided with opposed blade dampers in GSS construction at fan outlet for air balancing.
4.
PROPELLER FANS
Propeller fans shall be direct driven, three or four blade type mounted on a steel mounting
plate with orifice ring.
Mounting plate shall be of steel construction, square with streamlined venturi inlet coated with
baked enamel paint. Mounting plate shall be of standard size, constructed of 12 to 16 gauge
steel sheet depending upon the fan size. Orifice ring shall be correctly formed by spinning or
stamping to provide easy passage of air without turbulence and to direct the air stream.
Fan blades shall be constructed of aluminum or glass reinforced polypropylene. Fan hub shall
be of heavy welded steel construction with blades bolted to the hub fan blades and assembly
shall be statically and dynamically balanced.
Shaft shall be of steel accurately ground and shall not pass through first critical speed through
entire range of specified fan speed.
Motor shall be standard permanent split capacitor of shaded pole for small sizes, totally
enclosed with pre-lubricated sleeve or ball bearings, designed for a quiet operation with a
maximum speed of 1000 RPM for fans 60 cm dia or larger and 1440 RPM for fans 45 cm dia
195
and smaller. Motors for larger fans shall be suitable for 415 ± 6% volts. 50 cycle 3-phase power
supply and for smaller fans shall be suitable for 220 ± 6% volts, 50 cycles single-phase power
supply. Motors shall be suitable for horizontal or vertical service as indicated in drawings and
Schedule of Quantities.
Propeller fans shall be provided with following accessories: -
Wire guard and bird-screen
Gravity louvers at outlet
Regulator for controlling fan speed for single-phase fan motor.
Single-phase preventers for 3 phase fans.
Wiring between regulator and fan motor including termination at both ends.
5.
PERFORMANCE DATA
All fans shall be selected for the lowest operating noise level. Capacity rating, power
consumption with operating points clearly indicated shall be submitted and verified at the time
of testing and commissioning of installation.
SECTION - 7
AXIAL FLOW FANS – SPECIFICATIONS
1.
SCOPE
This section covers the technical requirements for manufacture, testing at works, delivery at
site, testing after installation, commissioning of axial flow fan equipments for ventilation and
exhaust system. Their location shall be as given in ‘Schedule of Quantities’ and drawings.
The fans shall be complete with all the accessories required for proper installation and
performance consisting mainly of the following: -
(a)
Suction and discharge side flanges and counter flanges suitably drilled, complete with
bolts & nuts, direct driving electric motor, suspension hangers (for ceiling hung fans only) for
vibration isolation (rubber in shear type). Any structural steel and hardware required for
assembly, installation, supporting of fan or accessories.2 mm thick flexible connectors, fire
resistant type at suction and discharge end, Foundation bolts and vibration isolators (in case of
floor mounting only).
Gravity louvers
2.
APPLICABLE SPECIFICATIONS STANDARDS AND CODES.
Documents listed below should be read along with the technical data given in the ‘Schedule of
Quantities’ and shall be applicable to the material, manufacture, testing and installation of axial
flow fans and accessories.
(a)
I.S.S.: 3588 – 1986; specifications for electric axial flow fans.
(b)
ANSI/ASHRAE: standard 51
196
3.
(c)
ANSI/AMCA: standard 210 for preparing performance curves, charts and testing of
fans
(d)
IS-2312 – Propeller type A.C ventilation fans
(e)
BS – 848 – Methods of performance test for fans
DESIGN & MANUFACTURING
Fan and Components
3.1
The fan shall be designed to handle the quantity of air against the static pressure and at
conditions indicated in the technical data. The fan shall have optimum efficiency at operating
conditions and shall have performance characteristics to match the approved performance
curves.
3.2
The unit shall be factory built to the highest standards to ensure rigidity, maximum mechanical
and electrical reliability, quite, stable and vibration free operation at the prescribed conditions of
flow, static and speed.
3.3
The casing shall be fabricated from heavy gauge sheet steel with suction and discharge ends
flanged and complete with counter flanges, G.I. nuts and bolts. The flanges and counter
flanges shall be matched and drilled suitably to receive flexible PVC connections. An
inspection door with handle and neoprene gaskets shall be provided. Support brackets for
ceiling suspension shall be welded to the casing for connection to hanger bolts.
Impeller & Blades
The impeller shall be cast aluminum; aerofoil type with well-balanced blades made from cast
aluminum alloy or cast steel construction.
3.4
Drive
3.5
The fan hub and blades shall be directly mounted on the shaft of a totally enclosed motor, rotor
of fan motor shall be well balanced. The motor shall be TEFC, squirrel cage, IP 55 0– class F
and suitable for 415 ± 10% V, 50 HZ 3 phase AC power supply. The motor shall be dual speed
wherever called for in ‘Schedule of Quantities’. The maximum motor speed shall be limited to
1450 RPM. Motor conduit box shall be mounted on exterior of fan casing and lead wires from
motor to conduit box shall be protected from air stream by enclosing in a flexible metal conduit.
CO Sensor
CO sensor shall be installed in the basement area to measure CO level in the parking areas.
4.
4.1
TECHNICAL SPECIFICATIONS
The firm shall submit the technical data and performance characteristics with operating
points duly
marked for approval prior to fabrication. The supplier shall supply the test
certificates of all the fans.
5.
GENERAL REQUIREMENTS
5.1
Static, dynamic balancing and vibration: the individual fan impeller, blades, motor shall be
statically
and dynamically balanced independently. After assembly the entire fan motor
unit shallnot give rise to any vibrations. The balancing shall be as per ISO: 1940 GR 6.3.
197
5.2
NOISE LEVEL: The tendered shall indicate the noise level generated by the fan/motor unit in
terms of decibel units to be measured at 3M from the unit. This shall fall in line with best
engineering standard.
6.
PAINTING
All fans and their accessories shall be painted with two coats of suitable enamel paint
after one coat of Red Oxide primer.
7.
PACKING
The fans shall be dispatched in packed condition to avoid damage during transportation to site.
Transit insurance for the fans shall be included in this offer.
8.
INSPECTION & TESTING
All fans shall be subjected to inspection and testing requirements as given below.
The
contactor shall be responsible for providing all inspection facilities and for conducting all Tests
at works and at site after erection. Test certificates for all fans shall be submitted, some fans at
the discretion of Client may be tested at the factory in his presence.
The performance of the fan motor unit shall be tested by operating at design conditions. The
following parameters will be tested vis-à-vis the approved performance curves
Airflow capacity
Static head developed
BHP requirement
Vibration and noise level
SECTION - 8
PRE-INSULATED DUCTWORK
PRE-INSULATED ALUMINIUM POLYURETHANE DUCTWORK
The following preferred ductwork system to be installed:
Pre-insulated aluminium ductwork made of aluminium and Polyisocyanurate sandwich panels,
comprising an expanded Polyisocyanurate rigid foam board faced on both sides by aluminium foil.
Physical characteristics of the panels shall be as follows:
Thickness of Panels
Thickness of aluminium
Density of the Foam
Air-conditioned Areas
Plant Rooms
Exposed to weather
20
80/80
mm
Microns
30
80/200
mm
Microns
30
80/200
mm
microns
45
kg/m³
48
kg/m³
48
kg/m³
198
Finishing of aluminium
Embossed
Embossed
Embossed
Embossed
Embossed
Embossed
Both sides of the aluminium foils shall be lacquered with a 3g/m2 weatherproof and ultraviolet rays
protection polyester lacquer with antibacterial coating.
All the panels shall have to be embossed with the name of the manufacturer and production date.
Thermal insulation characteristics shall be as follows:
Insulating material: Close cell rigid expanded Polyisocyanurate foam, CFC free, density 45 Kg/m3,
material physiologically and chemically inert and insoluble, vermin proof, fungus proof, non
metabolisable.
Thermal conductivity: 0.020 W/mK or better. Water absorption shall be less than 0.5% by 24 hours
immersion test. Water vapour diffusion: M= infinity resistance.
The aluminium foil covering the panel to be maintained intact after installation to ensure vapour barrier
continuity.
Proposed material should have minimum 5 years installation reference in the region.
The panel manufacturer should be of European origin.
All the panels to be used should be labelled by authorized international fire laboratories.
The panel manufacturer shall comply with Fire Mideast Product Listing (MPL) and Factory Production
Control Certificate (FPC), by authorized international laboratories.
The panel shall be tested and comply with the following standards:
NFPA 101 Life Safety Code Class ‘A’
ASTM E84 Class “1”
NFPA 255
UL 723
Toxicity Index shall not exceed 5.7 according to NES 713
Class ‘O’ according to BS 476 Part 6 & 7 from
CBRI Roorkee and Warrington Fire Lab UK
Temperature Range:
No relevant reduction of insulation, chemical or physical characteristics of the panels to be measurable,
when conveying air in the temperature range of –35oC to +110oC.
Pressure Range:
No relevant modification of insulation, chemical or physical characteristics of the panels to be
measurable, when conveying air up to the pressure of 1,000 Pascal with 20mm and 1,750 Pascal with
30mm.
Installation shall be supervised & certified by the manufacturer’s representative.
5-years warranty shall be offered for the insulation material characteristics.
Joint System:
The joints between the ducts shall be using tiger connectors or male – female connection system for
small sizes up to 300mm and for bigger sizes more than 300mm aluminium / polymer invisible flanges
199
and slide-in-channel to be used and to be connected by special cover corners, having a holding pin,
which goes inside the flange and the insulation, to avoid any field connection and to give the system
more strength.
All required accessories; Connecting Flanges, Invisible Bayonet, Adhesive, Sealant, Duct Supports
shall be part of ducting work for fabrication of the HVAC ducting in Square, rectangle, radius, offset
construction etc., appropriate sizes of Aluminum flanges with self-adhesive good quality gasket shall be
provided as a joinery or connection of duct pieces.
Installation : Ductwork shall be installed, using supports, as described in DW144 & according to
manufacturer’s requirements. Maximum distance between supports shall not exceed:
- 4000mm for ducts with section not exceeding 1200 x 1000mm – with 6 mm full threaded rod and GI
slotted channel or wire arrangement system
- 2000mm for ducts with section exceeding 1200 x 1000mm – with 8 mm full threaded rod and GI
slotted channel or wire arrangement.
SECTION - 9
SHEET METAL WORKS - (FACTORY FABRICATED)
1.
GENERAL
1.1
The work under this part shall consist of furnishing labour materials, equipment and appliances
as specified necessary and required to install all sheet metal and other allied work to make the
air conditioning supply, ventilating, and exhaust system ready for operation as per drawings.
1.2
Except as otherwise specified all duct work and related items shall be in accordance with these
specifications.
1.3
Ductwork shall mean all ducts, casings, dampers, access doors, joints, stiffeners and hangers.
2.
DUCT MATERIALS
2.1
The ducts shall be fabricated from galvanized steel sheets class VIII conforming to ISS: 2771962 (revised) or aluminium sheets conforming to ISS: 737-1955 (wherever aluminium ducts
are specified).
2.2
All duct work, sheet metal thickness and fabrication unless otherwise directed, shall strictly
meet requirements, as described in IS:655-1963 with amendment-I (1971 edition)
Governing Standards
2.3
Unless otherwise specified here, the construction, erection, testing and performance of the
ducting system shall conform to the SMACNA-1995 standards (“HVAC Duct Construction
Standards-Metal and Flexible-Second Edition-1995” SMACNA)
3.
RAW MATERIAL
3.1
Ducting
3.1.1
All ducting shall be fabricated of LFQ (Lock Forming Quality) grade prime G.I. row material
furnished with accompanying Mill test Certificates.
200
3.1.2
Galvanizing shall be of 120gms/sq.m. (total coating on both sides).
3.1.3
In addition, if deemed necessary, samples of raw material, selected at random by owner’s site
representative shall be subject to approval and tested for thickness and zinc coating at
contractor’s expense.
3.1.4
The G.I. raw material should be used in coil-form (instead of sheets) so as to limit the
longitudinal joints at the edges only irrespective of cross-section dimensions.
3.2
Duct Connectors and Accessories
All transverse duct connectors (flanges/cleats) and accessories/related hardware are such as
support system shall be zinc-coated (galvanized)/
4.
FABRICATION STANDARDS
4.1
All ductwork including straight sections, tapers, elbows, branches, show pieces, collars,
terminal boxes and other transformation pieces must be Rolastar factory-fabricated or Techno
Fabriduct. Equivalency will require fabrication by utilizing the following machines and
processes to provide the requisite quality of ducts and speed of supply.
4.2
Coil lines to ensure location of longitudinal seams at comes/folded edges only to obtain the
required duct rigidity and low leakage characteristics. No longitudinal seams permitted along
any face side of the duct.
4.3
All ducts, transformation pieces and fittings to be made on CNC profile cutlers for required
accuracy of dimensions, location and dimensions of notches at the folding lines.
4.4
All edges to be machine treated using lock formers, flanges and roller for fuming up edges.
4.5
Sealant dispensing equipment for applying built-in sealant in Pittsburgh lock where sealing of
longitudinal joints are specified.
5.
SELECTION OF G.I. GAUGE AND TRANSVERSE CONNECTORS
Duct Construction shall be in compliance with 1” (250 Pa)w.g. static norms as per SMACNA.
All transverse connectors shall be the Rolamate 4-bolt slip-on flange system or Techno
Fabriduct imported makes of similar 4-bolt systems with built-in sealant if any to avoid any
leakage additional sealant to be used.
The specific class of transverse connector and duct gauge for a given duct dimensions will be
1”(250 Pa) pressure class.
Non-toxic, AC-applications grade P.E. or PVC Casketing is required between all mating
flanged joints. Gasket sizes should conform to flange manufacturer’s specification.
6.
DUCT CONSTRUCTION
The fabricated duct dimensions should be as per approved drawings and all connecting
sections are dimensionally matched to avoid any gaps.
7
DIMENSIONAL TOLERANCES: All fabricated dimensions will be within ± 1.0 mm of specified
dimension. To obtain required perpendicularity, permissible diagonal tolerances shall be ± 1.0
mm per meter.
201
7.1
Each and every duct pieces should be identified by color coded sticker which shows specific
part numbers, job name, drawing number, duct sizes and gauge.
7.2
Ducts shall be straight and smooth on the inside Longitudinal seams shall be airtight and at
comers only, which shall be either Pittsburgh or Snap Button Punch as per SMACNA practice,
to ensure air tightness.
Changes in dimensions and shape of ducts shall be gradual (between 1:4 and 1:7). Turning
vanes or air splitters shall be installed in all bends and duct collars designed to permit the air to
make the tum without appreciable turbulence.
7.3
7.4
Plenums shall be shop/factory fabricated panel type and assembled at site.
7.5
Factory Fabricated ducts shall have the thickness of the sheet shall be as follows
S.N
o.
Size of
Duce
Sheet
Thickn
ess
7.5.
1
Upto 750
mm
0.63
mm
3/8”
7.5.
2
751 mm to
1000 mm
0.80
mm
3/8”
7.5.3
1001 mm
to 1500
mm
0.80
mm
5/8”
7.5.
4
7.5.
5
7.6
1501 mm
to 2250
mm
2251 mm
and above
1.00
mm
1.25
mm
Fast
ner
Size
5/8”
5/8”
Type of Joints
For
For Rolastar
Techno
duct &
Fabriduct
Rolamate
and
flanges
flanges
Fabricated
The
out of G.I.
flanges
sheet of 24
shall
be
gauge
at
made out
every 1.2 m
of
the
internal.
same duct
E-24
type
sheet and
flange, shall
all the four
be fabricated
corner shall
out of 24 G
be fitted for
sheet
at
fitting the
every 1.2 m
bolt
internal.
E-22
type
flange, shall
be fabricated
out of 22 G
sheet
at
The
every 1.2 m
flanges
internal.
shall
be
J-16
type
made out
flange, shall
of
the
be fabricated
same duct
out of 16G
sheet and
sheet
at
all the four
every 1.2 m
corner shall
internal.
be fitted for
J-16 type
fitting the
flange, shall
bolt
be fabricated
out of 16G
sheet at
every 1.2 m
internal.
Bracing
with GI tie
rods of
following
sizes
Cross tie
rods to be
fitted
of
suitable
dia GI rod
for
each
piece
of
duct
Support
Angle
25x25x3
mm
25x25x3
mm
40x40x5
mm
Cross tie
rods to be
fitted
of
suitable
dia GI rod
for
each
piece
of
duct
40x40x6
mm angle
50x50x6
mm with
MS rods
of 12 mm
dia.
The gauges, joints and bracings for sheet metal duct work shall further conform to the
provisions as shown on the drawings.
202
7.7
Ducts larger than 600 MM shall be cross broken, duct sections upto 1200 MM length may be
used with bracing angles omitted.
7.8
Changes in section of ductwork shall be affected by tapering the ducts with as long a taper as
possible. All branches shall be taken off at not more than 45 DEG. Angle from the axis of the
main duct unless otherwise approved by the Engineer-In-Charge.
7.9
All ducts shall be supported from the ceiling/slab by means of M.S. Rods of 10 MM (3/8") DIA
with M.S. Angle at the bottom. The rods shall be anchored to R.C. Slab using metallic
expansion fasteners.
8.
INSTALLATIONS
8.1
During the construction, the contractor shall temporarily close duct openings with sheet metal
covers to prevent debris entering ducts and to maintain opening straight and square, as per
direction of Engineer-In-Charge.
8.2
Great care shall be taken to ensure that the duct work does not extend outside and beyond
height limits as noted on the drawings.
8.3
All duct work shall be of high quality approved galvanized sheet steel guaranteed not to crack
or peel on bending or fabrication of ducts. All joints shall be air tight and shall be made in
the direction of air flow.
8.4
The ducts shall be re-inforced with structured members where necessary, and must be
secured in place so as to avoid vibration of the duct on its support.
8.5
All air turns of 45 degrees or more shall include curved metal blades or vanes arranged so as
to permit the air to make the abrupt turns without an appreciable turbulence. Turning vanes
shall be securely fastened to prevent noise or vibration.
The duct work shall be varied in shape and position to fit actual conditions at building site. All
changes shall be subjected to the approval of the Engineer-In-Charge. The contractor shall
verify all measurements at site and shall notify the Engineer-In-Charge of any difficulty in
carrying out his work before fabrication.
8.6
Sponge rubber or approved equal gaskets of 6 MM maximum thickness shall be installed
between duct flanges as well as between all connections of sheet metal ducts to walls, floor
columns, heater casings and filter casings. Sheet metal connections shall be made to walls
and floors by means of wooden member anchored to the building structure with anchor bolts
and with the sheet screwed to them.
8.7
Flanges bracings and supports are to be Rolamate or Techno Fabriduct. Accessories such as
damper blades and access panels are to be of materials of appropriate thickness and the finish
similar to the adjacent ducting, as specified.
8.8
Joints, seams, sleeves, splitters, branches, takeoffs and supports are to be as per duct details
as specified, or as decided by Engineer-In-Charge.
8.9
Joints requiring bolting or riveting may be fixed by Hexagon nuts and bolts, stove bolts or
buck bolts, rivets or closed centre top rivets or spot welding. Self tapping screws must not
be used. All jointing material must have a finish such as cadmium plating or Galvanized as
appropriate.
8.10
Fire retarding flexible joints are to be fitted to the suction and delivery of all fans. The material
is to be normally double heavy canvass or as directed by Engineer-In-Charge. On all circular
203
spigots the flexible materials are to be screwed or clip band with adjustable screws or toggle
fitting. For rectangular ducts the material is to be flanged and bolted with a backing flat or
bolted to mating flange with backing flat.
8.11
The flexible joints are to be not less than 75 MM and not more than 250 MM between faces.
8.12
The duct work should be carried out in a manner and at such time as not to hinder or delay the
work of the other agencies especially the boxing or false ceiling contractors.
8.13
Duct passing through brick or masonary, wooden frame work shall be provided within the
opening. Crossing duct shall have heavy flanges, collars on each side of wooden frame to
make the duct leak proof.
9.
DOCUMENTATION TO MEASUREMENTS
For each drawing, all supply of ductwork must be accompanied by computer-generated
detailed bill of material indicating all relevant duct sizes, dimensions and quantities. In addition,
summary sheets are also to be provided showing duct areas by gauge and duct size range as
applicable.
Measurement sheet covering each fabricated duct piece showing dimensions and external
surface area along with summary of external surface area of duct gauge-wise.
All duct pieces to have a part number, which should correspond to the serial number, assigned
to it in the measurement sheet. The above system will ensure speedy and proper site
measurement, verification and approvals.
10.
TESTING
After duct installation, a part of duct section (approximately 5% of total ductwork) may be
selected at random and tested for leakage. The procedure for leak testing should be followed
as per SMACNA- “HVAC Air Duct Leakage Test Manual: (First Edition).
204
QUALITY CHECKS ON DUCTING
S.
No.
DESCRIPTION
1.
Whether material adheres to Fabrication Standards as
specified (Lock form Quality Sheets)
2.
Valid for construction Drawings. at site.
3.
Cross breaking, bracings / reinforcements are as per
standard.
4.
Air tightness of transverse / Longitudinal Joints
ensured.
5.
Grease and heat resistant sealant for kitchen exhaust
duct.
6.
Neoprene gaskets for pharmaceutical and clean room
projects used
7.
Check following aspects of duct supporting system
7.1
Hanger spacing
7.2
Anchor bolts size and quality
7.3
Primer painting of supports
7.4
Check allowable load on trapeze angle for bigger ducts
8.
Check whether contractor has provided
8.1
Vanes in elbows
8.2
Clinched collar at take Offs
8.3
Splitters
9.
Check transitions & offsets slopes & fabrication.
10.
Whether the installed ducting is as per layout approved,
check locations, headroom etc.
11.
Whether grilles / diffusers are as per approved shade.
12.
Check the method of installation for Grilles / Diffusers
13.
Repair / paint damaged surfaces.
14.
Check the coordination of following activities as per the
given sequence:-
14.1
Main Ducts Cut for taking collars
14.2
Match / Fabricate collar taking false ceiling framework
for diffuser into account
14.3
Fix grilles / diffuser framework in false ceiling
205
YES - OK
NO - X
REMARKS
14.4
Install the collar
14.5
Install diffuser
S.
No.
DESCRIPTION
15.
All elbows / turning points and branches to be properly
supported
16.
Access door is provided at serviceable position for fan
and fire damper
17.
Air balancing for room is studied
18.
Air replacement is considered for air exhausted from
room.
19.
PVC or stainless steel material is used for corrosive
fume exhaust system.
20.
Anti vermin netting installed for louvers removable and
serviceable.
21.
Water or gas vent outlet is not installed near air intake
louver.
22.
Kitchen exhaust is not short circuited to outdoor air
intake louver.
23.
Kitchen room pressure is slightly below the surrounding
area.
24.
Sound level of fan is studied.
25.
Face velocity for louvers / grills / diffusers is studied.
26.
Air distribution of the room is studied.
27.
Cross break all flat surfaces to prevent vibrations or
buckling due to air flow.
28.
Sides of ducts having collar for grills should not be
cross broken to facilitate alignment of grills.
29.
All bends and collars should have vanes.
30.
If duct passes through fire chamber increase sheet
thickness.
31.
Kitchen exhaust ducts to be tapered at bottom for oil /
grease collection.
32.
Avoid flanged joints in kitchen exhaust duct above false
ceiling.
33.
When aluminum ducts are used with steel angles, steel
to be painted with Zinc chromate paint
34.
Provide check nuts with duct hangers
35
Ducts below 250 mm should not be more than 1 m long
to facilitate proper joining.
206
YES - OK
NO - X
REMARKS
36.
Plenums should have flanged and bolted ends for
rigidity and easy maintenance.
37.
Avoid 'U' bends in ducts
38.
Provide long radius bends and offsets.
39
No collars to be taken from top.
40.
Install duct spool pieces near equipment for easy
removal.
SECTION - 10
INSULATION – SPECIFICATIONS
1
SCOPE
The scope of this section comprises supply and fixing of acoustic lining conforming to
these specifications.
2.
DUCT ACCOUSTIC LINING
The ducts so identified and marked on drawings and in ‘Schedule of Quantities’ shall be
provided with acoustic lining of thermal insulation material as follows: -
2.1
Material for Duct Lining
The material to be used for duct lining shall be 25 mm thick resin bonded glass wool having a
density of 32 kg/cu.mt and covered with 26 gauge thick perforated aluminum sheet with at least
o
20% perforation. The value at 32 C shall not be less than 0.034 KCAL / HR / MTR / Deg C
2.2
Application
a)
b)
c)
d)
e)
f)
g)
3.
Clean inside surface of the duct
Apply a coat of CPRX compound
Fix the board inside the duct provided with GI channel 25 x 25 mm screwed on duct
surface with self-tapping screws to make grid of 600 x 600 mm.
The inner surface should now be covered with fiberglass RP tissue.
Cover the insulation boards with 26 G perforated aluminum sheet with at least 20%
perforation.
Secure the insulation board and aluminum sheet with cadmium plated bolts and
washers.
Seal the ends completely so that no insulation material is exposed.
UNDER DECK INSULATION
Supply of extruded polystyrene closed cell rigid insulation material for under – deck application.
Light and easy to handle the boards have a density of 30-32 Kg/m3 and available in standard
size of 1250 x 600 mm in various thicknesses.
Normally for roof, thickness of under deck insulation required is 50mm i.e. ‘ R’ value of 1.78 or ‘
U ‘ value of 0.56 in metric units.
Insulation is laid with it’s shiplapped joints tightly butted in single or multiple layers depending
upon the specific ‘ U ‘ value requirements .
207
‘ U ‘ factor is the transfer of energy through the building assembly per unit time, per unit area
and temperature difference .
It offers a compressive strength of 250kPa, water absorption of < 1% ( V/V) and a thermal
o
o
conductivity of 0.028 W/m K at a mean temperature of 25 C
SECTION - 11
MODES OF MEASUREMENTS
1.
UNIT PRICES IN THE SCHEDULE OF QUANTITIES
1.1
The item description in the ‘Schedule of Quantities’ is in the form of a condensed resume. The
unit price shall be held to include everything necessary to complete the work covered by this
item in accordance with the specifications and drawings. The sum total of all the individual
item prices shall represent the total price of the installation ready to be handed over.
The Unit price of the various items shall include the following:
1.2
1.2.1
All equipment’s, machinery, apparatus and materials required as well as the cost of any tests
which the Consultant may request in addition to the tests generally required to prove quality
and performance of the equipment’s.
1.2.2
All the labour required supplying and installing the complete installation in accordance with the
specifications.
1.2.3
Use of any tools, equipments, machinery, lifting tackle, scaffolding, ladders etc. Required by
the Contractor to carry out his work.
1.2.4
All the necessary measures to prevent the transmission of vibration.
1.2.5
The necessary material to isolate equipments foundations from the building structure, wherever
necessary.
1.2.6
Storage and insurance of all equipments apparatus and materials.
1.2.7
The Contractor’s unit price shall include all equipments, apparatus, material and labour
indicated in the drawings and/or specifications in conjunction with the item in question, as well
as all additional equipments, apparatus, material and labour usual and necessary to make in
question on its own (and within the system as a whole) complete even though not specifically
shown, described or otherwise referred to.
2
MEASUREMENTS OF SHEET METAL DUCTS, GRILLES/DIFFUSERS ETC.
2.1
Sheet Metal Ducts
2.1.1
Duct Work shall be measured on the basis of external surface area of ducts. Duct
measurements shall be taken before application of the insulation. The external surface areas
208
shall be calculated by measuring the perimeter comprising overall width and depth, including
the corner joints, in the center of each duct section, multiplying with the overall length from
flange face to flange face of each duct section and adding up areas of all duct sections.
Plenums shall also be measured in similar manner.
2.1.2
For tapered rectangular ducts, the average width and depth shall be considered for perimeter,
whereas for tapered circular ducts, the diameter of the section midway large and small
diameter shall be adopted, the length of tapered duct section shall be the center line distance
between the flanges of the duct section. or special pieces like bends, tees, reducers, branches
and collars, mode of measurement shall be identical to that described above using the length
along the centerline.
2.1.3
The quoted unit rate for external surface of ducts shall include all wastage allowances, flanges
and gaskets for joints, nuts and bolts, hangers and angles with double nuts for supports, rubber
strip 3 mm thick between duct and support, vibration isolator suspension where specified or
required, inspection chamber / access panel. Splitter damper with quadrant and lever for
position indication, turning vanes, straightening vanes, and all other accessories required to
complete the duct installation as per the Specifications. These accessories shall NOT be
separately measured nor paid for.
2.2
Grilles/Diffusers
Grilles and registers - width multiplied by height, excluding flanges. Volume control dampers
shall form part of the unit rate for registers and shall not be separately accounted.
Diffusers - cross section area for airflow at discharge areas, excluding flanges. Volume control
dampers shall form part of unit rate for supply air diffusers and shall not be separately
accounted.
Linear diffusers - shall be measured by cross - sectional areas and shall exclude flanges for
mounting of linear diffusers. The supply air plenum for linear diffusers shall be measured with
ducting as described earlier.
Fire dampers - shall be measured by their cross sectional areas perpendicular to the direction
of airflow. Quoted rates shall include the necessary collars and flanges for mounting,
inspection pieces with access door, electrical actuators and panel No special allowance shall
be payable for extension of cross section outside the air stream.
Flexible connection - shall be measured by their cross sectional areas perpendicular to the
direction of airflow. Quoted rates shall include the necessary mounting arrangement, flanges,
nuts and bolts and treated-for-fire requisite length of canvas cloth.
Exhaust Hoods - shall be measured by their cross sectional area at the capture point of fumes,
parallel to the surface of kitchen equipments. Quoted rates shall include the grease filters,
provision for hood light, suspension arrangement for the hood, profile to direct the air to
ventilation ducts and provision for removable drip tray.
2.3
Dampers
Measurement of dampers shall be as per internal cross sectional area of the damper.
209
SECTION 6
DRAWINGS
LIST OF DRAWINGS ENCLOSED
210
LIST OF DRAWINGS ENCLOSED
Sl. No.
Drawing Description
No. of
Drawings
01 No.
1.
Administrative Building - Plan
2.
Administrative Building - Elevation
01 No.
3.
School of Social Science & Policy - Plan
01 No.
4.
School of Social Science & Policy - Elevation
01 No.
5.
School of Physical & Chemical Sciences - Plan
01 No.
6.
School of Physical & Chemical Sciences - Elevation
01 No.
7.
Lecture Hall Complex – Plan
01 No.
8.
Lecture Hall Complex – Elevation
01 No.
9.
Boy’s Hostel – Plan
01 No.
10.
Boy’s Hostel – Elevation
01 No.
11.
Girl’s Hostel – Plan
01 No.
12.
Girl’s Hostel – Elevation
01 No.
13.
Mess – Plan
01 No.
14.
Mess- Elevation
01 No.
211
RlTES Ltd.1 Contract Policy CellI Gurgaon Tender and Contract Document for Works - July 2011 Correction Slip No. 15 In case ofrailway works involving one or more components like Earthwork, Bridges,
Track Linking, Track Laying, OHE and Signalling etc. the Qualifying Criterion relating
to Work Experience given in para 2 of Annexure I - Qualifying Criteria for Works
Contracts, may be modified as under:
QUALIFYING CRITERIA FOR WORKS CONTRACTS
2. WORK EXPERIEN CE
a)
Similar Works Experience
(i)
(ii) For works in normal areas (other than difficult areas)
The Bidder should have satisfactorily completed in his own name
or proportionate share as a member of a Joint Venture, at least one
similar work of minimum value of Rs.
OR at least two
similar works
each
of
minimum
value
of
Rs.
,
- ­ during the last 5
(five) years prior to the last stipulated date for submission of the
Bid. Works completed prior to the cut off date shall not be
considered.
Or
For works in difficult areas (North East States, J&K,
Jharkhand, Chattisgarh and Andaman & Nicobar Is)ands)
The Bidder should have satisfactorily completed in his own name
or proportionate share as a member of a Joint Venture, at least one
OR at ,least two
similar work of minimum value of Rs.
similar works each of minimum value of Rs. _ _ during the last 5
(five) years prior to the last stipulated date for submission of the
Bid. Works completed prior to the cut off date shall not be
considered,
(.')trike out (i) or (h) as applicable).
Similar Wor)<s
Similar Works shall mean the work of _ _ _ _~_ carried out in India.
ti,otes :
The existing Notes as applicable for other works will also be applicable to railway works.
b)
Construction Experience in key activities/specified components
To qualify for award of the contract, each Bidder in his own name or as a member
of a Joint Venture should have, in the last five Years prior to the last stipulated
date for submission of the Bid, executed the following key activities in anyone
work* / more than one work*
(* Strike out whichever is not applicable) .
....... .............. . ... ... ........ . . ........ ... . . . ... . .. . ... . . . . . . . . . . . . .. ..... . .. ........... ...
~
(Ideally only very fe,1' and that too, specialized components of the work may be
specified at the discretion ofNIT approving authority).
Notes:
The existing Notes as applicable for other works will also be applicable to
railway works.
No. RITES/CO/CPCIT &CD
Dated the 07 th October, 2014
The above correction to Tender and Contract Document with approval of the competent authority.
J~y 20 II
is issued
?~-T"\
'--(G.V.Chanana1 Advisor (Contract Policy) All Divisional Heads and SBU heads Copy to: I. Secy to CMD/DT/OP/Df. The above correction slip may be inserted in the copy
of Guidelines on Construction Project Management for information of CMD and
Directors
2. CVO
RITES Ltd. I Contract Policy Cell I Gurgaon Tender and Contract Document for Works - July 2011 Correction Slip No. 14 \
In Correction Slip No. 13 dated 09'h September 2014, para 5 'Net Worth' may be
replaced with the following:
5.
NET WORTH
"
The bidder should have positive
Net \\' orth of at least 30% of the estimated cost.
Notes:
- Average Net W01 th of the past three financial years shall be considered
- In case JV is permitted, the following provisions will apply:
Large Wort s AU the partners shall individually meet this criterion. Normal
\:Vori~s
The Partner-in-chargclLead Member shall si ngly meet this criterion.
No. RlTES/COICPC/T&CD Dated the 1yh September, 201 4 The above correction to Tender and Co;,tract Document - July 2011 is issued
with approval of the competent authority,
p~
=\
(G.V.Chanana) Advisor (Contract Policy) All Divisional Heads and SBU heads
Copy to:
I. Secy to CMD/DTIDPIDF. The above correction slip may be inserted in the copy
of Guidelines on Construction Project Management for information of CMD and
Directors
2. CVO
RITES Ltd. / Contract Policy Cell / Gurgaon Tender and Contract Document for Works - July 2011 Correction Slip No. 13 \
The existing Annexure I - Qualifying Criteria for Works Contracts, may be deleted and
replaced with the following:
QUALIFYING CRITERIA FOR WORKS CONTRACTS
1.
Annual Financial Turnover
The bidder should have achieved a minimum annual financial turnover of
Rs.
in anyone of the last 3 Financial Years.
Notes:
> The
financial turnover will be taken as given under the head "Income" in audited
Profit and Loss Account and excluding non-recurring income, income from other
sources and stock. It is clarified that the Financial Turnover means relevant revenue
as recorded in the Income side of Profit and Loss Account. It does not mean Profit.
>-
Closing stocks in whatsoever manner should not form part of turnover.
>-
Weightage of 7% (compounded annually) shall be given for equating the financial
turnover of the prev ious years to the current year.
>-
For considering the Financial Years, for example for a work for which the Tender is
being opened in Financial Year 20 I4-15 , the last three Fi nancial Years will be 2013­
14,2012-13 and 2011-12. For a Tender opened on (say) 05.09.2014 (FY 2014-15),
with weightage of7% compounded annually, the weightages to be applied on the
Turnover of the previous three Financia I Years wi II be : FY 2013-14 = 1.070; FY
2012-13 = 1.145 and FY 20 I 1-12 = 1.225;
~ The Bidder should furnish Annual Financial Turnover for each of the last 3 Financial
Years in tabular form and give reference of the document (with page no.) relied upon
in support of meeting the Quali fication Criterion .
>-
The Bidder should submit self attested copy of Auditor's Report along with Balance
Sheet and Profit and Loss Statement along with Schedules for the relevant Financiall
Year in which the minimum criterion is met. Provisional audit reports or certified
statements will not be accepted.
>-
If the Audited Balance Sheet for the immediately preceding year is not available in
case of tender opened before 30th Sept., audited Bal ance Sheets, Profit and Loss
Statements and other financial statements of the three Financial Years immediately
preceding the previous Financial Year may be adopted for evaluating the credentiab
of the Bidder.
>-
In case JV is permitted the following provisions will apply:
Large Works
For each Partner, the highest Annual Turnover in any of the last three Financial
Years will be considered and the weighted figure for the current Financial Year
will be worked out as described in Para 1 (Note 3). This should not be less than
the figure arrived at by multiplying the minimum Annual Turnover stipulated
for the Bidder in Qualification Criterion multiplied by the percentage of
Financial participation by that partner in the JV. Each partner should satisfy
this requirement and thus automatically JV will satisfy the criterion of
minimum Annual Turnover.
.
Normal Works
The Partner-in-charge/Lead Member shall singly meet this criterion.
2. WORK EXPERIENCE
a) Similar Works Experience
(i)
(ii) For works in normal areas (other than difficult areas)
The Bidder should have satisfactorily completed in his own name
or proportionate share as a member of a Joint Venture, at least one
OR at least two
similar work of minimum value of Rs.
similar works each of minimum value of Rs.
OR at least three
similar works each of minimum value of Rs._ _ during the last
5 (five) years prior to the last stipulated date for submission of the
Bid. Works completed prior to the cut off date shall not be
considered.
Or
For works in difficult areas (North East States, J&K,
Jharkhand, Chattisgarh and Andaman & Nicobar Islands)
The Bidder should have satisfactorily completed in his own name
or proportionate share as a member of a Joint Venture, at least one
OR at least two
similar work of minimum value of Rs.
similar works each of minimum value of Rs. _ _ during the last 5
(five) years prior to the last stipulated date for submission of the
Bid. Works completed prior to the cut off date shalt not be
considered.
(Strike out (i) or (ii) as applicable).
Similar Works
Similar Works shall mean the work of _ __ _ _ __ carried out in India.
Notes:
~ A weightage of 7% (compounded annually from the date of completion of the work
to the submission of the Bid) shall be given for equating the value of works of the
previous years to the current year.
>­
Only such works shall be considered where physical completion of entire work is
over or commissioning of work has been done, whichever is earlier.
>­
The Bidder should submit the details of such similar completed works as per the
format at Proforma-l enclosed.
>­
Works carried out by another Contractor on behalf of the Bidder on a back to back
basis will not be considered for satisfaction of the Qualification Criterion by the
Bidder.
>-
Credential certificates issued by Government Organizations / Semi Government
Organizations of Central or State Government; or by Public Sector Undertakings /
Autonomous Bodies of Central or State Government; or by Public Ltd. Companies
listed in Stock Exchange in India or Abroad shall only be accepted for assessing the
eligibility ofa Tenderer
>-
The cut off date shall be calculated backwards from the last stipulated date for
submission/ opening of Tender i.e. for a Tender which is being opened on
06.08.2014, the cut off date shall be 07.08.09.
~
In case JV is permitted the following provisions will apply:
Large Works
All the partners shall jointly meet this criterion.
Normal Works
The Partner-in-charge/Lead Member shal I singly meet this criterion.
b)
Construction Experience in key activities/specified components
To qualify for award of the contract, each Bidder in his own name or as a member
of a Joint Venture should have, in the last five Years prior to the last stipulated
date for submission of the Bid , executed the following key activities in anyone
work* / more than one work *
(* Strike out whichever is not applicable) .
•••••••••
••••
,
•••
..... .... .. ... . . .
•••••
,-,
••••••••
•
••••••••••••••••••
••
•
0
•••••••
'"
•••••••
_,.
_
,
•••••
•
•
•
•
_
•
•••••••••••••
...... .............. , .... ......... .... ,_ .. .... .... - .. . . .. . ............... . ,_
-,
,
(Ideally only very few and that too, specialized components of the work may
specified at the discretion ofNIT approving authority).
);>
);>
»
);>
work satisfying
criterion
a particular
activity may be different
from a work satisfying the criterion for another key activity.
Bidder should furnish with his Bid a tabular statement
contract-wise
key activities / specialised components executed in the last 5 years
which meet
Qualification
along with documentary proof in support
thereof (indicating
nos.).
if a work has not been completed but if
specified quantity of
activity has
the same shall be
into consideration
purpose of this criterion.
Any work
by the Bidder as a member
a Joint Venture will be
accepted provided
is documentary proof in support of the same either in
the MOUI Agreement of the JV or in a declaration by the other
of that
JV or the
confirming that the special
work was actually
by
the
» In case .TV is permitted the following provisions will apply:
shall jointly meet this criterion.
All the
as for
works.
SOLVENCY CERTIFICATE AND SERVICING OF LOAN /
LIMIT
(i) A Solvency Certificate of minimum solvency
format at
Proforma 2) from a Scheduled
issued not
ier than 6 months from
date for submission of tender is required to be submitted by the bidder.
the
The
so
by the 8 idder may
got verified from the
Bank
);>
[n case JV is permitted the following provisions will apply:
Large Works
For each Partner, the figure in
Certificate
not
than the minimum
favour of that Partner, should
figure stipulated for the Bidder in the Qualification Criterion
by
Financial participation by that Partner in the JV.
Normal Works
The Partner-in-chargelLead Member shall singly meet this criterion.
(ii) The bidder should furnish a declaration that he has not failed to service the
principal amount or interest or both of a loan account / credit limit from any
Bank or Financial Institution during a period of one year prior to the deadline
for submission of bids.
~
~
~
Notes:
In case a bidder has defaulted in servicing his loan I credit limit during the past one
year, he shall be disqualified.
The declaration may be included in the Declaration to be submitted in Proforma 3 to
this Annexure
In case JV is pennitted the following provisions will apply:
Large Works
Each Partner shall sign the declaration.
Normal Works
The Partner-in-charge/Lead Member shall sign the declaration.
4.
PROFITABILITY
The Bidder should be a Profit (Net) making fi rm and should have made profit during any
two of the past 3 Financial Years immediately preceding the deadline for
submission of bids. If the Audited BaJance Sheet for the immediately preceding year is
not available in case of tenders opened before 30 th September, Audited Balance Sheets of
the three Financial Years immediately preceding the previous Financial Year shall be
considered.
The Bidder should furnish figures of net profit of last 3 years in a tabular form
and submit attested copies of Auditor's RepOlts along with audited Balance
Sheets and Profit and Loss Statements for the last three Financial Years.
Specific reference with page no. of document which proves satisfaction of this
Qualifying Criterion should be indicated in the tabular statement.
Notes: In case JV is permitted , the following provisions will apply: Large Works
All the partners shall meet individually this criterion.
Normal Works
The
5. Partner-in~chargelLead
Member shall singly meet this criterion.
NET WORTH
The Bidder should be a Profit (Net) making firm and should have made profit during any
two of the past 3 Financial Years immediately preceding the deadline for submission of
bids. If the Audited Balance Sheet for the immediately preceding year is not available in
case of tenders opened before 30 th September, Audited Balance Sheets of the three
Financial Years immediately preceding the previous Financial Year shall be considered.
6. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA
IN CASE OF BOTH LARGE AND NORMAL WORKS
a) Sub-Contractor's Experiences and Resources
Sub-Contractors ' Experiences and Resources will not be taken into
account in determining the Bidder's compliance with the qualifying
criteria.
c) Experiences and Resources of the Parent Company and other
subsidiary companies
If the Bidder is a wholly owned subsidiary of a company, the experience
and resources of the owner/parent company or its other subsidiaries will
not be taken into account. However, if the Bidder is a Company, the
Experience and Resources of its subsidiaries will be taken into
consideration.
7.
DISQUALIFICATION ON CERTAIN GROUNDS
Even though the Bidders may meet the above qual ifying criteria, they are subject
to be disqual ified if they have
a) Made misleading or fal se representation in the forms , statements and
attachments in proof of the qualification requirements. In such a case,
besides Tenderer's liability to action under para 9.4 of Instructions to
Tenderers, the Tenderer is liable to face the penalty of banning of busin ess
dealings with him by RITES.
b)
Records of any contract awarded to them, having been determined during
the past three years prior to the deadline for submission of bids.
c) Their business banned or suspended by any Central/State Government
Department! Public Undertaking or Enterprise of Central/State Government
and such ban is in force.
d) Not submitted all the supporting documents or not furnished the relevant
details as per the prescribed fOlmat.
A declaration to the above effect in the form of affidavit on stamp paper of Rs.
10/- duly attested by Notary/Magistrate should be submitted as per fOlmat given
in Proforma 3 enclosed.
The existing Proformae 1 and 2 remain unchanged. Proforma 3 may be deleted
and replaced with the following:
Proforma 3
DECLARATION BY THE BIDDER
(Affidavit on Non-Judicial Stamp Paper ofRs.lO/- duly attested by Notary / Magistrate)
This is to certify that We, M/s. _ __ _ _ _ _ _ _ _ __ , in submission of this
offer confirm that:­
i. We have not made any misleading or false representation in the fOnTIs, statements
and attachments in proof of the qualification requirements.
II. During the past three years prior to the deadline for submission of bids, no contract
awarded to us has been determined.
III. No Central/State Government Department!
Public Sector Undertaking or
Enterprise of Central/State Government has banned/suspended business dealings
with us as on date.
IV. We have submitted all the supporting documents and furnished the relevant details as
per prescribed format.
v. List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does
not include any work which has been carried out by us through a Subcontractor on a
back to back basis.
VI. The information and documents submitted with the Tender and those to be submitted
subsequently by way of clarifications / making good deficient documents are correct
and we are fully responsible for the correctness of the information and documents
submitted by us.
vii. We have not failed to service the principal amount or interest or both of a loan
accouritl credit limit from any Bank or Financial Institution during a period of one
year prior to the deadline for submission of bids.
viii. We understand that in case any statement/information/document furnished by us or
to be furnished by us in connection with this offer, is found to be incorrect or false,
OUf EMD in full will be forfeited and business dealings will be banned.
SEAL, SIGNATURE & NAME OF THE BIDDER
. signing this document
No. RlTES/COICPC/T &CD Dated the 9t~ September, 2014 The above correction to Tender and Contract Document - July 20 II is issued
with approval of the competent authority.
y(~
r
(G.V.Chanana)
Advisor (Contract Policy)
All Divisional Heads and SBU heads Copy to: 1. Secy to CMD/DT/DP/DF. The above correction slip may be inserted in the copy
of Guidelines on Construction Project Management for information of CMD and
Directors
2. CVO
RITES Ltd. I Contract Policy Cell I GHrgaon
Tendel' and Contract Document for Works - July 2011
Correction Slip No. 12
1n supersession ofCorrectirm Slip ,"/0. 11, the existing suo-para (ii) in Proforma] ofAnnexure
1 - Declaration by (he Bidder, may be deleted (Ind replaced ~vith ihe following:
ii) During the past three years prior to the de~cJline for s~lbmission of bids, no ~
contract nwr.rded to us has been determined.
­
1
Further, in Annexure - 1 'Quailfjing Criteria for 'Works Contmc!s' para 6 (b) may be deleled
and replaced with Ihe/ollowing .
b) Records of any contract awarded to them, huving been determined during the
past three years prior to the deadline for submission of bids.
No. RITES/COICPCIT &CD
Dated the opt September, 20i4
The above correction to Tender and Contract Document - July 20 II is issued with
approval of the competent aut..J.lOrity.
Y ,u. C~-==L._
(G .V.Chanana) Advisor (Contract Pol icy) All Divisional Heads and SBU heads
Copy to:
I,
Secy to CMDIDTIDP/DF, The above correction slip may be inserted in the copy of
Guidelines on Construction Project Management for information of CMD and
Directors
2.
evo
.
RITES Ltd. I Contract Policy CeJl I Gurgaon
Tender and Contract Document for Works- July 2011
Correction Slip No. 11
In Proforma 3 ofAnnexure I· Declaration by the Bidder. the existing sub-para (iiJ may be
deleted and replaced with the following:
ii)
We do not have records of poor performance during the past three years
such as detennination of contraft, abandoning the work, not properly
completing the contract, inordinate delays in completion, litigation history
or fmuncial failures etc.
No. RlTES/CO/CPC/T&CD Dated the 08 1h August, 2014 The above correction to Tender and Contract Document - july 2011 is issued with
approval of the competent authority.
~!!-~---t(G.V.Chanana) Advisor (Contract Policy) All Divisional I-leads and SBU heads
Copy to:
1. Secy to CMDIDTIDP/DF. The above correction slip may be inserted in the copy of
Guidelines on Construction Project Management for information of CMD and
Directors
2. CVO
RITES Ltd. I Contract Policy Cell I Gurgaon .
Tender and Contract Document for Works - July 2011
Correction Slip No.1 0
\
In the Check List to be,attended to by ihe Project Coordinator, the following modification may
be made in Section 4. Schedules A to F by inserting the following between Clause 16 and
.
Clause 18:
- '
ACTION REQUIRED
ITEM REFERENCE
J
WHETHER
ACTION TAKEN
Fill in one Blank
Clause·17
/
.J
SECTION 4- PROFORMAOFSCHEDULES SClIEnULE 'F" {(nder Clauses ofContract, the fol/owing11!ay be iliser~edbelween Clause 16 and Clause 18 : Clause 17
Maintenance' Period No. RITES/CO/CPCff&CD
Dated the 12th May, 2014
The above correction to Tender and Contract Document - July 2011 is issued With
approval ,of the competent authority.
~ .~
' .
i_
. (G.V.C anana)
' Advisor (Contract Policy)
All Divisional Heads and SBU heads
,Copy to:
.- -­
1. ' Seey to CMDtDTIDPIDF. The above correction slip may be inserted in the coPy of
Guidelines on Construction Project Management for infonnation ' 9f CMD and
DireCtors
/
2.
evo RITES Ltd. I Contract Policy CellI Gurgaon Tender and Contract Document for 'Vorks - .July 2011 Correction Slip
No~
9
SECIlON 1 - Notice Inviting Tender and Instructions to Tenderers
The following corrections may be made in Anr.zexure - J rdating to QUALIFYING CRlTERlA FOR WORKS CONTRACTS 1. Annual Financiall'urnover . . The third nate under ~No'es. '-may,be deleted andreplacedasunder: · .. 1 •
Welgfttage:Of104 (compounded annually) sh<l1I 'be given for equating,the financial turnover of
the.~vi~u.SyeArs to·ihe ,current year.
f· .
,!
..
TheldJJr.iJrc11oteunder ~N(jte$' maybe:deletedal1llreplaced as under: .
. .. 1~Qr;~i~ering;t4eF~iaI,y~,:for examPle.:fo~ a.work forwhl,Qh th~ T¢ndet is.being . . ,~toJii,Fjhancl:al:Yqt~29f14.{5, ~lastfive:F~i~ Years willbe2011~14;~(>l2A3) ' . ~. ~~~~~<{~l.2dl~lhm,a 2~§~lO~:Fht:a~~?er:o~ed~~~($lt~).~5J)S~2QH :~ ~~1 t15),_ ..
. -'With~gh~of1%C6'rnptlttiid~(la:tll1Uiilly:,,:~; ·.w~_~tages: to -~ :~p~l~ed 9D;ij1.eTurnoverof '.
·-" tb~p~ti$:live~F1nanci:afVems.~t-~:FY 2013 ~ 14 == L070~ FY i012-11' :: 1.145; FY ' '. '
2011.~1Z'=U25; ;FY201(}"n =1.311artd.FY2009:'1()·:
10403 ' .
.... . Thefust Mleunder 'Not~s'niaybe deleted and replacedaSlmd~r:
;.
A,~i@tage~r~/o (J<OmpO~ded annuallyfromtlie.dawtif ootnpl~iioi1 Of.tI1~.WorlC,to·'1he.·.
subtnl~(m' ot.the Bid}~lbegiven'fot~atingthe value of'works ofth~pteviousyeats' to
.' 'the c~t,year.
.
.
,."
;.
, . .1
)..
No ~
RITES/COICPCrr&CD Dated the 29th April, 2014 The above correction to Tender and Contract Document - July 20] I is issued with
approval of the competent authority;
~. U"
. .(G.V£hanana)
r
..
.Advisor (Contract Policy)
All Divisional R'eads ·an<l SBU heads
Cbpy to:
..L .~ .to ·<;MDnJrIOPIDF. The'abOve CQrrcclion ,slip
Goide1ihes '.on
' ~Ql'S
Construction Project .Manag~ent fot. · information ·of CMD • arid .
.
..
. . 2. CVO
ll1ay be inserted .~ the copy of
,. .
1.
t
;
RITES Ltd. / Contract Policy Cell / Gurgaon
Tender and Contract Document for Works - July 2011
Correction Slip No.8
SECTION 1 - Notice Inviting Tender and Instructions to Tenderers
Clause 2.0 QUALIFICATION CRITERIA TO BE SATISFIED
Clause 2.1 refers 10 Annexure I where the Qualific61tion Criteria to be satisfied are
given. In Annexure 1, the criterion of 'Profitability' stipulated vide para 4 thereofmay
be deleted and replaced with the criterion of 'Net Worth' as given hereunder.
However, the Notes given at the end ofthe existing para 4 will remain unchanged.
4. Net Worth
The bidder should have positive net worth. This will be judged from the Audited
Balance Sheet of the last financial year ending on a date not prior to 18 months
from the due date for submission of the tender (or, if the due date is extended, such
extended date of submission.)
No. RITES/CPC/CONT Dated the 30th December, 2013 The above conection to Tender and Contract Document - July 2011 is issued with
approval of the competent authority.
~CA--
(,
(G.V.Chanana) Advisor (Contract Policy) All Divisional Heads and SBU heads
Copy to:
l. Secy to CMD/DF/DT/DP. The above correction slip may be inserted in the copy of
Guidelines on Construction Project Management for information of CMD and
Directors
2. CVO
RITES Ltd. / Contract Policy Cell / Gurgaon Tender and Contract Document
fOI'
Works - July 2011 Correction Slip No.7 SECTION 1 - Notice Inviting Tender and Instructions to Tenderers
Clause 2.0 QUALIFICATION CRITERIA TO BE SATISFIED
In the existing Clause 2.2 the .fig ure of 'Rs.30 Crores may be replaced with 'Rs.] 00
Crores'
I
No , RITES/CPC/CONT Dated the 27th August, 2013 The above correction to Tender and Contract Document - July 2011 is issued with
approval of the competent authori ty,
~~
(G,V .Chanana) C
Advisor (Contract Policy) All Divisional Heads and SBU heads
Copy to:
I . Secy to CMD/DF/DTIDP. The above correction slip may be inserted in the copy of
Guidelines 011 Constructi.on Project Management for information of CMD and
Directors
2. CVO
RITES Ltd. / Contract Policy Cell / Gurgaon
Tender and Contract Document for Works - July 2011
Correction Slip No.6
SECTION 1 - Notice Inviting Tender and Instructions to Tenderers
ANNEXURE VI Form of letter of acceptance
Annexure VI may be deleted. However, in order to not to change the number of
subsequent Annexures, Annexure VI may be left blank and the word 'BLANK' written
across it.
The format for 'Letter of Acceptance' given vide Annexure 8.2 of RITES' Guidelines
on Construction Project Management may be adopted while issuing the letter of
acceptance to the successful bidder.
No. RITES/CPC/CONT Dated the 16th July, 2013 The above correction to Tender and Contract Document - July 2011 is issued with
approval of the competent authority.
pVt-
(' .
(G.V.Clianana) Advisor (Contract Policy) All Divisional Heads and SBU heads of RI, B&A, UI, TI, TS and CS Division
Copy to:
1. Secy to CMD/DF/DT/DP. The above correction slip may be inserted in the copy of
Guidelines on Construction Project Management for information of CMD and
Directors
2. CVO
RIT:ES Ltd. / Contract Policy Cell / Gurgaon Tender and Contract Document for Works - July 2011 Correction Slip No.5 SECTION 1 - Notice Inviting Tender and Instructions to Tenderers
ANNEXURE VI Form of letter of acceptance
The last sentence of 2nd para which reads "Bank Guarantees issued by the following Banks
will not be acceptable
( Names of Banks
)" may be
deleted and replaced by :
Bank Guarantees issued by only Scheduled Banks or State Bank of India will be
accepted.
No. RITES/CPC/CONT Dated the 10th December, 2012 The above correction to Tender and Contract Document - July 2011 is issued with
approval of the competent authority.
p~
(G.V·
.
e
Advisor (Contract Policy) All Divisional Heads and SBU heads of RI, B&A, UI, TI, TS and CS Division
Copy to:
1. Secy to MD/DF/DT/DP. The above correction slip may be inserted in the copy of
Guidelines on Construction Project Management for information of MD and Directors
2. CVO
I Contract
Cell I
and Contract Document for Works - July 2011
Correction Slip
1 - Notice Inviting
The following may added at the
document
payment of cost
4
and Instructions to Tenderers
para 5.2:
issued free
cost to
document as a matter of
as arc exempted
Policy.
The existing para 5.3 may be replaced with the following:
Tender
including drawings can also
downloaded
website
and
a case, the
shall deposit
cost of
tender documents (unless he is exempted
such payment as a matter
Government Policy) alongwith submission of
failing which
shaH no!!:
documents
be deposited
Order and
the envelope
the Earnest Money Deposit. In case the Tenderer is
from
the
onus
such
shall rest with
Tenderer and proof
for
shall
t
be
documents
clarifications to the
on
above
website.
The existing para 9.2 may be modified
adding the following at the end of(he para:
the tenderer is exempted
Government Policy_ The onus of
and such
shall be IJIU""vU
payment of
such
Money as a matter
shall rest with
Tenderer
Earnest Money_
, the contents
In para 11.1 (aJ, under the heading' PACKET A
1 may be modified as under:
Envelope 1 Earnest
Tender
alongwith Mandate
if the bid is
website,
Policy_ If
must placed in this
as per
on the
and cost
UlHvHl dmvnloaded
payments as a matter
su bstanti ating
In para 11.4.1 (a), under the heading ' PACKET A :.. TECHNICAL BID', the marking of
Envelope 1 may be modified as under by adding sub-para (iii) :
Envelope 1
iii) If the Bidder is exempted from payment Earnest l\'loney and Cost
of Tender Document, he should superscribe "Documents
Substantiating Exemption from Payment of Earnest Money and
Cost of Tender Documents"
In para 12.2 (a) (i) the following may be added afier the words"
. l1'l
. t he 4th" 6th loth an d. 11th {.rnes :
appearing
in an acceptable form"
(unless exempted)
In para 12.3 (a) the following may be added after the words"
. l1'l
. t he 2nd , 4th an d 7th ['mes :
appeanng
in an acceptable form"
(unless exempted)
No. RITES/CPC/CONT Dated the 28th September, 2012 The above correctio~s to Tender and Contract Document
approval of the competent authority.
p~
~
July 2011 are issued vvith
:f
(G.V.Cl1anana) Advisor (Contract Policy) All Divisional Heads and SBU heads of RI, B&A,
ur, TI, TS and CS Division
Copy to:
1. Secy to MD/DFIDT/DP. The above correction slip may be inserted in the copy of
Guidelines on Construction Project Management for information of MD and Directors
2. CVO
RITES Ltd. / Contract Policy Cell / Gurgaon Tender and Contract Document for Works - July 2011 Correction Slip No. ! In the Check List to be attended to by the Project Coordinator, the following modification may be
made:
ITEM REFERENCE
1.1
ACTION REQUIRED
WHETHER
ACTION TAKEN
Strike out the item not
applicable and fill in 2 blanks
SECTION 1 - Notice Inviting Tender and Instructions to Tenderers
The existing para 1.1 may be replaced with the following:
1.1 Tender Notice
Tenders are invited in Two Packet / Single Packet system by RITES Ltd., a Public Sector
Enterprise under the Ministry of Railways, acting for and behalf of _ __ _ _ __
(Employer) as an Agent / Power of Attorney Holder, from working contractors (including
contractors who have executed works within the last five years reckoned from the
scheduled date of opening of tender) of Government Organizations / Semi Government
Organizations of Central or State Government; or of Public Sector Undertakings /
Autonomous Bodies of Central or State Government; or of Public Ltd. Companies listed
in Stock Exchange in India or Abroad, for the work of _ _ _ _ __ _ _ _ __
(Note : Throughout these bidding documents, the terms 'bid' and 'tender' and their
derivatives are synonymous).
ANNEXURE - I Qualifying Criteria for works contracts
In para 2 relating to Work Experience, under Similar Works the definition may be modified as
under:
Similar Works
A Similar Work shall mean the work of
India.
carried out in
In the Notes under Similar Works, the 51h note may be replaced with the following:
Credential certificates issued by Government Organizations / Semi Government
Organizations of Central or State Government; or by Public Sector Undertakings /
Autonomous Bodies of Central or State Government; or by Public Ltd. Companies listed
in Stock Exchange in India or Abroad shall only be accepted for assessing the eligibility
of a Tenderer
~
Note 2 of Proforma - 1 'List of Similar Works Satisfying Qualification Criterion, Completed
During the Last 5 Years' may be replaced with thefollowing:
Such credential certificates issued by Government Organizations / Semi Government
Organizations of Central or State Government; or by Public Sector Undertakings /
Autonomous Bodies of Central or State Government; or by Public Ltd. Companies listed
in Stock Exchange in India or Abroad shall only be accepted for assessing the eligibility
of a Tenderer
In case of a certificate from a Public Limited Company, the bidder should also submit
documentary proof that the Public Ltd. Co. was listed in Stock Exchange in India or
abroad when the work was executed for it.
Para 1(a) of ANNEXURE II A 'Qualification Information / Checklist of Documents - Letter of
Transmittal by Other than Joint Ventures', para 2(i)(a) of ANNEXURE II B(L) and para (c) of
ANNEXURE II B(N) may be replaced with the following:
Self attested copy of a certificate, confirming that the applicant is a working contractor or
has executed any work within the last five years reckoned from the date of opening of
tender, issued by a Government Organization / Semi Government Organization of Central
or State Government; or by a Public Sector Undertaking / Autonomous Body of Central or
State Government; or by a Public Ltd. Company listed in a Stock Exchange in India or
Abroad.
No. RITES/CPC/CONT Dated the 27th September, 2012 The above corrections to Tender and Contract Document - July 2011 are issued with
approval of the competent authority.
fl~'
~
(G.V.Chanana) Advisor (Contract Policy) All Divisional Heads and SBU heads of RI, B&A, Ul, TI, TS and CS Division
Copy to:
1. Secy to MD/DF/DT/DP. The above conection slip may be inserted in the copy of
Guidelines on Construction Project Management for information of MD and Directors
2. CVO
RITES Ltd. / Contract Policy Cell / Gurgaon RITES Tender & Contract Document, 2011 Correction Slip No.2 SECTION 1- Notice Inviting Tenders and Instructions to Tenderers
Para 9.3 Refund of
Money
The existing para 9.3(c) may be re-numbered as para 9.3(d) and a new para 9.3(c) may be
inserted as under:
9.3(c)
The Earnest Money shall
refunded only through Electronic Fund Transfer. The
tenderer shall submit RTGSINEFT Mandate
as
proforma given in
Annexure IX, duly filled
Para 11.1 Two Packet System and Single Packet System
(a)
Two Packet System
PACKET A:- TECHNICAL BID
In the contents ofEnvelope J, the words "alongwith Mandate
Money".
filled in" may be inserted after the words
as per
IX duly
Para 11.4.1 Two Packet System
(a) PACKET A - TECHNICAL BID
Envelope 1
In item (i) the words "alongwith Mandate Form as
words
Money.
"
Annexure
A new annexure giving
the format enclosed.
SECTION 2
IX" may be added after the
details of Mandate Form may be added as Annexure
as
Tender and Contract Form for Works
The following sentence may be added at the end ofpara 4 ­
"Mandate Fonn authorizing RITES Ltd. to make all payments through
Annexure IX, duly filled in, is enclosed."
as per
ANNEXURE - IX
Mandate Form
To RITES Ltd. Dear Sir,
Authorization for payments tlu'ough Electronic Fund Transfer System (RTGSINEFT)
We hereby authorize RITES Ltd. to make all our payments, including refund of Earnest Money,
through Electronic Fund Transfer System (RTGSINEFT). The details for facilitating the
payments are given below:
-
NAME OF THE BENEFICIARY
ADDRESS WITH PIN CODE
(A) TELEPHONE NO. WITH STD CODE
(B) MOBILE NO.
4 BANK PARTICULARS
A BANK NAME
B BANK TELEPHONE NO. WITH STD CODE
C BRANCH ADDRESS WITH PIN CODE
D BANK FAX NO. WITH STD CODE
E II CHARACTER IFSC CODE OF THE BANK
(EITHER ENCLOSE A CANCELLED
CHEQUE OR OBTAIN BANK CERTIFICATE
AS APPENDED)
F BANK ACCOUNT NUMBER AS
APPEARING ON THE CHEQUE BOOK
G BANK ACCOUNT TYPE (TICK ONE)
-
/
I
2
3
SAVING
CURRENT
CASH CREDIT
OTHERS
LOAN
H IF OTHERS, SPECIFY
5 PERMANENT ACCOUNT NUMBER (PAN)
6 E-MAIL ADDRESS
I/We hereby declare that the particulars given above are correct and complete. If the transactIOn IS
delayed or credit is not effected at all for reasons of incomplete or incorrect information, I/We would not
hold RlTES Ltd. responsible. Bank charges for such transfer will be borne by us.
SIGNATURE
Date----------
(AUTHORlSED SIGNATORY)
Name -----------------------------­
BANK CERTIFICATION
It is certified that the above mentioned beneficiary holds bank account No.-------------------------with our
branch and the Bank particulars mentioned above are correct.
Date-----------­
SIGNATURE
(AUTHORISED SIGNATORY)
Name -----------------------------­
OFFICIAL STAMP RITES Ltd / Contract Policy Cell / Gurgaon
RITES Tender & Contract Document, 2011
Correction Slip No. 1
SECTION 1 -
NOTICE INVITING· TENDERS AND INSTRUCTIONS TO
TENDERERS
Para 11 - Submission of Tenders
On page 8 the secondpara under heading 'Packet B - Financial Bid'may be modified to read
psunder:
..All rates and o.mounts, wh~ther in figures or words, must be written in indelible ink Each
correction, cutting, addition and overwriting should be initialed by the Tenderer."
ANNEXURE - 1- QUAUFYING CRITERIA FOR WORKS CONTRACTS
Para 2 - Work Experience
The fifth bullet appearing under 'Notes' on. page 20 may be modified to readas under :
"Credential certificates issued by Govt. Organizo.tions/Semi Govt. Organizations/Public
Sector Undertakings/Autonomous Bodies . of Central State Govts.lMunicipal Bodies/Public
Ltd. Cos. Listed in Stock Exchange in India Of' abroad, shall only be accepted for assessing
the eligibility of a tenderer:
Schedule 'F'
In Schedule 'P (page 64) the following may be addedafter 5.1.{b) Table:
"Clause 5A - Shifting of stipulated date of completion
Competent Authority Accepting Authority as Specified in Clause 2(vii) Of Conditions of Contract Above" 1
RlTES Lid. I Contract Policy CellI Gurgaon General Conditions of Contract for Works,2011 Correction Slip No.6 ~
SECTION 8 - Clauses of Contract
. Clause 17
Contractor Liable for Damages, Defects during Maintenance Period and
Refund of Security Deposit
.
. In the first para ofthe existing clause, .the expression "twelve months (six inonthsin the case
ofwork costing Rs.tenlakh and below except road work)" appearing at (jh17th line from top "
and !5 Ihllrl'-.linefr()m;'t opmaybe deletedandreplacedwiththefollowing:
.
the maintenance .periodspeciflcd in Schedule 'P .
.. .
Further; the .Jastsentence ofthe first pa~aintheexisting clause may be deleted and replaced
with the following:
.P rovided that in the case of roadwork, ifin the opinion of the Engineet~irt-Charge, half of the Security Deposit is sufficient to meet alUiabilities of the contractor under thiS-contract, half of the Security D~posit.willberefundableon expiry ofhalf the specifie4 maintenance period and the remaiI$g b..a1f aftcrexpiry of the full maintenance period from the date of issue ofthe Said certificate of completion or till the FmalBill has been prepared and passed, whichever is later. The maintenance period to be mentionedir. Schedule F shallbeflXed by the Tend.er
.. Approving Authority;specijied in the SOP.
No. RITES/epC/CONT Dated the 12.th May, 2014 ' The above correction to Gee for \Vorks, 2011
competent authority. IS
issued with. approval r of the
r
p~
:r­
(G.V. ~aria) Advisor (ContractPolicy) All Divisional Heads and SBU heads '
Copy to:
1. Se~y to Clv'tl)/DTIDP/DF. The above correction slip may be inserted
'GeC for-Works, 2011' for information of CMD and Directors
2. eva
ill the copy of
.
,;
,
.'
RITES Ltd. / Contract Policy Cell / Gurgaon General Conditions of Contract for Works, 2011 Correction Slip No.5 SECTION 8 - Clauses of Contract
Clause 3
When Contract can be Determined
In the existing sub-clause 3(a) the following sub-sub-clause 3(a)(i) may be added before subclause 3(b):
.
3(a)(i) Further, the contractor shall be Qeemed to be declared a 'Poor Performer' as
per Clause 52.7 hereinafter (without issuance o~ any notice in this regard) and
shall not be eligible for a period of upto two years, to participate in tenders of
other works which may be invited by RITES Ltd.
Clause 52
Programme and Performance
In the existing Clause 52, a new sub-clause 52.7 may be added as under:
Clause 52.7 Poor Performance and Consequences Thereof
The Engineer-in-Charge, without prejudice to his other rights against the contractor, may
declare the contractor to be a poor performer after giving him written notice of seven days in
any of the following cases:
i. The contractor abandons the work for 30 days or more without valid reasons.
ii. Progress on the work is behind schedule by 25% or more of the stipulated contract
period for reasons solely attributable to the contractor.
iii. Completion of work is delayed by 25% or more of the stipulated contract period for
reasons solely attributable to the contractor.
iv. The contractor repeatedly (twice or more) makes claims on frivolous grounds or goes
to court or seeks arbitration for such claims.
.
v. The contractor repeatedly (twice or more) seeks extra-contractual financial support
from RITES for completing the work. .
.
vi. If there are more than two instances of financial failure of contractor in making timely
payments to his labour or sub contractors or to suppliers of materials.
Upon declaration of the contractor as ' poor performer' , his name will be placed in RITES'
'Negative List of Contractors' and he will not be eligible for a peri(ld of up to two years, to
participate in tenders of other works which may be invited by RITLS.
.
No. RITES/CPC/CONT Dated the 26 th March, 2014 The above correction to GCC for Works, 2011
competent authority.
p~
IS
issued with approval of the
-e.
(G.Y.Chanana) Advisor (Contract Policy) All Divisional Heads and SBU heads
Copy to:
1. Secy to CMDIDTIDPIDF. The above correction slip may be inserted in the copy of
'GCC for Works, 2011' for infoffilation ofCMD and Directors
2. evo
RITES Ltd. I Contract Policy CellI Gurgaon
General Conditions of Contract for Works, 2011
Correction Slip No.4
SECTION 8 - Clauses of Contract
Clause 1 Performance Guarantee
In the existing sub-clause 1(I)) the first sentence may be deleted and replaced by the
following:
(i)
contractor shaH submit an irrevocable Performance Guarantee of 5%
Percent) the tendered value and also an AdditionalPerformance
his
cost work put to tender, of an amount by
offer is less than 90% of the
cost, for the contractor's proper
which the bid falls short of 90% of the
contrac,t agreement (notwithstanding and/or without prejudice any
performance of
other provisions in the contract) within the period specified in Schedule F from the
Letter of Acceptance.
date of
Clause lA
Recovery of Security Deposit
In the
Clause JA the last para may be
and rep/aced by the following:
Deposit may
submission of
by a
scheduled bank or
on
to a minimum amount
Lacs subject to the condition that the amount any Bank Guarantee IVAo,.,IVUl
the
one, shall not be less than Rs. 5.0 Lacs. Bank Guarantee submitted t:ll:>t:lm;:,
Security Deposit shall be initially valid uptp the stipulated date completion of work
17 hereinafter. The Bank Guarantee
plus
period defined under
shall be
from time to time when contract period is extended under
Deposit will
governed by
clause 2 and 5. Final refund of
17 hereof
provisions of
Clause 5
Time and Extension for Delay
In the existing
failing which the amounts specified in Schedule F shalI be withheld tor nonof milestones. The withheld amount may be released when the
subsequent milestone(s) is/are achieved. The withheld amount may also be released
submission of Bank Guarantee of equivalent amount issued by a scheduled
bank or by State Bank of India.
i:1f)i:1lll.:H
No.
the 16th July, 2013
The above correction to GCC for Works, 2011 is issued with approval of the
competent authority.
Advisor (Contract Policy) All Divisional Heads and SBU heads '-...../
Copy to:
1. Secy to CMD/DFIDT/DP.
above correction slip may be inserted in
'GCC for Works, 2011' for information ofCMD and Directors
2. copy of
cva
'--"
RITES Ltd. / Contract Policy Cell / Gurgaon
General Conditions of Contract for Works, 2011
Correction Slip No.3
SECTION 8 - Clauses of Contract
Clause 1 Performance Guarantee
The existing sub-clause (iv) may be re-numbered as (v) and the following sub-clause (iv) may
be inserted:
(iv) In lieu of the Performance Guarantee and/or Additional Performance Guarantee,
the contractor may submit Demand Draft of the like amount issued by a
scheduled bank.
No. RITES/CPC/CONT Dated the 17th July, 2012 The above correction to GCC for Works, 2011 is issued with approval of the
competent authority.
p~
e
(G.V.Chanana) Advisor (Contract Policy) All Divisional Heads and SBU heads of RI, B&A, UI, TI, TS and CS Division
Copy to:
1. Secy to MD/DF/DT/DP. The above correction slip may be inse11ed in the copy of
'GCe for Works, 2011' for information ofMD and Directors
2. CVO
RITES Ltd / Contract Policy Cell / Gurgaon General Conditions of Contract for Works, 2011 Correction Slip No. 2 SECTION NO. 7 - Conditions of Contract
The existing sub-para (viii) of Para 2 may be deletedand replaced with the following :
"(viii) Excepted risks are risks due to war (whether declared or not), invasion, act of foreign
enemies, hostilities, civil war, any acts of Government and other causes over which the
Contractor has no control and accepted as such by the Accepting Authority or causes solely
due to use or occupation by the Employer of the part of the works in respect of which a
certification of completion has been iSSued or a cause solely due to the Employer's faulty
design of works:
Further, a new sub-para (xv) under this para may be inserted to readas under :
"(xv) Replacement Cost means (a) tendered value plus (b) cost of materials supplied by the
Employer (assessed cost of such materials if the materials are supplied free of cost) plus
10'70 of both (a) and (b)."
SECTION No.8 - CLAUSES OF CONRACT
The existing sub-clause (a) and (b) of Clause 47.1.1 may be deleted and replaced with the
following :
"(a) The works at their Replacement Cost.
(b) A" plants and equipment and other things brought to the site by the contractor shall be
insured for a sufficient amount not less than Rs. 5 lacs or 1'70 of the Tendered Value,
whichever is more."
No. RITES/CPClCONT Dt.9.1.12 The above corrections to GCC are issued with the approval of competent authority.
~~6L!~~
(5. . Malhotra) Ex ert/Q>C All Divisional Heads and SBU Heads of RI, B&A, UI, TI, TS and CS Divisions
Copy to:
Secy to MD/DP/DF/DT - the above correction slip may be inserted in the copy of GCC
issued for information of MD and Directors
Cyo
M
I
V,
Aj)\J('CJ-fN-J )
((S t.--R) .--jl r CL~L1~ VL-;
~
' ),
RITES Ltd / Contract Policy Celt / Gurgaon
Genera1 Conditions of Contract for Works, lOll
Correction Slip No. 1
SECTION NO. 7 - Conditions of Contract
Para 2 - Meaning of Expressions
An additional sub-clause (xiv) may be addedas under :
"(xiv) Stipulated date of completion: It is the date arrived at by adding the time aHowed for
completion as specified in Schedule 'F' to the date of commencement of the work."
SECTION No.8 - Cfausesof Contract
An additional Clause 5A may be insertedas under:
MCLAUSe 5A
Shifting of Stipulated I>Gte of Completion
The authority specified in Schedule'F' may, at the written request of the contr<act>or, Shjft
the stipulated date of comp1etion only if the execution of work is delayed by more than 25'10
of the time allowed for completion, on account of reasons solely attributabile tG the
Employer or the Engineer-in-Charge. ~
The decision of the competent authority regarding shifting of the stipulated date of
completion and the extent of shifting shall be final and binding upon the contractor.
The stipulated date of completion so shifted by the competent authority shaH be
considered for the purpose of Clause lOCC as the stipulated date of completion:
CLAUSE lOCC
Payment due to increase/decrease in prices/WQges Qfter Receipt of ·Tender for 'Works
This chuse may be modified to read as under:
"This clause will be applicable only when so provided in Schedule 'F'.
If the prices of materials (not being materials supplied or services rendered at fixed prkes
by the Employer in accordance with Clauses lO & 34 hereof) and/or wages of labour
required for execution of the work increase, the Contractor shaH be compensated for such
increase as per provisions detailed below and the amount of the Contract shall accordingly
be varied, subject to the condition that such compensation for escalation in tM'ices and
wages shall be available only for the work done during the stipulated period of the contract
including the justified period extended under the provisions of clause 5 of the contract
Without any action under clause 2. However, for works executed during the justified period
extended as above, the compensation as detailed below will be limited to the indices/wages
prevailing at the time of stipulated date of completion or as prevailing for the period under
1
~
,. . "...
\
\'
/ :; .. ; .
consideration, whichever is less. Such compensat,jon for escalation in fhe prices of
materials and labour, when due, shall be worked out based 011 the following provisions .'
CLAUSe 13
Foreclosure of Contract due to Abandonment or Reduction in Scope of Work
The phrase appearing in If'' line from top (page 30) 'which decision will be final and binding
may be replaced with 'whose decision will be final and binding'
CLAUSe 14
Taking away part work due to default of the Contractor and recovery of additional
cost of Contractor
The phrase appearing in para (ii) (line 31) 'does not remedy it or takes effective steps to
remedy it' may be replaced by 'does not remedy it (}if' does not take effective steps to
remedy it'
The word appearing at penultimate line on page 31 as" appearing between the words 'he' and
'shall'may be deleted and word 'to' inserted between the words 'liable' and poy'
CLAUSe 15
SUspension of work
At the end of the existing clause, the following para may be added :
"Provided further that the contractor shall not be entitled to claim any compensation from
the Employer for the loss suffered by him on account of dday by the Employer in supply of
materials in Schedule "B' where such delay is covered by diffkulties relatlf79 to the suppty
of wagons, force majeure including n on-allotment of such materials by controlling
authorities, acts of God, acts of enemies of the state/country or any reasonable cause
beyond the control of the EmployerNo. RITES/CPC/CONT
Dt. 21.11.11
The above corrections to GCC are issued with the approval of competent authority.
( S.K. Malhotra)
Expert/Q>C
All Divisional Heads and SBU Heads of RI, B&A, VI, TI, TS and CS Divisions
Copy to:
Secy to MD/DP/DF/DT - the above correction slip may be inserted in the copy of Gee
issued for information of MD and Directors
eva, Adv/RPO/South/Chennai
2