Bid Document

Transcription

Bid Document
1
W-1
MAHARASHTRA STATE RURAL LIVELIHOODS MISSION
Credit No . IDA 4978-IN
NATIONAL COMPETITIVE BIDDING
(CIVIL WORKS)
Name of work
Refurbishment of office space, fixtures & office
furniture of MSRLM
Period of sale of bidding
document
Time and date of hours pre-bid
conference
Last date and time for hours
receipt of bids
Time and date of opening
hours of bids
Place of opening of bids
From -1/1/2014 to 29/1/2014 up to 5.30 pm (IST)
Officer inviting bids
Shravan Hardikar IAS
Chief Executive Officer (CEO)
Maharashtra State Rural Livelihoods Mission (MSRLM)
Floor/Room number: 101,102, Ist Floor, Monarch Plaza,
Plot No. 56, Sector – 11.
City: CBD, Belapur
ZIP Code: 400 614.
Country: India
Telephone: 022 – 27562554/52.
Date :- 15/1/2014 at 1.00 pm
Date :- 30/1/2014 up to 3.30 pm
Date :- 30/1/2014 at 4.00 pm
Maharashtra State Rural Livelihoods Mission (MSRLM)
Floor/Room number: 101,102, Ist Floor, Monarch Plaza,
Plot No. 56, Sector – 11.
City: CBD, Belapur
ZIP Code: 400 614.
Country: India
Telephone: 022 – 27562554/52.
Section VII. Works Requirements
2
INVITATION FOR BID
(IFB)
Section VII. Works Requirements
3
GOVERNMENT OF MAHARASHTRA
MAHARASHTRA STATE RURAL LIVELIHOODS MISSION (MSRLM)
NATIONAL RURAL LIVELIHOODS PROJECT (NRLP)
INVITATIONS FOR BIDS (IFB)-NATIONAL COMPETITIVE BIDDING
Bid No.: Ref.No.MSRLM/SMMU/Refur.Tender/1583/2013-14
Date: 26/12/2013
(CREDIT NO. 4978 IN)
1. The Government of India has received a credit from the International Development Association / loan
from the International Bank for Reconstruction & Development towards the cost of National Rural
Livelihoods Project and intends to apply a part of the funds to cover eligible payments under the
contracts for construction of works as detailed below. Bidding is open to all bidders from eligible
source countries as defined in the IBRD Guidelines for Procurement. Bidders from India should,
however, be registered with the Government of Maharashtra or other State Governments/Government
of India, or State/Central Government Undertakings. Bidders are advised to note the minimum
qualification criteria specified in Clause 4 of the Instructions to Bidders to qualify for the award
of the contract.
2. The Chief Executive officer, Maharashtra State Rural Livelihoods Mission invites bids for the
construction of works detailed in the table. The bidders may submit bids for any or all of the following
works, for the package or for any of the slices.
3.
Bidding documents (and additional copies) may be purchased from the office of State Mission
Management Unit (SMMU), MSRLM from 01/01/2014 to 29/01/ 2014 up to 5.30 pm by paying the
cost of bidding documents (non-refundable) as indicated in table 1, in the form of cash or Demand
Draft on any Scheduled bank payable at CBD Belapur in favour of “CEO, Maharashtra State Rural
Livelihoods Mission (MSRLM)” Interested bidders may obtain further information from State
Mission Management Unit, MSRLM. Bidding documents requested by mail will be dispatched by
registered/speed post on payment of an extra amount of Rs. 2000/-. The Maharashtra State Rural
Livelihoods Mission (MSRLM) will not be held responsible for the postal delay if any, in the delivery
of the documents or non-receipt of the same. The bidding documents are allowed to be downloaded
from website www.msrlm.org & http://www.mahashg.com/NRLMAdv.html in which case payment
towards the cost of bidding documents should accompany the bid submission, in the form of Demand
Draft in favour of”, CEO,Maharashtra State Rural Livelihoods Mission (MSRLM),” Payable at
CBD Belapur, Navi Mumbai.
4. Bids must be accompanied by security of the amount specified for the work in the table 1 below, drawn
in favour of “CEO, Maharashtra State Rural Livelihoods Mission (MSRLM)” Bid security will
have to be in any one of the forms as specified in the bidding document and shall have to be valid for
45 days beyond the validity of the bid.
5. Bids must be delivered to Chief Executive officer, State Mission Management Unit, Maharashtra State
Rural Livelihoods Mission, CBD Belapur, Navi Mumbai on or before 15.30 hours on 30/1/2014 (date)
and will be opened on the same day at 16.00 hours, in the presence of the bidders who wish to attend.
If the office happens to be closed on the date of receipt of the bids as specified, the bids will be
received and opened on the next working day at the same time and venue.
6. A prebid meeting will be held on 15/01/2014 at 1.00 pm at the office of Chief Executive officer, State
Mission Management Unit, Maharashtra State Rural Livelihoods Mission, CBD Belapur, Navi
Mumbai to clarfy issues and to answer questions on any matter that may be raised at that stage as
stated in clause 9.2 of instructions to bidders of the bidding document.
7. Other details can be seen in the bidding documents.
Section VII. Works Requirements
TABLE-1
Package No.
Name of work
1
2
MSRLM/SSMU/Re
ferb-1
8.
4
Approximate
value of work
(INR )
3
Bid security
(Rs)
4
3,20,74,000.00/-
3,20,000.00
Refurbishment and renovation of
office space, including plumbing,
electrification, masonary, sanitary
works, providing fixtures & office
furniture for MSRLM at Cidco
Bhavan, CBD Belapur, Navi
Mumbai.
The right to reject any or all of the bids remains in the under signed
Chief Executive officer
Maharashtra State Rural Livelihoods Mission
CBD Belapur, Navi Mumbai, Maharashtra
Cost of
bidding
document (Rs.)
5
Period of
completio
n
6
5000.00
Four
Months
Section VII. Works Requirements
5
SECTION 1: INSTRUCTIONS TO BIDDERS
(ITB)
Section VII. Works Requirements
6
Section 1: Instructions to Bidders
Table of Clauses
A.
No.
General
1.
2.
3.
4.
5.
6.
7.
B.
D.
Submission of Bids
7
7
7
7
10
10
10
19.
20.
21.
22.
Sealing and Marking of Bids
14
Deadline for Submission of Bids
Late Bids
Modification and Withdrawal of Bids
E.
Bid Opening and Evaluation
23.
24.
25.
26.
27.
28.
29.
30.
Bid Opening
Process to be Confidential
Clarification of Bids
Examination of Bids and Determination of Responsiveness
Correction of Errors
Currency for Bid Evaluation
Evaluation and Comparison of Bids
Preference for Domestic Bidders
F.
Award of Contract
31.
32.
Award Criteria
Employer's Right to Accept any Bid
and to Reject any or all Bids
Notification of Award
Performance Security
Advance Payment and Security
Adjudicator
Corrupt or Fraudulent Practices
Scope of Bid
Source of Funds
Eligible Bidders
Qualification of the Bidder
One Bid per Bidder
Cost of Bidding
Site Visit
Bidding Documents
8.
9.
10.
C.
Page No.
Content of Bidding Documents
Clarification of Bidding Documents
Amendment of Bidding Documents
11
11
11
Preparation of Bids
11.
12.
13.
14.
15.
16.
Language of Bid
Documents Comprising the Bid
Bid Prices
Currencies of Bid and Payment
Bid Validity
Bid Security
12
12
12
12
13
13
17.
18.
Alternative Proposals by Bidders
Format and Signing of Bid
14
14
33.
34.
35.
36.
37.
Page
15
15
15
16
16
16
16
17
17
17
18
18
18
18
19
19
19
19
Section VII. Works Requirements
7
A. General
1.
Scope of Bid
1.1
The Chief Executive officer, Maharashtra State Rural Livelihoods Mission (referred to as Employer in
these documents) invites bids for the construction of works (as defined in these documents and referred
to as "the works") detailed in the table given in the Invitation for Bids (IFB). The bidders may submit
bids for any or all of the works detailed in the table given in IFB.
1.2
The successful bidder will be expected to complete the works by the intended completion date specified
in the Contract data.
2.
Source of Funds
2.1
The Government of India has received a loan/credit from the International Bank for Reconstruction and
Development/the International Development Association (hereinafter interchangeably called “the Bank”)
towards the cost of National Rural Livelihoods Project and intends to apply a part of the funds to cover
eligible payments under the contract for the Works. Payments by the Bank will be made only at the
request of the borrower and upon approval of the Bank in accordance with the Loan/Credit Agreement,
and will be subject in all respects to the terms and conditions of that Agreement. Except as the Bank
may specifically otherwise agree, no party other than the borrower shall derive any rights from the
Loan/Credit Agreement or have any rights to the loan/credit proceeds.
2.2
The loan agreement prohibits a withdrawal from the loan account for the purpose of any payment to
persons or entities, or for any import of goods, if such payment or import, to the knowledge of the Bank,
is prohibited by a decision of the United Nations Security Council, taken under Chapter VII of the
Charter of the United Nations.
3.
Eligible Bidders
3.1
This Invitation for Bids is open to all bidders from the eligible countries as defined under the IBRD
Guidelines for Procurement. Any materials, equipment, and services to be used in the performance of
the Contract shall have their origin in the eligible source countries.
3.2
All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that the
Bidder is not associated, nor has been associated in the past, directly or indirectly, with the Consultant or
any other entity that has prepared the design, specifications, and other documents for the Project or being
proposed as Project Manager for the Contract. A firm that has been engaged by the Borrower to provide
consulting services for the preparation or supervision of the works, and any of its affiliates, shall not be
eligible to bid.
3.3
Government-owned enterprises in the Employer’s country may only participate if they are legally and
financially autonomous, operate under commercial law and are not a dependent agency of the Borrower
or Sub-borrower.
3.4
Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the
Bank in accordance with sub-clause 37.1.
4.
Qualification of the Bidder
4.1
All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary
description of the proposed work method and schedule, including drawings and charts, as necessary.
4.2
In the event that Pre-qualification of potential bidders has been undertaken, only bids from prequalified
bidders will be considered for award for Contract. These qualified bidders should submit with their bids
any information updating their original prequalification applications or, alternatively, confirm in their
Section VII. Works Requirements
8
bids that the originally submitted prequalification information remains essentially correct as of date of
bid submission. The update or confirmation should be provided in Section 2.
4.3
4.4
4.5
If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the
following information and documents with their bids in Section 2:
(a)
copies of original documents defining the constitution or legal status, place of registration, and
principal place of business; written power of attorney of the signatory of the Bid to commit the
Bidder;
(b)
total monetary value of construction work performed for each of the last five years;
(c)
experience in works of a similar nature and size for each of the last five years, and details of works
under way or contractually committed; and clients who may be contacted for further information
on those contracts;
(d)
major items of construction equipment proposed to carry out the Contract;
(e)
qualifications and experience of key site management and technical personnel proposed for the
Contract;
(f)
reports on the financial standing of the Bidder, such as profit and loss statements and auditor's
reports for the past five years;
(g)
evidence of adequacy of working capital for this contract (access to line (s) of credit and
availability of other financial resources);
(h)
authority to seek references from the Bidder's bankers;
(i)
information regarding any litigation or arbitration resulting from contracts executed by the Bidder
in the last five years or currently under execution. The information shall include the names of the
parties concerned, the disputed amount, cause of litigation, and matter in dispute; and
(j)
proposals for subcontracting components of the Works which in aggregate add to more than 20
percent of the Contract Price [for each, the qualifications and experience of the identified subcontractor in the relevant field should be annexed; no vertical splitting of work for subcontracting is acceptable].
Bids from Joint ventures are not acceptable.
A.
To qualify for award of the contract, each bidder in its name should have in the last five
years:
i.e. 2008-09 to 2012-13
(a) achieved, in at least two financial years, a minimum annual financial turnover (in all classes of civil
engineering construction works only) of Rs 1000.00 Lakhs
(b) satisfactorily completed (not less than 90% of contract value), as a prime contractor (or as
subcontractor duly certified by the employer/main contractor) at least one similar office
refurbishment work of value not less than Rs250 Lakhs
(c)
deleted;
(d)
The contractor or his identified sub-contractor should possess required valid electrical license for
executing the building electrification works and should have executed similar electrical works
totaling Rupees 30 Lakhs @ 2012-13 price level in any one year.
Section VII. Works Requirements
(e)
9
The contractor or his identified sub-contractor should possess required valid license for executing
the water supply/sanitary engineering works and should have executed similar water
supply/sanitary engineering works totalling Rupees 2.5 Lakhs@ 2012-13 price level in any one
year.
@ 2012-13 price level. Financial turnover and cost of completed works of previous years shall be given
weightage of 5% per year based on rupee value to bring them to 2012-13 price level.
4.5
B.
Each Bidder should further demonstrate :
Equipment
The Bidder must demonstrate that it has the key equipment listed hereafter:
No.
1
2
3
4
5
Equipment Type and Characteristics
Polishing Machine suitable to floor
Spray Polishing Machine suitable for Wood / Veneer
Cutter Machine
Wood / Concrete Drill Machine
Tool for Carpentary work
Minimum Number
required
1 number
1 number
3 number
5 number
8 number
The Bidder shall provide further details of proposed items of equipment using Standard
Bidding Forms in Section 2.
Personnel
The Bidder must demonstrate that it has the personnel for the key positions that meet the following
requirements:
No.
1
2
3
4
Position
Interior Designer
Site Engineer
Site Supervisior
Plumber / Electrical Supervisior
Total Work
Similar
Experience
(years)
8yrs
5yrs
5yrs
5yrs
In Similar
Works
Experience
(years)
5yrs
3yrs
3yrs
3yrs
The Bidder shall provide details of the proposed personnel and their experience records using Standard
Bidding Forms in Section 2.
4.6
Sub-contractors' experience and resources shall not be taken into account in determining the bidder's
compliance with the qualifying criteria except to the extent stated in para 4.5 (A) (b, d and e) above.
4.7
Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity
is more than the total bid value. The available bid capacity will be calculated as under:
Assessed Available Bid capacity = ( A*N*1.5 - B )
where
Section VII. Works Requirements
A=
N=
B=
Note:
4.8
10
Maximum value of civil engineering/interior works executed in any one year during the last five
years (updated to 2012-13 price level) taking into account the completed as well as works in
progress.
Number of years prescribed for completion of the works for which bids are invited.
Value, at 2012-13 price level, of existing commitments and on-going works to be completed
during the next 4 months (period of completion of the works for which bids are invited)
The statements showing the value of existing commitments and on-going works as well as the
stipulated period of completion remaining for each of the works listed should be countersigned by
the Engineer in charge, not below the rank of an Executive Engineer or equivalent.
Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they
have:
-
made misleading or false representations in the forms, statements and attachments submitted in
proof of the qualification requirements; and/or
-
record of poor performance such as abandoning the works, not properly completing the contract,
inordinate delays in completion, litigation history, or financial failures etc.; and/or
-
participated in the previous bidding for the same work and had quoted unreasonably high bid
prices and could not furnish rational justification to the employer.
5.
One Bid per Bidder
5.1
Each bidder shall submit only one bid for one contract. A bidder who submits or participates in more
than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted or
requested) will cause all the proposals with the Bidder’s participation to be disqualified.
6.
Cost of Bidding
6.1
The bidder shall bear all costs associated with the preparation and submission of his Bid, and the
Employer will in no case be responsible and liable for those costs.
7.
Site visit
7.1
The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the Site of
Works and its surroundings and obtain all information that may be necessary for preparing the Bid and
entering into a contract for construction of the Works. The costs of visiting the Site shall be at the
Bidder's own expense.
Section VII. Works Requirements
11
B. Bidding Documents
8.
Content of Bidding Documents
8.1
The set of bidding documents comprises the documents listed in the table below and addenda issued in
accordance with Clause 10:
Invitation for Bids
Section
1
Instructions to Bidders
2
Forms of Bid and Qualification Information
3
Conditions of Contract
4
Contract Data
5
Specifications
6
Drawings
7
Bill of Quantities
8
Forms of Securities
8.2
One set of the bidding documents should be completed and returned with the bid.
9.
Clarification of Bidding Documents
9.1
A prospective bidder requiring any clarification of the bidding documents may notify the Employer in
writing or by cable (hereinafter "cable" includes telex and facsimile) at the Employer's address
indicated in the invitation to bid. The Employer will respond to any request for clarification which he
received earlier than 15 days prior to the deadline for submission of bids. Copies of the Employer's
response will be forwarded to all purchasers of the bidding documents, including a description of the
enquiry but without identifying its source.
9.2
Pre - bid meeting
9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which will take
place at the office of the Chief Executive officer, State Mission Management Unit, Maharashtra
State Rural Livelihoods Mission CBD Belapur, Navi Mumbai on 15-01-2014 at 13.00 hrs.
9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that
may be raised at that stage.
9.2.3 The bidder is requested to submit any questions in writing or by cable to reach the Employer not
later than one week before the meeting .
9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the source
of enquiry) and the responses given will be transmitted without delay to all purchasers of the
bidding documents. Any modification of the bidding documents listed in Sub-Clause 8.1 which
may become necessary as a result of the pre-bid meeting shall be made by the Employer
exclusively through the issue of an Addendum pursuant to Clause 10 and not through the
minutes of the pre-bid meeting.
9.2.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.
10.
Amendment of Bidding Documents
10.1
Before the deadline for submission of bids, the Employer may modify the bidding documents by
issuing addenda.
10.2
Any addendum thus issued shall be part of the bidding documents and shall be communicated in
writing to all the purchasers of the bidding documents. Prospective bidders shall acknowledge receipt
of each addendum in writing to the Employer.
Section VII. Works Requirements
10.3
12
To give prospective bidders reasonable time in which to take an addendum into account in preparing
their bids, the Employer shall extend as necessary the deadline for submission of bids, in accordance
with Sub-Clause 20.2 below.
C. Preparation of Bids
11.
Language of the Bid
11.1
All documents relating to the bid shall be in the English language.
12.
Documents comprising the Bid
12.1
The bid submitted by the bidder shall comprise the following:
(a)
(b)
(c)
(d)
The Bid (in the format indicated in Section 2).
Bid Security;
Priced Bill of Quantities;
Qualification Information Form and Documents;
and any other materials required to be completed and submitted by bidders in accordance with these
instructions. The documents listed under Sections 2, 4 and 7 of Sub-Clause 8.1 shall be filled in
without exception.
12.2
Bidders bidding for this contract together with other contracts stated in the IFB to form a package will
so indicate in the bid together with any documents offered for the award of more than one contract.
13.
Bid Prices
13.1
The contract shall be for the whole works as described in Sub-Clause 1.1, based on the priced Bill of
Quantities submitted by the Bidder.
13.2
The bidder shall fill in rates and prices and line item total (both in figures and words) for all items of
the Works described in the Bill of Quantities alongwith total bid price (both in figures and words).
Items for which no rate or price is entered by the bidder will not be paid for by the Employer when
executed and shall be deemed covered by the other rates and prices in the Bill of Quantities.
Corrections, if any, shall be made by crossing out, initialing, dating and rewriting.
13.3
All duties, taxes, and other levies payable by the contractor under the contract, or for any other cause,
shall be included in the rates, prices and total Bid Price submitted by the Bidder.
13.4
The rates and prices quoted by the bidder shall be fixed for the duration of the Contract and shall not
be subject to adjustment on any account.
14.
Currencies of Bid and Payment
14.1
The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.
15.
Bid Validity
15.1
Bids shall remain valid for a period not less than ninety days (90 days) after the deadline date for bid
submission specified in Clause 20. A bid valid for a shorter period shall be rejected by the Employer
as non-responsive.
15.2
In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that
the bidders may extend the period of validity for a specified additional period. The request and the
bidders' responses shall be made in writing or by cable. A bidder may refuse the request without
Section VII. Works Requirements
13
forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to modify
his bid except as provided in 15.3 hereinafter, but will be required to extend the validity of his bid
security for a period of the extension, and in compliance with Clause 16 in all respects.
15.3
In the case of contracts in which the Contract Price is fixed (not subject to price adjustment), in the
event that the purchaser requests and the Bidder agrees to an extension of the validity period, the
contract price, if the Bidder is selected for award the bid price will not be corrected.
15.4
Deleted
16.
Bid Security
16.1
The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 4 of the
table of IFB for this particular work. This bid security shall be in favour of CEO,Maharashtra State
Rural Livelihoods Mission (MSRLM),” Payable at CBD Belapur, Navi Mumbai. and may be in one
of the following forms:
-
a bank guarantee issued by a nationalized / Scheduled Bank located in India or a reputable
Bank located abroad in the form given in Section 8; or
-
Certified cheque/ Bank draft/Letter of credit, in favour of CEO, Maharashtra State Rural
Livelihoods Mission (MSRLM),” Payable at CBD Belapur, Navi Mumbai.
16.2
Bank guarantees issued as surety for the bid shall be valid for 45 days beyond the validity of the bid.
16.3
Any bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-Clauses
16.1 and 16.2 above shall be rejected by the Employer as non-responsive.
16.4
The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid validity
period specified in Sub-Clause 15.1.
16.5
The Bid Security of the successful bidder will be discharged when the bidder has signed the
Agreement and furnished the required Performance Security.
16.6
The Bid Security may be forfeited
(a)
if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;
(b)
if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or
(c)
in the case of a successful Bidder, if the Bidder fails within the specified time limit to
(i)
(ii)
sign the Agreement; or
furnish the required Performance Security.
17.
Alternative Proposals by Bidders
17.1
Bidders shall submit offers that comply with the requirements of the bidding documents, including the
basic technical design as indicated in the drawing and specifications. Alternatives will not be
considered.
Section VII. Works Requirements
14
18.
Format and Signing of Bid
18.1
The Bidder shall prepare one original and a copy of the documents comprising the bid as described in
Clause 12 of these Instructions to Bidders, bound with the volume containing the Form of Bid, and
clearly marked "ORIGINAL" and "COPY" as appropriate. In the event of discrepancy between
them, the original shall prevail.
18.2
The original and a copy of the Bid shall be typed or written in indelible ink and shall be signed by a
person or persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3. All
pages of the bid where entries or amendments have been made shall be initialled by the person or
persons signing the bid.
18.3
The Bid shall contain no alterations or additions, except those to comply with instructions issued by
the Employer, or as necessary to correct errors made by the bidder, in which case such corrections
shall be initialled by the person or persons signing the bid.
18.4
The Bidder shall furnish information as described in the Form of Bid on commissions or gratuities, if
any, paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded
the contract
D. Submission of Bids
19.
Sealing and Marking of Bids
19.1
The Bidder shall seal the original and a copy of the Bid in separate envelopes, duly marking the
envelopes as "ORIGINAL" and "COPY". These envelopes (called as inner envelopes) shall then be
put inside one outer envelope.
19.2
The inner and outer envelopes shall
(a)
be addressed to the Employer at the following address:
Shravan Hardikar IAS
Chief Executive Officer (CEO)
Maharashtra State Rural Livelihoods Mission (MSRLM)
Floor/Room number: 101,102, Ist Floor, Monarch Plaza,
Plot No. 56, Sector – 11.
City: CBD, Belapur
ZIP Code: 400 614.
Country: India
Telephone: 022 – 27562554/52.
and
(b)
bear the following identification:
-
19.3
Bid for Refurbisment of office space of MSRLM
Bid Reference No Ref.No.MSRLM/SMMU/Refur. Tender/1583/2013
DO NOT OPEN BEFORE 16.00 Hrs. (IST), Date 30/1/2014
In addition to the identification required in Sub-Clause 19.2, the inner envelopes shall indicate the
name and address of the bidder to enable the bid to be returned unopened in case it is declared late,
pursuant to Clause 21.
Section VII. Works Requirements
15
19.4
If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility
for the misplacement or premature opening of the bid.
20.
Deadline for Submission of the Bids
20.1
Bids must be received by the Employer at the address specified above no later than 15.30 Hrs (IST)
date 30/1/2014 In the event of the specified date for the submission of bids being declared a holiday
for the Employer, the Bids will be received upto the appointed time on the next working day.
20.2
The Employer may extend the deadline for submission of bids by issuing an amendment in accordance
with Clause 10, in which case all rights and obligations of the Employer and the bidders previously
subject to the original deadline will then be subject to the new deadline.
21.
Late Bids
21.1
Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned
unopened to the bidder.
22.
Modification and Withdrawal of Bids
22.1
Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed
in Clause 20.
22.2
Each Bidder's modification or withdrawal notice shall be prepared, sealed, marked, and delivered in
accordance with Clause 18 & 19, with the outer and inner envelopes additionally marked
"MODIFICATION" or "WITHDRAWAL", as appropriate.
22.3
No bid may be modified after the deadline for submission of Bids.
22.4
Withdrawal or modification of a Bid between the deadline for submission of bids and the expiration of
the original period of bid validity specified in Clause 15.1 above or as extended pursuant to Clause
15.2 may result in the forfeiture of the Bid security pursuant to Clause 16.
22.5
Bidders may offer discounts to, or modify the prices of their Bids only by submitting Bid
modifications in accordance with this clause, or included in the original Bid submission.
E. Bid Opening and Evaluation
23.
Bid Opening
23.1
The Employer will open all the Bids received (except those received late), including modifications
made pursuant to Clause 22, in the presence of the Bidders or their representatives who choose to
attend at 16.00 hours on the date and the place specified in Clause 20. In the event of the specified
date of Bid opening being declared a holiday for the Employer, the Bids will be opened at the
appointed time and location on the next working day.
23.2
Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an
acceptable notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened.
Subsequently all envelopes marked “Modification” shall be opened and the submissions therein read
out in appropriate detail.
Section VII. Works Requirements
16
23.3
The Bidders' names, the Bid prices, the total amount of each Bid and of any alternative Bid (if
alternatives have been requested or permitted), any discounts, Bid modifications and withdrawals, the
presence or absence of Bid security, and such other details as the Employer may consider appropriate,
will be announced by the Employer at the opening. No bid shall be rejected at bid opening except for
the late bids pursuant to Clause 21. Bids [and modifications] sent pursuant to Clause 22 that are not
opened and read out at bid opening will not be considered for further evaluation regardless of
circumstances. Late and withdrawn bids will be returned un-opened to bidders.
23.4
The Employer shall prepare minutes of the Bid opening, including the information disclosed to those
present in accordance with Sub-Clause 23.3.
24.
Process to Be Confidential
24.1
Information relating to the examination, clarification, evaluation, and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not
officially concerned with such process until the award to the successful Bidder has been announced.
Any effort by a Bidder to influence the Employer's processing of Bids or award decisions may result in
the rejection of his Bid.
25.
Clarification of Bids
25.1
To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion,
ask any Bidder for clarification of his Bid, including breakdowns of unit rates. The request for
clarification and the response shall be in writing or by cable, but no change in the price or substance of
the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic
errors discovered by the Employer in the evaluation of the Bids in accordance with Clause 27.
25.2
Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to its bid from
the time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional
information to the notice of the Employer, it should do so in writing.
25.3
Any effort by the Bidder to influence the Employer in the Employer’s bid evaluation, bid comparison
or contract award decisions may result in the rejection of the Bidders’ bid.
26.
Examination of Bids and Determination of Responsiveness
26.1
Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid (a) meets the
eligibility criteria defined in Clause 3; (b) has been properly signed; (c) is accompanied by the required
securities and; (d) is substantially responsive to the requirements of the Bidding documents.
26.2
A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of
the Bidding documents, without material deviation or reservation. A material deviation or reservation
is one (a) which affects in any substantial way the scope, quality, or performance of the Works; (b)
which limits in any substantial way, inconsistent with the Bidding documents, the Employer's rights or
the Bidder's obligations under the Contract; or (c) whose rectification would affect unfairly the
competitive position of other Bidders presenting substantially responsive Bids.
26.3
If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently
be made responsive by correction or withdrawal of the nonconforming deviation or reservation.
27.
Correction of Errors
27.1
Bids determined to be substantially responsive will be checked by the Employer for any arithmetic
errors. Errors will be corrected by the Employer as follows:
Section VII. Works Requirements
17
(a)
where there is a discrepancy between the rates in figures and in words, the rate in words will
govern; and
(b)
where there is a discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted will govern.
27.2
The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure
for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding
upon the Bidder. If the Bidder does not accept the corrected amount the Bid will be rejected, and the
Bid security may be forfeited in accordance with Sub-Clause 16.6 (b).
28.
Deleted
29.
Evaluation and Comparison of Bids
29.1
The Employer will evaluate and compare only the Bids determined to be substantially responsive in
accordance with Clause 26.
29.2
In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by adjusting
the Bid Price as follows:
(a)
making any correction for errors pursuant to Clause 27; or
(b)
making an appropriate adjustments for any other acceptable variations, deviations; and
(c)
making appropriate adjustments to reflect discounts or other price modifications offered in
accordance with Sub Clause 22.5.
29.3
The Employer reserves the right to accept or reject any variation, deviation, or alternative offer.
Variations, deviations, and alternative offers and other factors which are in excess of the requirements
of the Bidding documents or otherwise result in unsolicited benefits for the Employer shall not be
taken into account in Bid evaluation.
29.4
The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of Contract,
during the period of implementation of the Contract, will not be taken into account in Bid evaluation.
29.5
If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate of the
cost of work to be performed under the contract, the Employer may require the Bidder to produce
detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the internal
consistency of those prices with the construction methods and schedule proposed. After evaluation of
the price analyses, the Employer may require that the amount of the performance security set forth in
Clause 34 be increased at the expense of the successful Bidder to a level sufficient to protect the
Employer against financial loss in the event of default of the successful Bidder under the Contract.
30.
Deleted
F. Award of Contract
31.
Award Criteria
31.1
Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been
determined to be substantially responsive to the Bidding documents and who has offered the lowest
evaluated Bid Price, provided that such Bidder has been determined to be (a) eligible in accordance
with the provisions of Clause 3, and (b) qualified in accordance with the provisions of Clause 4.
Section VII. Works Requirements
18
31.2
If, pursuant to Clause 12.2 this contract is being let alongwith other contracts, the lowest evaluated Bid
Price will be determined when evaluating this contract in conjunction with other contracts to be
awarded concurrently, taking into account any discounts offered by the bidders for the award of more
than one contract.
32.
Employer's Right to Accept any Bid and to Reject any or all Bids
32.1
Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to cancel
the Bidding process and reject all Bids, at any time prior to the award of Contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder
or Bidders of the grounds for the Employer's action.
33.
Notification of Award and Signing of Agreement
33.1
The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to
expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter. This
letter (hereinafter and in the Conditions of Contract called the "Letter of Acceptance") will state the
sum that the Employer will pay the Contractor in consideration of the execution, completion, and
maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the
Contract called the "Contract Price").
33.2
The notification of award will constitute the formation of the Contract, subject only to the furnishing of
a performance security in accordance with the provisions of Clause 34.
33.3
The Agreement will incorporate all agreements between the Employer and the successful Bidder. It
will be kept ready for signature of the successful bidder in the office of employer within 28 days
following the notification of award along with the Letter of Acceptance. Within 21 days of receipt, the
successful Bidder will sign the Agreement and deliver it to the Employer.
33.4
Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly
notify the other Bidders that their Bids have been unsuccessful.
34.
Performance Security
34.1
Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the
Employer a Performance Security in any of the forms given below for an amount equivalent to 5% of
the Contract price plus additional security for unbalanced Bids in accordance with Clause 29.5 of ITB
and Clause 52 of Conditions of Contract :
-
a bank guarantee in the form given in Section 8; or
-
Certified cheque/Bank draft, in favour of CEO, Maharashtra State Rural Livelihoods
Mission (MSRLM),” Payable at CBD Belapur, Navi Mumbai.
34.2
If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it
shall be issued either (a) at the Bidder's option, by a Nationalized/Scheduled Indian bank or (b) by a
foreign bank located in India and acceptable to the Employer .
34.3
Failure of the successful bidder to comply with the requirements of sub-clause 34.1 shall constitute a
breach of contract, cause for annulment of the award, forfeiture of the bid security, and any such other
remedy the Employer may take under the contract, and the Employer may resort to awarding the
contract to the next ranked bidder..
35
Advance Payment and Security (deleted)
36.
Adjudicator (deleted)
Section VII. Works Requirements
37.
19
Corrupt or Fraudulent Practices
37.1 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), as well as
bidders, suppliers, and contractors and their agents (whether declared or not), personnel, subcontractors,
sub-consultants, service providers and suppliers, under Bank-financed contracts, observe the highest
standard of ethics during the procurement and execution of such contracts.1 In pursuance of this policy,
the Bank requires compliance with its policy in regard to corrupt and fraudulent practices as set forth in
Section 2.
37.2 In further pursuance of this policy, Bidders shall permit the Bank to inspect any accounts and records
and other documents relating to the Bid submission and contract performance, and to have them audited
by auditors appointed by the Bank.
37.3
1
Furthermore, bidders shall be aware of the provision stated in GCC Sub-Clauses 23.2 and 56.2 (h).
In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, agents, subconsultants, sub-contractors, service providers, suppliers and/or their employees to influence the procurement
process or contract execution for undue advantage is improper.
Section VII. Works Requirements
SECTION 2:
20
FORMS OF BID, QUALIFICATION INFORMATION
AND LETTER OF ACCEPTANCE
TABLE OF FORMS:
-
CONTRACTOR’S BID
-
QUALIFICATION INFORMATION
-
LETTER OF ACCEPTANCE
-
NOTICE TO PROCEED WITH THE WORK
-
AGREEMENT FORM
-
BANK
POLICY
CORRUPT
FRAUDULENT PRACTICES
AND
Section VII. Works Requirements
21
Contractor's Bid
Description of the Works: Refurbisment and renovation of office space, including plumbing, electrification,
masonary, sanitary works, providing fixtures & office furniture for MSRLM at Cidco Bhavan, CBD Belapur,
Navi Mumbai.
BID
To
Chief Executive Officer (CEO)
Maharashtra State Rural Livelihoods Mission (MSRLM)
Floor/Room number: 101,102, Ist Floor, Monarch Plaza,
Plot No. 56, Sector – 11.
City: CBD, Belapur
ZIP Code: 400 614.
Country: India
Telephone: 022 – 27562554/52.
GENTLEMEN,
Having examined the bidding documents including addendum, we offer to execute the Works described above
in accordance with the Conditions of Contract, Specifications, Drawings and Bill of Quantities accompanying
this Bid for the Contract Price of _________ [in figures]
(________________________________________________) [in letters].
This Bid and your written acceptance of it shall constitute a binding contract between us. We understand that
you are not bound to accept the lowest or any Bid you receive.
We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in
bribery.
We also undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we
will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption
Act 1988”.
Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract
execution if we are awarded the contract, are listed below :
Name and address of agent
______________________
______________________
(if none, state “none”)
Amount
________
________
Purpose of Commission or gratuity
____________________________
____________________________
We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Security required by the
Bidding documents.
Yours faithfully,
Authorized Signature:
Name & Title of Signatory: _________________________________________________________________
Name of Bidder
: ______________________________________________
Address
: __________________________________________________________________
Section VII. Works Requirements
22
Qualification Information
The information to be filled in by the Bidder in the following pages will be used for purposes of
postqualification as provided for in Clause 4 of the Instructions to Bidders. This information will not be
incorporated in the Contract.
1.
For Individual Bidders
1.1
Constitution or legal status of Bidder
[Attach copy]
Place of registration:
_______________________________
Principal place of business:
_______________________________
Power of attorney of signatory of Bid
[Attach copy]
1.2
Total value of Civil Engineering/interior construction
2008-09________________
work executed and payments received in the last five years** 2009-10________________
(in Rs. Million)
2010-2011______________
2011-2012______________
2012-2013______________
1.3
Work performed as prime contractor (in the same name) on works of a similar nature over the last five
years.**
Project
Name
Name of
Employer *
Description of
work
Contract
No.
Value of
contract
(Rs.
Million)
Date of
Stipulated Actual date of Remarks
issue of
period of
completion * explaining
work order completion
reasons for
delay and
work
completed
________________________________________________________________________________________
_________________________________________________________________________________________
1.4 Information on Bid Capacity (works for which bids have been submitted and works which are yet to be
completed) as on the date of this bid.
*
**

(A)
Attach certificate(s) from Engineer(s)-in-charge
Immediately preceeding the financial year in which bids are received.
Attach certificate from Chartered Accountant
Existing commitments and on-going works:
_________________________________________________________________________________________
Section VII. Works Requirements
Description Place
of
&
Work
State
23
Contract No.
& Date
Name
Value of
Stipulated
Value of works* Anticipated
and
Contract
period of
remaining to be date of
Address
(Rs. million) completion completed
completion
of Employer
(Rs. million)
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
_________________________________________________________________________________________
_________________________________________________________________________________________
(B) Works for which bids already submitted:
_________________________________________________________________________________________
Description
Place
Name and
Estimated
Stipulated
Date when
Remarks
of
&
Address of
value of works
period of
decision is
if any
Work
State
Employer
(Rs. million)
completion
expected
(1)
(2)
(3)
(4)
(5)
(6)
(7)
_________________________________________________________________________________________
*
Attach certificate(s) from the Engineer(s)-in-Charge.
1.5 The following items of Contractor’s Equipment are essential for carrying out the Works. The Bidder
should list all the information requested below. Refer also to Sub Clause 4.3 (d) of the Instructions to Bidders.
No.
Equipment Type and Characteristics
1
2
3
4
5
Polishing Machine suitable to floor
Spray Polishing Machine suitable for Wood / Veneer
Cutter Machine
Wood / Concrete Drill Machine
Tool for Carpentary work
Minimum
Requirement
Number
1 number
1 number
3 number
5 number
8 number
Availability of
Equipments
Owned/leased/
Numbers
Age of Equipment
Section VII. Works Requirements
1.6
24
Qualification and experience of key personnel proposed for administration and execution of the Contract.
Attach biographical data. Refer also to Sub Clause 4.3 (e) of instructions to Bidders and Sub Clause 9.1 of the
Conditions of Contract.
Position
Name
Qualification
Years of experience
(general)
Years of experience in
the proposed position
Interior
Designer
Site Engineer
Site
Supervisior
Plumber /
Electrical
Supervisior
1.7 Proposed subcontracts and firms involved. [Refer ITB Clause 4.3 (j)]
______________________________________________________________________________
Sections
Value of
Sub-contractor
Experience in
of the works
Sub-contract
(name and address)
similar work
______________________________________________________________________________
*
*
*
*
*
*
*
*
*
*
*
*
*
*
*
*
*
*
______________________________________________________________________________
1.8
Financial reports for the last five years: balance sheets, profit and loss statements, auditors' reports (in
case of companies/corporation), etc. List them below and attach copies.
1.9.
Deleted.
1.10 Deleted.
1.11 Information on litigation history in which the Bidder is involved.
__________________________________________________________________________________
Other party(ies)
Employer
Cause of dispute
Amount involved
Remarks showing
present status
__________________________________________________________________________________
__________________________________________________________________________________
1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to Bidders.
____________________________________________________________________________________
Section VII. Works Requirements
25
Letter of Acceptance
(letterhead paper of the Employer)
________________________[date]
To:
_________________________________________________________________________[name
address of the Contractor]
and
Dear Sirs,
This is to notify you that your Bid dated ____________ for execution of the
______________________________________________________________________________________
[name of the contract and identification number, as given in the Instructions to Bidders] for the Contract Price
of Rupees ——___________________________________________________________ (_____________)
[amount in words and figures], as corrected and modified in accordance with the Instructions to Bidders1 is
hereby accepted by our Agency.
We note that as per bid, you do not intend to subcontract any component of work
[OR]
We note that as per bid, you propose to employ M/s. .......................................... as sub-contractor for
executing ...........................................
[Delete whichever is not applicable].
You are hereby requested to furnish Performance Security, plus additional security for unbalanced bids in
terms of ITB Clause 29.5, in the form detailed in Para 34.1 of ITB for an amount of Rs.————— within 21
days of the receipt of this letter of acceptance valid upto 28 days from the date of expiry of Defects Liability
Period i.e. upto ............ and sign the contract, failing which action as stated in Para 34.3 of ITB will be taken.
Yours faithfully,
Authorized Signature
Name and Title of Signatory
Name of Agency
1
Delete "corrected and" or "and modified" if only one of these actions applies. Delete "as corrected and modified in
accordance with the Instructions to Bidders" if corrections or modifications have not been effected.
Section VII. Works Requirements
26
Issue of Notice to proceed with the work
(letterhead of the Employer)
————— (date)
To
—————————————— (name and address of the Contractor)
——————————————
——————————————
Dear Sirs:
Pursuant to your furnishing the requisite security as stipulated in ITB Clause 34.1 and signing of the
contract agreement for the construction of —————— @ a Bid Price of Rs.——————, you are hereby
instructed to proceed with the execution of the said works in accordance with the contract documents.
Yours faithfully,
(Signature, name and title
of signatory authorized to
sign
on
behalf of
Employer)
Section VII. Works Requirements
27
Agreement Form
Agreement
This
agreement,
made
the
___________________day
of
______________201_______,
between___________________________________________________________________________________
________________________________________[name and address of Employer]
(hereinafter called “the Employer”) of the one part and _____________________________________________
__________________________________________________________________________________________
______________________________________________________[name and address of contractor]
(hereinafter called “the Contractor”) of the other part.
Whereas the Employer is desirous that the Contractor execute _____________________________
__________________________________________________________________________________________
______________________________________________________________________________________[
name and identification number of Contract] (hereinafter called “the Works”) and the Employer has accepted
the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects
therein at a contract price of Rupees...............................
NOW THIS AGREEMENT WITNESSETH as follows:
1.
In this Agreement, words and expression shall have the same meanings as are respectively assigned to
them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read
and construed as part of this Agreement.
2.
In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned,
the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any
defects therein in conformity in all aspects with the provisions of the Contract.
3.
The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of
the Works and the remedying the defects wherein the Contract Price or such other sum as may become
payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
4.
The following documents shall be deemed to form and be read and construed as part of this Agreement,
viz:
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
Letter of Acceptance;
Notice to proceed with the works;
Contractor’s Bid;
Contract Data;
Conditions of contract (including Special Conditions of Contract);
Specifications;
Drawings;
Bill of Quantities; and
Any other document listed in the Contract Data as forming part of the contract.
Section VII. Works Requirements
28
In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before
written.
The Common Seal of
___________________________________________________________
was hereunto affixed in the presence of:
Signed, Sealed and Delivered by the said ___________________________________________________
_____________________________________________________________________________________
in the presence of:
Binding Signature of Employer
Binding Signature of Contractor
_______________________________________________________
_____________________________________________________
Section VII. Works Requirements
29
Bank Policy - Corrupt and Fraudulent Practices
Guidelines for Procurement of Goods, Works, and Non-Consulting Services under IBRD Loans and IDA
Credits & Grants by World Bank Borrowers, dated January 2011.
“Fraud and Corruption:
1.16 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), bidders,
suppliers, contractors and their agents (whether declared or not), sub-contractors, sub-consultants, service
providers or suppliers, and any personnel thereof, observe the highest standard of ethics during the
procurement and execution of Bank-financed contracts.2 In pursuance of this policy, the Bank:
(a)
defines, for the purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice” is the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence improperly the actions of another party; 3;
(b)
(ii)
“fraudulent practice” is any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or
other benefit or to avoid an obligation;4
(iii)
“collusive practice” is an arrangement between two or more parties designed to achieve
an improper purpose, including to influence improperly the actions of another party;5
(iv)
“coercive practice” is impairing or harming, or threatening to impair or harm, directly or
indirectly, any party or the property of the party to influence improperly the actions of a
party;6
(v)
"obstructive practice" is
(aa)
deliberately destroying, falsifying, altering, or concealing of evidence material to
the investigation or making false statements to investigators in order to materially
impede a Bank investigation into allegations of a corrupt, fraudulent, coercive or
collusive practice; and/or threatening, harassing or intimidating any party to
prevent it from disclosing its knowledge of matters relevant to the investigation or
from pursuing the investigation, or
(bb)
acts intended to materially impede the exercise of the Bank’s inspection and audit
rights provided for under paragraph 1.16(e) below.
will reject a proposal for award if it determines that the bidder recommended for award, or any of
its personnel, or its agents, or its sub-consultants, sub-contractors, service providers, suppliers
2In this context, any action to influence the procurement process or contract execution for undue advantage is
improper.
3
For the purpose of this sub-paragraph, “another party” refers to a public official acting in relation to
the procurement process or contract execution. In this context, “public official” includes World Bank staff and
employees of other organizations taking or reviewing procurement decisions.
4
For the purpose of this sub-paragraph, “party” refers to a public official; the terms “benefit” and
“obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to
influence the procurement process or contract execution.
5
For the purpose of this sub-paragraph, “parties” refers to participants in the procurement process
(including public officials) attempting either themselves, or through another person or entity not participating
in the procurement or selection process, to simulate competition or to establish bid prices at artificial, noncompetitive levels, or are privy to each other’s bid prices or other conditions.
6
For the purpose of this sub-paragraph, “party” refers to a participant in the procurement process or
contract execution.
Section VII. Works Requirements
30
and/or their employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices in competing for the contract in question;
(c)
will declare misprocurement and cancel the portion of the loan allocated to a contract if it
determines at any time that representatives of the Borrower or of a recipient of any part of the
proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices
during the procurement or the implementation of the contract in question, without the Borrower
having taken timely and appropriate action satisfactory to the Bank to address such practices when
they occur, including by failing to inform the Bank in a timely manner at the time they knew of
the practices;
(d)
will sanction a firm or individual, at any time, in accordance with the prevailing Bank’s sanctions
procedures,7 including by publicly declaring such firm or individual ineligible, either indefinitely
or for a stated period of time: (i) to be awarded a Bank-financed contract; and (ii) to be a
nominated8;
(e)
will require that a clause be included in bidding documents and in contracts financed by a Bank
loan, requiring bidders, suppliers and contractors, and their sub-contractors, agents, personnel,
consultants, service providers, or suppliers, to permit the Bank to inspect all accounts, records, and
other documents relating to the submission of bids and contract performance, and to have them
audited by auditors appointed by the Bank.”
(a)
defines, for the purposes of this provision, the terms set forth below as follows:
(i)
“corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of
anything of value to influence improperly the actions of another party9;
(ii)
“fraudulent practice” is any act or omission, including a misrepresentation, that knowingly
or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit
or to avoid an obligation10;
(iii)
“collusive practice” is an arrangement between two or more parties11 designed to achieve
an improper purpose, including to influence improperly the actions of another party;
(iv)
“coercive practice” is impairing or harming, or threatening to impair or harm, directly or
indirectly, any party or the property of the party to influence improperly the actions of a
party12;
7A firm or individual may be declared ineligible to be awarded a Bank financed contract upon: (i) completion
of the Bank’s sanctions proceedings as per its sanctions procedures, including, inter alia, cross-debarment as
agreed with other International Financial Institutions, including Multilateral Development Banks, and through
the application the World Bank Group corporate administrative procurement sanctions procedures for fraud
and corruption; and (ii) as a result of temporary suspension or early temporary suspension in connection with
an ongoing sanctions proceeding. See footnote 14 and paragraph 8 of Appendix 1 of these Guidelines.
8A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are
used depending on the particular bidding document) is one which has either been: (i) included by the bidder in
its pre-qualification application or bid because it brings specific and critical experience and know-how that
allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the
Borrower.
9
“Another party” refers to a public official acting in relation to the procurement process or contract
execution]. In this context, “public official” includes World Bank staff and employees of other organizations
taking or reviewing procurement decisions.
10
“Party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement
process or contract execution; and the “act or omission” is intended to influence the procurement process or
contract execution.
11
“Parties” refers to participants in the procurement process (including public officials) attempting to
establish bid prices at artificial, non competitive levels.
Section VII. Works Requirements
(v)
31
"obstructive practice" is
(aa)
deliberately destroying, falsifying, altering or concealing of evidence material to
the investigation or making false statements to investigators in order to materially
impede a Bank investigation into allegations of a corrupt, fraudulent, coercive or
collusive practice; and/or threatening, harassing or intimidating any party to
prevent it from disclosing its knowledge of matters relevant to the investigation or
from pursuing the investigation; or
(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit
rights provided for under sub-clause 37.2 below.
12
(b)
will reject a proposal for award if it determines that the bidder recommended for award has,
directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive
practices in competing for the contract in question;
(c)
will cancel the portion of the loan allocated to a contract if it determines at any time that
representatives of the Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent,
collusive, or coercive practices during the procurement or the execution of that contract, without
the Borrower having taken timely and appropriate action satisfactory to the Bank to remedy the
situation; and
(d)
will sanction a firm or an individual, at any time, in accordance with prevailing Bank’s sanctions
proceduresa, including by publicly declaring such firm or individual ineligible, either indefinitely
or for a stated period of time: (i) to be awarded a Bank-financed contract; and (ii) to be a
nominatedb sub-contractor, consultant, manufacturer or supplier, or service provider of an
otherwise eligible firm being awarded a Bank-financed contract
“Party” refers to a participant in the procurement process or contract execution.
A firm or an individual may be declared ineligible to be awarded a Bank-financed contract upon
completion of the Bank’s sanctions proceedings as per its sanctions procedures, including inter alia: (i)
temporary suspension in connection with an ongoing sanctions proceeding; (ii) cross-debarment as agreed with
other International Financial Institutions, including Multilateral Development Banks; and (iii) the World Bank
Group corporate administrative procurement sanctions procedures for fraud and corruption.
b
A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different
names are used depending on the particular bidding document) is one which either has been: (i) included by the
bidder in its pre-qualification application or bid because it brings specific and critical experience and knowhow that are accounted for in the evaluation of the bidder’s pre-qualification application or the bid; or (ii)
appointed by the Borrower.
a
Section VII. Works Requirements
32
SECTION 3: CONDITIONS OF CONTRACT
Section VII. Works Requirements
33
Conditions of Contract
Table of Contents
A.
General
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Page No.
C.
Quality Control
Page No.
34
35
36
36
36
36
36
36
36
33.
34.
35.
36.
Identifying Defects
Tests
Correction of Defects
Uncorrected Defects
40
40
41
41
D.
37.
38.
Cost Control
Bill of Quantities
Changes in the Quantities
41
41
36
37
37
37
37
37
18.
Definitions
Interpretation
Language and Law
Engineer's Decisions
Delegation
Communications
Subcontracting
Other Contractors
Personnel
Employer’s & Contractor's
Risks
Employer's Risks
Contractor’s Risks
Insurance
Site Investigation Reports
Queries about the Contract
Data
Contractor to Construct the
Works
The Works to Be Completed by
the Intended Completion Date
Approval by the Engineer
19.
20.
21.
22.
23.
24.
25.
26.
Safety
Discoveries
Possession of the Site
Access to the Site
Instructions
Disputes
Procedure for Disputes
Replacement of Adjudicator
38
38
38
38
38
39
39
39
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
51.
52.
53.
54.
Variations
Payments for Variations
Cash Flow Forecasts
Payment Certificates
Payments
Compensation Events
Tax
Currencies
Price Adjustments
Retention
Liquidated Damages
Bonus
Advance Payment
Securities
Dayworks
Cost of Repairs
41
41
42
42
42
42
45
44
44
44
44
44
44
44
44
45
E.
55.
56.
57.
58.
59.
60.
61.
62.
63.
Finishing the Contract
Completion
Taking Over
Final Account
Operating and Maintenance Manuals
Termination
Payment upon Termination
Property
Release from Performance
Suspension of World Bank Loan or
Credit
11.
12.
13.
14.
15.
16.
17.
B.
27.
28.
29.
30.
31.
32.
Time Control
Program
Extension of the Intended
Completion Date
Acceleration
Delays Ordered by the
Engineer
Management Meetings
Early Warning
38
38
38
39
39
40
40
40
40
F.
Special Conditions of Contract
48-53
45
45
45
45
45
46
46
46
46
Section VII. Works Requirements
34
Conditions of Contract
A. General
1.
Definitions
1.1
Terms which are defined in the Contract Data are not also defined in the Conditions of Contract
but keep their defined meanings. Capital initials are used to identify defined terms.
Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.
Compensation Events are those defined in Clause 44 hereunder.
The Completion Date is the date of completion of the Works as certified by the Engineer in
accordance with Sub Clause 55.1.
The Contract is the contract between the Employer and the Contractor to execute, complete and
maintain the Works. It consists of the documents listed in Clause 2.3 below.
The Contract Data defines the documents and other information which comprise the Contract.
The Contractor is a person or corporate body whose Bid to carry out the Works has been
accepted by the Employer.
The Contractor's Bid is the completed Bidding document submitted by the Contractor to the
Employer.
The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in
accordance with the provisions of the Contract.
Days are calendar days; months are calendar months.
A Defect is any part of the Works not completed in accordance with the Contract.
The Defects Liability Period is the period named in the Contract Data and calculated from the
Completion Date.
The Employer is the party who will employ the Contractor to carry out the Works.
The Engineer is the person named in the Contract Data (or any other competent person appointed
and notified to the contractor to act in replacement of the Engineer) who is responsible for
supervising the execution of the works and administering the Contract.
Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to
construct the Works.
The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.
The Intended Completion Date is the date on which it is intended that the Contractor shall
complete the Works. The Intended Completion Date is specified in the Contract Data. The
Intended Completion Date may be revised only by the Engineer by issuing an extension of time.
Materials are all supplies, including consumables, used by the contractor for incorporation in the
Works.
Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or
chemical or biological function.
Section VII. Works Requirements
35
The Site is the area defined as such in the Contract Data.
Site Investigation Reports are those which were included in the Bidding documents and are
factual interpretative reports about the surface and sub-surface conditions at the site.
Specification means the Specification of the Works included in the Contract and any
modification or addition made or approved by the Engineer.
The Start Date is given in the Contract Data. It is the date when the Contractor shall commence
execution of the works. It does not necessarily coincide with any of the Site Possession Dates.
A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry
out a part of the work in the Contract which includes work on the Site.
Temporary Works are works designed, constructed, installed, and removed by the Contractor
which are needed for construction or installation of the Works.
A Variation is an instruction given by the Engineer which varies the Works.
The Works are what the Contract requires the Contractor to construct, install, and turn over to the
Employer, as defined in the Contract Data.
2.
3.
Interpretation
2.1
In interpreting these Conditions of Contract, singular also means plural, male also means female
or neuter, and the other way around. Headings have no significance. Words have their normal
meaning under the language of the Contract unless specifically defined. The Engineer will
provide instructions clarifying queries about the Conditions of Contract.
2.2
If sectional completion is specified in the Contract Data, references in the Conditions of Contract
to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the
Works (other than references to the Completion Date and Intended Completion date for the whole
of the Works).
2.3
The documents forming the Contract shall be interpreted in the following order of priority:
(1)
Agreement
(2)
Letter of Acceptance, notice to proceed with the works
(3)
Contractor’s Bid
(4)
Contract Data
(5)
Conditions of Contract
(6)
Specifications
(7)
Drawings
(8)
Bill of quantities and
(9)
any other document listed in the Contract Data as forming part of the Contract.
Language and Law
Section VII. Works Requirements
3.1
4.
The Contractor may subcontract with the approval of the Engineer but may not assign the
Contract without the approval of the Employer in writing. Subcontracting does not alter the
Contractor's obligations.
Other Contractors
8.1
9.
Communications between parties which are referred to in the conditions are effective only when
in writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act).
Subcontracting
7.1
8.
The Engineer may delegate any of his duties and responsibilities to other people except to the
Adjudicator after notifying the Contractor and may cancel any delegation after notifying the
Contractor.
Communications
6.1
7.
Except where otherwise specifically stated, the Engineer will decide contractual matters between
the Employer and the Contractor in the role representing the Employer.
Delegation
5.1
6.
The language of the Contract and the law governing the Contract are stated in the Contract Data.
Engineer's Decisions
4.1
5.
36
The Contractor shall cooperate and share the Site with other contractors, public authorities,
utilities, and the Employer between the dates given in the Schedule of Other Contractors. The
Contractor shall as referred to in the Contract Data, also provide facilities and services for them as
described in the Schedule. The employer may modify the schedule of other contractors and shall
notify the contractor of any such modification.
Personnel
9.1
The Contractor shall employ the key personnel named in the Schedule of Key Personnel as
referred to in the Contract Data to carry out the functions stated in the Schedule or other
personnel approved by the Engineer. The Engineer will approve any proposed replacement of key
personnel only if their qualifications, abilities, and relevant experience are substantially equal to
or better than those of the personnel listed in the Schedule.
9.2
If the Engineer asks the Contractor to remove a person who is a member of the Contractor’s staff
or his work force stating the reasons the Contractor shall ensure that the person leaves the Site
within seven days and has no further connection with the work in the Contract.
10. Employer’s and Contractor's Risks
10.1
The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor
carries the risks which this Contract states are Contractor’s risks.
11. Employer's Risks
11.1
The Employer is responsible for the excepted risks which are (a) in so far as they directly affect
the execution of the Works in the Employer’s country, the risks of war, hostilities, invasion, act of
foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot
Section VII. Works Requirements
37
commotion or disorder (unless restricted to the Contractor’s employees), and contamination from
any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the
design of the Works, other than the Contractor’s design.
12. Contractor’s Risks
12.1
All risks of loss of or damage to physical property and of personal injury and death which arise
during and in consequence of the performance of the Contract other than the excepted risks are
the responsibility of the Contractor.
13. Insurance
13.1
The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance
cover from the Start Date to the end of the Defects Liability Period, in the amounts and
deductibles stated in the Contract Data for the following events which are due to the Contractor’s
risks:
(a)
loss of or damage to the Works, Plant and Materials;
(b)
loss of or damage to Equipment;
(c)
loss of or damage of property (except the Works, Plant, Materials and Equipment) in
connection with the Contract; and
(d)
personal injury or death.
13.2
Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the
Engineer’s approval before the Start Date. All such insurance shall provide for compensation to
be payable in the types and proportions of currencies required to rectify the loss or damage
incurred.
13.3
If the Contractor does not provide any of the policies and certificates required, the Employer may
effect the insurance which the Contractor should have provided and recover the premiums the
Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the
payment of the premiums shall be a debt due.
13.4
Alterations to the terms of an insurance shall not be made without the approval of the Engineer.
13.5
Both parties shall comply with any conditions of the insurance policies.
14. Site Investigation Reports
14.1
The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in the
Contract Data, supplemented by any information available to the Bidder.
15. Queries about the Contract Data
15.1
The Engineer will clarify queries on the Contract Data.
16. Contractor to Construct the Works
16.1
The Contractor shall construct and install the Works in accordance with the Specification and
Drawings, and as per instructions of Engineer.
17. The Works to Be Completed by the Intended Completion Date
Section VII. Works Requirements
38
17.1
The Contractor may commence execution of the Works on the Start Date and shall carry out the
Works in accordance with the program submitted by the Contractor, as updated with the approval
of the Engineer, and complete them by the Intended Completion Date.
18. Approval by the Engineer
18.1
The Contractor shall submit Specifications and Drawings showing the proposed Temporary
Works to the Engineer, who is to approve them if they comply with the Specifications and
Drawings.
18.2
The Contractor shall be responsible for design of Temporary Works.
18.3
The Engineer's approval shall not alter the Contractor's responsibility for design of the Temporary
Works.
18.4
The Contractor shall obtain approval of third parties to the design of the Temporary Works where
required.
18.5
All Drawings prepared by the Contractor for the execution of the temporary or permanent Works,
are subject to prior approval by the Engineer before their use.
19. Safety
19.1
The Contractor shall be responsible for the safety of all activities on the Site.
20. Discoveries
20.1
Anything of historical or other interest or of significant value unexpectedly discovered on the Site
is the property of the Employer. The Contractor is to notify the Engineer of such discoveries and
carry out the Engineer's instructions for dealing with them.
21. Possession of the Site
21.1
The Employer shall give possession of all parts of the Site to the Contractor. If possession of a
part is not given by the date stated in the Contract Data the Employer is deemed to have delayed
the start of the relevant activities and this will be Compensation Event.
22. Access to the Site
22.1
The Contractor shall allow the Engineer and any person authorized by the Engineer access to the
Site, to any place where work in connection with the Contract is being carried out or is intended
to be carried out and to any place where materials or plant are being manufactured / fabricated /
assembled for the works.
23. Instructions
23.1
The Contractor shall carry out all instructions of the Engineer which comply with the applicable
laws where the Site is located.
23.2 The Contractor shall permit, and shall cause its Subcontractors and subconsultants to permit, the
Bank and/or persons appointed by the Bank to inspect the Site and/or the accounts and records of the
Contractor and its sub-contractors relating to the performance of the Contract and the submission of
the bid, and to have such accounts and records audited by auditors appointed by the Bank if requested
by the Bank. The Contractor’s and its Subcontractors’ and subconsultants’ attention is drawn to SubClause 64.1 which provides, inter alia, that acts intended to materially impede the exercise of the
Bank’s inspection and audit rights provided for under Sub-Clause 23.2 constitute a prohibited practice
Section VII. Works Requirements
39
subject to contract termination (as well as to a determination of ineligibility pursuant to the Bank’s
prevailing sanctions procedures).
24.
Disputes
24.1
25
If the Contractor believes that a decision taken by the Engineer was either outside the authority
given to the Engineer by the Contract or that the decision was wrongly taken, the decision shall
be referred to the Arbitrator within 28 days of the notification of the Engineer's decision.
Procedure for Disputes
25.1
25.2
25.3
deleted
deleted
The arbitration shall be conducted in accordance with the arbitration procedure stated in the
Special Conditions of Contract.
26. Replacement of Adjudicator - deleted
B. Time Control
27. Program
27.1
Within the time stated in the Contract Data the Contractor shall submit to the Engineer for
approval a Program showing the general methods, arrangements, order, and timing for all the
activities in the Works, along with monthly cash flow forecast.
27.2
An update of the Program shall be a program showing the actual progress achieved on each
activity and the effect of the progress achieved on the timing of the remaining work including any
changes to the sequence of the activities.
27.3
The Contractor shall submit to the Engineer, for approval, an updated Program at intervals no
longer than the period stated in the Contract Data. If the Contractor does not submit an updated
Program within this period, the Engineer may withhold the amount stated in the Contract Data
from the next payment certificate and continue to withhold this amount until the next payment
after the date on which the overdue Program has been submitted.
27.4
The Engineer's approval of the Program shall not alter the Contractor's obligations. The
Contractor may revise the Program and submit it to the Engineer again at any time. A revised
Program is to show the effect of Variations and Compensation Events.
28. Extension of the Intended Completion Date
28.1
The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a
Variation is issued which makes it impossible for Completion to be achieved by the Intended
Completion Date without the Contractor taking steps to accelerate the remaining work and which
would cause the Contractor to incur additional cost.
28.2
The Engineer shall decide whether and by how much to extend the Intended Completion Date
within 21 days of the Contractor asking the Engineer for a decision upon the effect of a
Compensation Event or Variation and submitting full supporting information. If the Contractor
has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the
delay by this failure shall not be considered in assessing the new Intended Completion Date.
29. Deleted
30. Delays Ordered by the Engineer
Section VII. Works Requirements
30.1
40
The Engineer may instruct the Contractor to delay the start or progress of any activity within the
Works.
31. Management Meetings
31.1
Either the Engineer or the Contractor may require the other to attend a management meeting. The
business of a management meeting shall be to review the plans for remaining work and to deal
with matters raised in accordance with the early warning procedure.
31.2
The Engineer shall record the business of management meetings and is to provide copies of his
record to those attending the meeting and to the Employer. The responsibility of the parties for
actions to be taken is to be decided by the Engineer either at the management meeting or after the
management meeting and stated in writing to all who attended the meeting.
32. Early Warning
32.1
The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events
or circumstances that may adversely affect the quality of the work, increase the Contract Price or
delay the execution of works. The Engineer may require the Contractor to provide an estimate of
the expected effect of the future event or circumstance on the Contract Price and Completion
Date. The estimate is to be provided by the Contractor as soon as reasonably possible.
32.2
The Contractor shall cooperate with the Engineer in making and considering proposals for how
the effect of such an event or circumstance can be avoided or reduced by anyone involved in the
work and in carrying out any resulting instruction of the Engineer.
C. Quality Control
33. Identifying Defects
33.1
The Engineer shall check the Contractor's work and notify the Contractor of any Defects that are
found. Such checking shall not affect the Contractor's responsibilities. The Engineer may instruct
the Contractor to search for a Defect and to uncover and test any work that the Engineer considers
may have a Defect.
33.2
The contractor shall permit the Employer’s Technical auditor to check the Contractor’s work and
notify the Engineer and Contractor of any defects that are found. Such a check shall not affect the
Contractor’s or the Engineer’s responsibility as defined in the Contract Agreement.
34. Tests
34.1
If the Engineer instructs the Contractor to carry out a test not specified in the Specification to
check whether any work has a Defect and the test shows that it does, the Contractor shall pay for
the test and any samples. If there is no Defect the test shall be a Compensation Event.
35. Correction of Defects
35.1
The Engineer shall give notice to the Contractor of any Defects before the end of the Defects
Liability Period, which begins at Completion and is defined in the Contract Data. The Defects
Liability Period shall be extended for as long as Defects remain to be corrected.
35.2
Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the
length of time specified by the Engineer’s notice.
36. Uncorrected Defects
Section VII. Works Requirements
36.1
41
If the Contractor has not corrected a Defect within the time specified in the Engineer’s notice, the
Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this
amount.
Note: Where in certain cases, the technical specifications provide for acceptance of works within specified
tolerance limits at reduced rates, Engineer will certify payments to Contractor accordingly.
D. Cost Control
37. Bill of Quantities
37.1
The Bill of Quantities shall contain items for the construction, installation, testing, and
commissioning work to be done by the Contractor.
37.2
The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the
quantity of the work done at the rate in the Bill of Quantities for each item.
38. Changes in the Quantities
38.1
If the final quantity of the work done differs from the quantity in the Bill of Quantities for the
particular item by more than 25 percent provided the change exceeds 1% of Initial Contract Price,
the Engineer shall adjust the rate to allow for the change.
38.2
The Engineer shall not adjust rates from changes in quantities if thereby the Initial Contract Price
is exceeded by more than 15 percent, except with the Prior approval of the Employer.
38.3
If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost
breakdown of any rate in the Bill of Quantities.
39. Variations
39.1
All Variations shall be included in updated Programs produced by the Contractor.
40. Payments for Variations
40.1
The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates) for
carrying out the Variation when requested to do so by the Engineer. The Engineer shall assess the
quotation, which shall be given within seven days of the request or within any longer period
stated by the Engineer and before the Variation is ordered.
40.2
If the work in the Variation corresponds with an item description in the Bill of Quantities and if,
in the opinion of the Engineer, the quantity of work above the limit stated in Sub Clause 38.1 or
the timing of its execution do not cause the cost per unit of quantity to change, the rate in the Bill
of Quantities shall be used to calculate the value of the Variation. If the cost per unit of quantity
changes, or if the nature or timing of the work in the Variation does not correspond with items in
the Bill of Quantities, the quotation by the Contractor shall be in the form of new rates for the
relevant items of work.
If the Contractor's quotation is unreasonable (or if the contractor fails to provide the Engineer
with a quotation within a reasonable time specified by the Engineer in accordance with Clause
40.1), the Engineer may order the Variation and make a change to the Contract Price which shall
be based on Engineer’s own forecast of the effects of the Variation on the Contractor's costs.
40.3
40.4
If the Engineer decides that the urgency of varying the work would prevent a quotation being
given and considered without delaying the work, no quotation shall be given and the Variation
shall be treated as a Compensation Event.
40.5
The Contractor shall not be entitled to additional payment for costs which could have been
avoided by giving early warning.
41. Cash flow forecasts
Section VII. Works Requirements
41.1
42
When the Program is updated, the contractor is to provide the Engineer with an updated cash flow
forecast.
42. Payment Certificates
42.1
The Contractor shall submit to the Engineer monthly statements of the estimated value of the
work completed less the cumulative amount certified previously alongwith details of
measurement of the quantity of works executed in a tabulated form as approved by the Engineer.
42.2
The Engineer shall check the Contractor’s monthly statement and within 14 days certify the
amount to be paid to the Contractor.
42.3
The value of work executed shall be determined by the Engineer after due check measurement of
the quantities claimed as executed by the contractor.
42.4
The value of work executed shall comprise the value of the quantities of the items in the Bill of
Quantities completed.
42.5
The value of work executed shall include the valuation of Variations and Compensation Events.
42.6
The Engineer may exclude any item certified in a previous certificate or reduce the proportion of
any item previously certified in any certificate in the light of later information.
43. Payments
43.1
Payments shall be adjusted for deductions for advance payments, retention, other recoveries in
terms of the contract and taxes, at source, as applicable under the law. The Employer shall pay
the Contractor the amounts certified by the Engineer within 28 days of the date of each certificate.
If the Employer makes a late payment, the Contractor shall be paid interest on the late payment in
the next payment. Interest shall be calculated from the date by which the payment should have
been made upto the date when the late payment is made at 8% per annum.
43.2
If an amount certified is increased in a later certificate or as a result of an award by an Arbitrator,
the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest
shall be calculated from the date upon which the increased amount would have been certified in
the absence of dispute.
Items of the Works for which no rate or price has been entered in will not be paid for by the
Employer and shall be deemed covered by other rates and prices in the Contract.
43.3
44. Compensation Events
44.1
The following are Compensation Events unless they are caused by the Contractor:
(a)
The Employer does not give access to a part of the Site by the Site Possession Date stated
in the Contract Data.
(b)
The Employer modifies the schedule of other contractors in a way which affects the work
of the contractor under the contract.
(c)
The Engineer orders a delay or does not issue drawings, specifications or instructions
required for execution of works on time.
(d)
The Engineer instructs the Contractor to uncover or to carry out additional tests upon work
which is then found to have no Defects.
(e)
The Engineer unreasonably does not approve for a subcontract to be let.
Section VII. Works Requirements
45.
43
(f)
Ground conditions are substantially more adverse than could reasonably have been
assumed before issuance of Letter of Acceptance from the information issued to Bidders
(including the Site Investigation Reports), from information available publicly and from a
visual inspection of the Site.
(g)
The Engineer gives an instruction for dealing with an unforeseen condition, caused by the
Employer, or additional work required for safety or other reasons.
(h)
Other contractors, public authorities, utilities or the Employer does not work within the
dates and other constraints stated in the Contract, and they cause delay or extra cost to the
Contractor.
(i)
Deleted.
(j)
The effect on the Contractor of any of the Employer’s Risks.
(k)
The Engineer unreasonably delays issuing a Certificate of Completion.
(l)
Other Compensation Events listed in the Contract Data or mentioned in the Contract.
44.2
If a Compensation Event would cause additional cost or would prevent the work being completed
before the Intended Completion Date, the Contract Price shall be increased and/or the Intended
Completion Date is extended. The Engineer shall decide whether and by how much the Contract
Price shall be increased and whether and by how much the Intended Completion Date shall be
extended.
44.3
As soon as information demonstrating the effect of each Compensation Event upon the
Contractor's forecast cost has been provided by the Contractor, it is to be assessed by the
Engineer and the Contract Price shall be adjusted accordingly. If the Contractor's forecast is
deemed unreasonable, the Engineer shall adjust the Contract Price based on Engineer’s own
forecast. The Engineer will assume that the Contractor will react competently and promptly to the
event.
44.4
The Contractor shall not be entitled to compensation to the extent that the Employer's interests are
adversely affected by the Contractor not having given early warning or not having cooperated
with the Engineer.
Tax
45.1
46.
The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other taxes
that the Contractor will have to pay for the performance of this Contract. The Employer will
perform such duties in regard to the deduction of such taxes at source as per applicable law.
Currencies
46.1
All payments shall be made in Indian Rupees.
47.
Price Adjustment - deleted
48.
Retention
48.1
The Employer shall retain from each payment due to the Contractor the proportion stated in the
Contract Data until Completion of the whole of the Works.
48.2
On Completion of the whole of the Works half the total amount retained is repaid to the
Contractor and half when the Defects Liability Period has passed and the Engineer has certified
Section VII. Works Requirements
44
that all Defects notified by the Engineer to the Contractor before the end of this period have been
corrected.
48.3
49.
50.
On completion of the whole works, the Contractor may substitute retention money (balance half)
with an “on demand” Bank guarantee.
Liquidated Damages
49.1
The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the
Contract Data for each day that the Completion Date is later than the Intended Completion Date
(for the whole of the works or the milestones as stated in the Contract Data). The total amount of
liquidated damages shall not exceed the amount defined in the Contract Data. The Employer may
deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages
does not affect the Contractor's liabilities.
49.2
If the Intended Completion Date is extended after liquidated damages have been paid, the
Engineer shall correct any overpayment of liquidated damages by the Contractor by adjusting the
next payment certificate. The Contractor shall be paid interest on the over payment calculated
from the date of payment to the date of repayment at the rates specified in Sub Clause 43.1.
Deleted
51. Advance Payment
Deleted
52.
Securities
53.
54.
52.1 The Performance Security shall be provided to the Employer no later than the date specified in the
Letter of Acceptance and shall be issued in an amount and form and by a bank or surety acceptable
to the Employer, and denominated in Indian Rupees. The Performance Security shall be valid until
a date 28 days from the date of expiry of Defects Liability Period and the additional security for
unbalanced bids shall be valid until a date 28 days from the date of issue of the certificate of
completion.
Deleted
Cost of Repairs
54.1
Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date
and the end of the Defects Correction periods shall be remedied by the Contractor at the
Contractor's cost if the loss or damage arises from the Contractor's acts or omissions.
E. Finishing the Contract
55.
Completion
55.1
56.
Taking Over
56.1
57.
The Contractor shall request the Engineer to issue a Certificate of Completion of the Works and
the Engineer will do so upon deciding that the Work is completed.
The Employer shall take over the Site and the Works within seven days of the Engineer issuing a
certificate of Completion
Final Account
57.1
The Contractor shall supply to the Engineer a detailed account of the total amount that the
Contractor considers payable under the Contract before the end of the Defects Liability Period.
The Engineer shall issue a Defect Liability Certificate and certify any final payment that is due to
the Contractor within 56 days of receiving the Contractor's account if it is correct and complete. If
Section VII. Works Requirements
45
it is not, the Engineer shall issue within 56 days a schedule that states the scope of the corrections
or additions that are necessary. If the Final Account is still unsatisfactory after it has been
resubmitted, the Engineer shall decide on the amount payable to the Contractor and issue a
payment certificate within 56 days of receiving the Contractor’s revised account.
58.
59.
Operating and Maintenance Manuals
58.1
If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor
shall supply them by the dates stated in the Contract Data.
58.2
If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract
Data, or they do not receive the Engineer’s approval, the Engineer shall withhold the amount
stated in the Contract Data from payments due to the Contractor.
Termination
59.1
The Employer or the Contractor may terminate the Contract if the other party causes a
fundamental breach of the Contract.
59.2
Fundamental breaches of Contract include, but shall not be limited to the following:
(a)
the Contractor stops work for 28 days when no stoppage of work is shown on the current
Program and the stoppage has not been authorized by the Engineer;
(b)
the Engineer instructs the Contractor to delay the progress of the Works and the instruction
is not withdrawn within 28 days;
(c)
the Employer or the Contractor is made bankrupt or goes into liquidation other than for a
reconstruction or amalgamation;
a payment certified by the Engineer is not paid by the Employer to the Contractor within
56 days of the date of the Engineer's certificate;
(d)
60.
(e)
the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach
of Contract and the Contractor fails to correct it within a reasonable period of time
determined by the Engineer;
(f)
the Contractor does not maintain a security which is required;
(g)
the Contractor has delayed the completion of works by the number of days for which the
maximum amount of liquidated damages can be paid as defined in the Contract data; and
(h)
if the Contractor, in judgment of the Purchaser engaged in fraud and corruption, a defined
in GCC Clause 64, in competing for or in executing the Contract.
59.3
When either party to the Contract gives notice of a breach of contract to the Engineer for a cause
other than those listed under Sub Clause 59.2 above, the Engineer shall decide whether the breach
is fundamental or not.
59.4
Notwithstanding the above, the Employer may terminate the Contract for convenience.
59.5
If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and
secure and leave the Site as soon as reasonably possible.
Payment upon Termination
Section VII. Works Requirements
61.
60.1
If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the
Engineer shall issue a certificate for the value of the work done less advance payments received
up to the date of the issue of the certificate, less other recoveries due in terms of the contract, less
taxes due to be deducted at source as per applicable law and less the percentage to apply to the
work not completed as indicated in the Contract Data. Additional Liquidated Damages shall not
apply. If the total amount due to the Employer exceeds any payment due to the Contractor the
difference shall be a debt payable to the Employer.
60.2
If the Contract is terminated at the Employer's convenience or because of a fundamental breach of
Contract by the Employer, the Engineer shall issue a certificate for the value of the work done,
the reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed
solely on the Works, and the Contractor's costs of protecting and securing the Works and less
advance payments received up to the date of the certificate, less other recoveries due in terms of
the contract, and less taxes due to be deducted at source as per applicable law.
Property
61.1
62.
All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the
property of the Employer, if the Contract is terminated because of a Contractor’s default.
Release from Performance
62.1
63.
If the Contract is frustrated by the outbreak of war or by any other event entirely outside the
control of either the Employer or the Contractor the Engineer shall certify that the Contract has
been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after
receiving this certificate and shall be paid for all work carried out before receiving it and for any
work carried out afterwards to which commitment was made.
Suspension of World Bank Loan or Credit
63.1
In the event that the World Bank suspends the Loan or Credit to the Employer, from which part of
the payments to the Contractor are being made:
(a)
The Employer is obligated to notify the Contractor of such suspension within 7 days of
having received the World Bank’s suspension notice.
(b)
64.
46
If the Contractor has not received sums due to it upon the expiration of the 28 days for
payment provided for in Sub-Clause 43.1, the Contractor may immediately issue a 14-day
termination notice.
Fraud and Corruption
64.1
If the Employer determines that the Contractor and/or any of its personnel, or its agents, or its
Subcontractors, subconsultants, services providers, suppliers and/or their employees has engaged in
corrupt, fraudulent, collusive, coercive or obstructive practices, in competing for or in executing the
Contract, then the Employer may, after giving 14 days notice to the Contractor, terminate the
Contractor's employment under the Contract and expel him from the Site, and the provisions of Clause
59 shall apply as if such expulsion had been made under Sub-Clause 59.5 [Termination by Employer].
64.2 Should any employee of the Contractor be determined to have engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practice during the execution of the Works, then that employee shall be removed
in accordance with Clause 9.
64.3 For the purposes of this Sub-Clause:
Section VII. Works Requirements
(i)
“corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything
of value to influence improperly the actions of another party13;
(ii)
“fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or
recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to
avoid an obligation14;
(iii)
“collusive practice” is an arrangement between two or more parties15 designed to achieve an
improper purpose, including to influence improperly the actions of another party;
(iv)
“coercive practice” is impairing or harming, or threatening to impair or harm, directly or
indirectly, any party or the property of the party to influence improperly the actions of a party16;
(v)
“obstructive practice” is
(aa)
(bb)
deliberately destroying, falsifying, altering or concealing of evidence material to the
investigation or making false statements to investigators in order to materially impede a
Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice;
and/or threatening, harassing or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or from pursuing the investigation; or
acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for
under Sub-Clause 23.2.
F.
1.
47
Special Conditions of Contract
LABOUR :
The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the
engagement of all staff and labour, local or other, and for their payment, housing, feeding and transport.
The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form
and at such intervals as the Engineer may prescribe, showing the staff and the numbers of the several
classes of labour from time to time employed by the Contractor on the Site and such other information as
the Engineer may require.
2.
COMPLIANCE WITH LABOUR REGULATIONS :
During continuance of the contract, the Contractor and his sub contractors shall abide at all times by all
existing labour enactments and rules made thereunder, regulations, notifications and bye laws of the State
or Central Government or local authority and any other labour law (including rules), regulations, bye laws
that may be passed or notification that may be issued under any labour law in future either by the State or
the Central Government or the local authority. Salient features of some of the major labour laws that are
13
“Another party” refers to a public official acting in relation to the procurement process or contract
execution]. In this context, “public official” includes World Bank staff and employees of other organizations
taking or reviewing procurement decisions.
14
“Party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement
process or contract execution; and the “act or omission” is intended to influence the procurement process or
contract execution.
15
“Parties” refers to participants in the procurement process (including public officials) attempting to
establish bid prices at artificial, non competitive levels.
16
“Party” refers to a participant in the procurement process or contract execution.
Section VII. Works Requirements
48
applicable to construction industry are given below. The Contractor shall keep the Employer indemnified
in case any action is taken against the Employer by the competent authority on account of contravention of
any of the provisions of any Act or rules made thereunder, regulations or notifications including
amendments. If the Employer is caused to pay or reimburse, such amounts as may be necessary to cause
or observe, or for non-observance of the provisions stipulated in the notifications/bye
laws/Acts/Rules/regulations including amendments, if any, on the part of the Contractor, the
Engineer/Employer shall have the right to deduct any money due to the Contractor including his amount
of performance security. The Employer/Engineer shall also have right to recover from the Contractor any
sum required or estimated to be required for making good the loss or damage suffered by the Employer.
The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of
the Employer at any point of time.
SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO
ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK.
a)
Workmen Compensation Act 1923: The Act provides for compensation in case of injury by
accident arising out of and during the course of employment.
b)
Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction
of certain conditions on separation if an employee has completed 5 years service or more or on
death the rate of 15 days wages for every completed year of service. The Act is applicable to all
establishments employing 10 or more employees.
c)
Employees P.F. and Miscellaneous provision Act 195: The Act Provides for monthly
contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the
Act are :
(i)
Pension or family pension on retirement or death as the case may be.
(ii)
(iii)
Deposit linked insurance on the death in harness of the worker.
payment of P.F. accumulation on retirement/death etc.
d)
Maternity Benefit Act 1951 :- The Act provides for leave and some other benefits to women
employees in case of confinement or miscarriage etc.
e)
Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare
measures to be provided by the Contractor to contract labour and in case the Contractor fails to
provide, the same are required to be provided, by the Principal Employer by Law. The principal
Employer is required to take Certificate of Registration and the Contractor is required to take
license from the designated Officer. The Act is applicable to the establishments or Contractor of
Principal Employer if they employ 20 or more contract labour.
f)
Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages
fixed by appropriate Government as per provisions of the Act if the employment is a scheduled
employment. Construction of Buildings, Roads, Runways are scheduled employment.
g)
Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when it
will be paid and what deductions can be made from the wages of the workers.
h)
Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal
nature to Male and Female workers and for not making discrimination against Female employees
in the matters of transfers, training and promotions etc.
Section VII. Works Requirements
3.
49
i)
Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more
workmen. The Act provides for payments of annual bonus subject to a minimum of 8.33% of
wages and maximum of 20% of wages to employees drawing Rs.3500/- per month. or less. The
bonus to be paid to employees getting Rs.2500/- per month or above upto Rs.3500/- per month.
shall be worked out by taking wages as Rs.2500/- per month only. The Act does not apply to
certain establishments. The newly set-up establishments are exempted for five years in certain
circumstances. Some of the State Governments have reduced the employment size from 20 to 10
for the purpose of applicability of the Act.
j)
Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of
Industrial disputes, in what situations a strike or lock-out becomes illegal and what are the
requirements for laying off or retrenching the employees or closing down the establishment.
k)
Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments
employing 100 or more workmen (employment size reduced by some of the States and Central
Government to 50). The Act provides for laying down rules governing the conditions of
employment by the Employer on matters provided in the Act and get the same certified by the
designated Authority.
l)
Trade Unions Act 1926: The Act lays down the procedure per registration of trade unions of
workmen and employers. The Trade Unions registered under the Act have been given certain
immunities from civil and criminal liabilities.
m)
Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children
below 14 years of age in certain occupations and processes and provides for regulations of
employment of children in all other occupations and processes. Employment of Child Labour is
prohibited in Building and Construction Industry.
n)
Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service) Act 1979 :The Act is applicable to an establishment which employs 5 or more inter-state migrant workmen
through an intermediary (who has recruited workmen in one state for employment in the
establishment situated in another state). The Inter-State migrant workmen, in an establishment to
which this Act becomes applicable, are required to be provided certain facilities such as Housing,
Medical-Aid, Travelling expenses from home upto the establishment and back etc.
o)
The Building and Other Construction workers (Regulation of Employment and Conditions of
Service) Act 1996 and the Cess Act of 1996: All the establishments who carry on any building
or other construction work and employs 10 or more workers are covered under this Act. All such
establishments are required to pay cess at the rate not exceeding 2% of the cost of construction as
may be modified by the Government. The Employer of the establishment is required to provide
safety measures at the Building or construction work and other welfare measures, such as
Canteens, First-Aid facilities, Ambulance, Housing accommodations for workers near the work
place etc. The Employer to whom the Act applies has to obtain a registration certificate from the
Registering Officer appointed by the Government.
p)
Factories Act 1948: The Act lays down the procedure for approval at plans before setting up a
factory, health and safety provisions, welfare provisions, working hours, annual earned leave and
rendering information regarding accidents or dangerous occurrences to designated authorities. It
is applicable to premises employing 10 persons or more with aid of power or 20 or more persons
without the aid of power engaged in manufacturing process.
SUB-CONTRACTING (GCC Clause 7)
Please add the following as Clause 7.2:
The contractor shall not be required to obtain any consent from the employer for:
Section VII. Works Requirements
50
a) the sub-contracting of any part of the Works for which the Sub-contractor is named in the contract;
b) the provision of labour; and
c) the purchase of materials which are in accordance with the standards specified in the Contract.
Beyond this if the contractor proposes sub-contracting any part of the work during execution of works,
because of some unforeseen circumstances to enable him to complete the work as per terms of the
contract, the Engineer will consider the following before according approval:
-
-
-
4.
The contractor shall not sub-contract the whole of the Works.
The contractor shall not sub-contract any part of the Work without prior consent of the Engineer.
Any such consent shall not relieve the contractor from any liability or obligations under the
contract and he shall be responsible for the acts, defaults and neglects of any sub-contractor, his
agents or workmen as fully as if they were the acts, defaults or neglects of the contractor, his
agents or workmen.
The Engineer should satisfy whether (a) the circumstances warrant such sub-contracting; and (b)
the sub-contractors so proposed for the Work possess the experience, qualifications and equipment
necessary for the job proposed to be entrusted to them in proportion to the quantum of work to be
sub-contracted.
If payments are proposed to be made directly to that sub-contractor, this should be subject to
specific authorization by the prime contractor so that this arrangement does not alter the
contractor's liability or obligations under the contract.)
ARBITRATION (GCC Clause 25.3)
The procedure for arbitration will be as follows :
25.3
(a)
In case of Dispute or difference arising between the Employer and a domestic contractor
relating to any matter arising out of or connected with this agreement, such disputes or
difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996.
The arbitral tribunal shall consist of 3 arbitrators one each to be appointed by the Employer
and the Contractor. The third Arbitrator shall be chosen by the two Arbitrators so
appointed by the Parties and shall act a presiding arbitrator. In case of failure of the two
arbitrators appointed by the parties to reach upon a consensus within a period of 30 days
from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator
shall be appointed by the Chairman, Institution of Engineers, Maharashtra
____________________________________
(Note: 1. All bidders are expected to indicate clearly in the bid, if they proposed sub-contracting parts of the works amounting to more than 20
percent of the Bid Price. For each such proposal the qualification and the experience of the identified sub-contractor in the relevant field should be
furnished alongwith the bid to enable the employer to satisfy himself about their qualifications before agreeing for such sub-contracting and include
it in the contract. In view of the above, normally no additional sub-contracting should arise during execution of the contract.)
2. However, [a] sub contracting for certain specialized elements of the work is not unusual and acceptable for carrying out the works more
effectively; but vertical splitting of the works for subcontracting is not acceptable [b] In any case, proposal for sub-contracting in addition
to what was specified in bid and stated in contract agreement will not be acceptable if the value of such additional sub-contracting exceeds
25% of value of work which was to be executed by Contractor without sub-contracting.
3. Assignment of the contract may be acceptable only under exceptional circumstances such as insolvencies/liquidation or merger of
companies etc.
(b)
In the case of dispute with a Foreign contractor the dispute shall be settled in accordance
with provisions of UNCITRAL (United Nations Commission on International Trade Law)
Arbitration Rules. The Arbitral Tribunal shall consist of three Arbitrators one each to be
appointed by the Employer and the Contractor. The third Arbitrator shall be chosen by the
two Arbitrators so appointed by the Parties, and shall act a presiding arbitrator. In case of
failure of the two arbitrators appointed by the parties to reach upon a consensus within a
period of 30 days from the appointment of the arbitrator appointed subsequently, the
Presiding arbitrator shall be appointed by the Chairman, Institution of Engineers,
Maharashtra
Section VII. Works Requirements
5.
51
(c)
If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (b)
above within 30 days after receipt of the notice of the appointment of its arbitrator by the
other party, then the * Indian Council of Arbitration/President of the Institution of
Engineers (India)/The International centre for Alternative Dispute Resolution (India), both
in cases of the Foreign Contractor as well as Indian Contractor, shall appoint the arbitrator.
A certified copy of the order of the Chairman, Institution of Engineers, Maharashtra,
making such an appointment shall be furnished to each of the parties.
(d)
Arbitration proceedings shall be held at CBD Belapur, Navi Mumbai, India, and the
language of the arbitration proceedings and that of all documents and communications
between the parties shall be English.
(e)
The decision of the majority of arbitrators shall be final and binding upon both parties. The
cost and expenses of Arbitration proceedings will be paid as determined by the arbitral
tribunal. However, the expenses incurred by each party in connection with the preparation,
presentation, etc. of its proceedings as also the fees and expenses paid to the arbitrator
appointed by such party or on its behalf shall be borne by each party itself.
(f)
In the event value of the contract is upto Rs.50 millions, the disputes or differences arising
shall be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by
agreement between the parties, failing such agreement by the appointing authority, i.e. the
Chairman, Institution of Engineers, Maharashtra
(g)
Performance under the contract shall continue during the arbitration proceedings and
payments due to the contractor by the owners shall not be withheld, unless they are the
subject matter of the arbitration proceedings.
PROTECTION OF ENVIRONMENT:
Add the following as GCC Clause 16.2:
The contractor shall take all reasonable steps to protect the environment on and off the Site and to
avoid damage or nuisance to persons or to property of the public or others resulting from
pollution, noise or other causes arising as a consequence of his methods of operation.
During continuance of the contract, the contractor and his sub-contractors shall abide at all times
by all existing enactments on environmental protection and rules made thereunder, regulations,
notifications and bye-laws of the State or Central Government, or local authorities and any other
law, bye-law, regulations that may be passed or notification that may be issued in this respect in
future by the State or Central Government or the local authority.
Salient features of some of the major laws that are applicable are given below :
The Water (Prevention and Control of Pollution) Act, 1974, This provides for the prevention and
control of water pollution and the maintaining and restoring of wholesomeness of water.
'Pollution' means such contamination of water or such alteration of the physical, chemical or
biological properties of water or such discharge of any sewage or trade effluent or of any other
liquid, gaseous or solid substance into water (whether directly or indirectly) as may, or is likely
to, create a nuisance or render such water harmful or injurious to public health or safety, or to
domestic, commercial, industrial, agricultural or other legitimate uses, or to the life and health of
animals or plants or of aquatic organisms.
The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control
and abatement of air pollution. 'Air Pollution' means the presence in the atmosphere of any 'air
Section VII. Works Requirements
52
pollutant', which means any solid, liquid or gaseous substance (including noise) present in the
atmosphere in such concentration as may be or tend to be injurious to human beings or other
living creatures or plants or property or environment.
The Environment (Protection) Act, 1986, This provides for the protection and improvement of
environment and for matters connected therewith, and the prevention of hazards to human beings,
other living creatures, plants and property. 'Environment' includes water, air and land and the
inter-relationship which exists among and between water, air and land, and human beings, other
living creatures, plants, micro-organism and property.
The Public Liability Insurance Act, 1991, This provides for public liability insurance for the
purpose of providing immediate relief to the persons affected by accident occurring while
handling hazardous substances and for matters connected herewith or incidental thereto.
Hazardous substance means any substance or preparation which is defined as hazardous
substance under the Environment (Protection) Act 1986, and exceeding such quantity as may be
specified by notification by the Central Government.
[Employers should note that the Loan Agreement between IBRD and the borrowing country may
establish specific measures to be taken during construction of the Works for the protection of the
environment. Sub-clause 16.2 should be modified/expanded to take into account such specific
measures or other measures considered appropriate by the Employer]
6.
LIQUIDATED DAMAGES:
Sub-clause 49.1:
Please substitute the last sentence with the following:
“Time is the essence of the contract and payment or deduction of liquidated damages shall not
relieve the contractor from his obligation to complete the work as per agreed construction
program and milestones or from any other of the contractor’s obligations and liabilities under the
contract.”
Section VII. Works Requirements
53
SECTION 4: CONTRACT DATA
Section VII. Works Requirements
54
Contract Data
Items marked "N/A" do not apply in this Contract.
The following documents are also part of the Contract:
Clause Reference
·
The Schedule of Operating and Maintenance Manuals
[58]
·
The Schedule of Other Contractors–N/A
[8]
·
The Schedule of Key Personnel
[9]
·
The Methodology and Program of Construction–N/A
[27]
·
The Schedule of Key and Critical equipment to be deployed
on the work as per agreed program of construction
[27]
·
Site Investigation reports; site plan and drawings inclosed
[14]
The Borrower is Government of India /Maharashtra
[name of Borrower and statement of relationship with the Employer, if
different from the Borrower].
[1.1]
The World Bank means International Development Association (IDA)
________________________________________________
and loan refers to an “IDA Credit” Credit Number is 4978-IN
[1.1]
The above insertions should correspond to the information provided in the Invitation for Bids.
The Employer is :
Name: Chief Executive Officer (CEO), Maharashtra State Rural Livelihoods Mission (MSRLM)
(1.1)
Address:
Floor/Room number: 101,102, Ist Floor, Monarch Plaza,
Plot No. 56, Sector – 11.
City: CBD, Belapur
ZIP Code: 400 614.
Country: India
Telephone: 022 – 27562554/52.
Name of authorized Representative: Under Secretary (Administration), MSRLM
The Engineer is
Name:
Ar. Madhav Ambekar
Address: 15, Corner View, Goghale Road(N), Dadar West Mumbai 28
Name of Authorized Representative: Ar. Madhav Ambekar
The name and identification number of the Contract is Ref.No.MSRLM/SMMU/Refur.Tender/
/2013
Section VII. Works Requirements
55
The Works consist of Refurbisment and renovation of office space, including plumbing, electrification,
masonary, sanitary works, providing fixtures & office furniture for MSRLM at Cidco Bhavan, CBD
Belapur, Navi Mumbai.
The start date shall be the date of issue of notice to proceed with the work.
(1.1)
The intended completion Date for the whole
of the work is four months
[17,28]
The following documents also form part of the Contract:
[2.3]
The Contractor shall submit a revised Program for the Works (in such form and
detail as the engineer shall reasonably prescribe) within 14 days of delivery
of the Letter of Acceptance.
[27]
The Site Possession Date shall be:
Within 8 days after the issue of notice to proceed the work
[21]
The Site is located at : 5th Floor, CIDCO Bhavan, CBD Belapur Navi Mumbai.
[1]
The Defects Liability Period is 365 days from the date of certification of completion of works (where
sectional completion certificate is issued this will apply from those dates for those sections).
[35]
Insurance requirements are as under:
[13]
(i)
Works and Plant and Materials
Minimum Cover for
Insurance
320 Lakhs
(ii)
Loss or damage to Equipment
5 Lakhs
5,000/-
(iii)
Other Property
20 Lakhs
5,000/-
(iv)
Personal injury or death insurance:
For four (4) occurrences
each Rs 5.00 Lakhs
10000/-
a) for other people;
b) for Contractor’s Employees
Maximum deductible for
Insurance
3,00,000/-
In accordance with the statuary requirements applicable to
India
The following events shall also be Compensation Events:
[44]
NIL
The period between Program updates shall be 15 days.
[27]
The amount to be withheld for late submission of an updated
Program shall be 10000/-
[27]
The language of the Contract documents is English
[3]
The law which applies to the Contract is the laws of Union of India
The currency of the Contract is Indian Rupees.
[3]
[46]
Section VII. Works Requirements
56
The proportion of payments retained (retention money) shall be 6% from
each bill subject to a maximum of 5% of final contract price
[48]
The liquidated damages for the whole of the works are
Rs.30000 (amount) per day
(49)
The maximum amount of liquidated damages for the whole of the works
is ten percent of final contract price.
The Securities shall be for the following minimum amounts equivalent as a
percentage of the Contract Price:
[49]
[52]
Performance Security for 5 per cent of contract price plus Rs. ..................... as additional
security in terms of ITB Clause 29.5.
The standard form(s) of Performance Security acceptable to the Employer shall be an
unconditional Bank Guarantee of the type as presented in Section 8 of the Bidding Documents.
* The date by which operating and maintenance manuals are required is within 28 days of issue
of certificate of completion of whole or section of the work, as the case may be.
*
[52]
[58]
The date by which “as-built” drawings (in scale 1:100) in 2 sets are required is within 28 days of issue
of certificate of completion of whole or section of the work, as the case may be.
[58]
The amount to be withheld for failing to supply “as built” drawings and/or operating and maintenance [58]
manuals* by the date required is Rs.1,00,000/-
The following events shall also be fundamental breach of the contract :
[59.2]
1.
The contractor has contravened Sub-clause 7 of GCC read with SCC and Clause 9 of GCC.
2.
The contractor does not adhere to the agreed construction program and agreed environmental
management plan (Clause 27 of GCC) and also fails to take satisfactory remedial action as per
agreements reached in the management meetings (Clause 31) for a period of 60 days.
3.
The contractor fails to carry out the instructions of Engineer within a reasonable time determined by
the Engineer in accordance with GCC Clause 16.1 and 23.1.
The percentage to apply to the value of the work not completed representing the Employer's
additional cost for completing the Works shall be 20 percent.
*
Strike out whichever is inapplicable
*
Strike out whichever is inapplicable
[60]
Section VII. Works Requirements
57
SECTION 5: SPECIFICATIONS
Section VII. Works Requirements
58
Specification
NOTE:
Anti-termite treatment with Chloropyrphos of approved brand and make to be done on all wooden surfaces.
Wherever painting items are mentioned, these always include the base coats of primer required and a minimum
of 2 coats of the Final paint, or more if required, to achieve the required finish & shade.
In case of any discrepancy between drawings, designs and specifications, the decision of the Employer /
Consultant shall be final as to which one shall have precedence.
Premium quality laminates to be given.
The Contractor is to clean all the floors, walls, partitions, laminates all surfaces etc. prior to handing over.
Removing of existing furniture, partitions, tables, cash counters, etc. and making good any damage to walls /
floors / ceiling / false ceiling / etc. is included in the scope of work, and no extra payment for the same shall be
made.
No 'bubbling' of laminates shall be tolerated-and shall have to be made good.
Exemplary finishing is expected-and no tolerances for bad workmanship shall be made.
DETAILED SPECIFICATION FOR CIVIL & INTERIOR WORKS
Removing tiled flooring in all types of tiling or flooring i.e. Shahabad Kotah, Cement, Marble Mosaic,
Glazed, Ceramic tiles etc. including stacking the materials as directed with all leads and lifts.
General : This item covers dismantling of all types of tiled flooring like Shahabad, Kotah, Cement, Marble
mosaic, Glazed, Ceramic tiles etc. and stacking as per directions of the Engineer-in-charge, with all leads and
lifts.
Demolition Procedure : Generally for breaking of flooring the method for breaking of lime or plain cement
concrete as described in item Gen/B/4.2 shall be adopted. Where dismantling special items like granite or
marble flooring or dado ceramic tiles, special care is to be exercised to ensure least damage to the dismantled
material. Tiles, marble and granite items, etc. shall be stacked after removing all adhering mortar and making
the items in a ready for use condition.
Safety Measures : All demolition work shall be carried out safely using procedures, which do not cause
injuries to any person engaged in demolition work and nearby structures. Contractor shall provide proper
devices to the workmen like safety belts, helmets, goggles etc. to prevent injures to the workmen. The safety of
workmen is the responsibility of the contractor and the compensation for injuries or deaths shall be made by the
contractor as per the prevailing acts and
rules.
Stacking of Dismantled Materials : All the reusable flooring material coming out of dismantling shall be
stacked separately as directed and returned to the MSRLM stores.
Disposal : The spoils shall be disposed off as per directions of the Engineer-in-charge.
Item to Include : The item includes cutting of any type of flooring, with appropriate tools and equipment,
scaffolding if required, material, labour, transporting to the location and stacking / disposing as directed by
the Engineer-in-charge.
Mode of Measurement and Payment : The measurement of the floor area in sqm, to be removed, shall be
recorded before starting the actual work.
Payment shall be made on the actual area of flooring removed, at the contract rate per sqm.
Removing doors and windows with frames & shutters fixed in position and stacking them with all
leads and lifts as directed.
Section VII. Works Requirements
59
General : The item pertains to removal of all doors and windows with frames & shutters in all materials
like timber, aluminum, steel etc. along with shutters & stacked as per directions of the Engineer-incharge,
with all leads and lifts.
Demolition Procedure : Generally the doors and windows shall be removed along with the dismantling
work of brick or stone masonry, sheds etc.. However in case of some works for renovation and alterations
the existing doors and windows may have to be replaced. In either case the removal of doors and windows
shall have to be done carefully and before breaking of the brick or stone masonry. The shutters of heavy
doors and windows may be removed first for ease of handling. The frames shall be removed by breaking
the bricks or stones at the likely locations of the fasteners of the frame.
Safety Measures : All demolition work shall be carried out safely using procedures, which do not cause
injuries to any person engaged in demolition work and nearby structures. Contractor shall provide proper
devices to the workmen like safety belts, helmets, goggles etc. to prevent injures to the workmen. The
safety of workmen is the responsibility of the contractor and the compensation for injuries or deaths shall
be made by the contractor as per the prevailing acts and
rules.
Stacking of Dismantled Materials : The doors and windows coming out of dismantling shall be stacked
separately with the markings of sizes and numbering as directed and returned to the MSRLM stores or
disposed off as per directions of the Engineer-in-charge.
Disposal : Generally the reusable material shall be stacked as above. The totally non serviceable material
shall be disposed off as directed.
Item to Include : The item includes removing of doors and windows, with appropriate tools and equipment,
scaffolding if required, material, labour, marking and numbering, transporting the to the location and stacking /
disposing as directed by the Engineer-in-charge.
Mode of Measurement and Payment : The measurement of the actual number of doors and windows
removed, shall be recorded. Even during the course of dismantling the brick or stone masonry or sheds are
carried out under the respective items, the doors and windows are required to be removed, they shall be
measured and paid under this item.
Payment shall be made on the basis of number of doors and windows removed, at the contract rate per number.
Demolishing brick work including stacking of serviceable material and disposal of unserviceable material
within 50 metres lead, or any lead as specified by Engineer - in - charge.
General : The item pertains to dismantling the BB Masonry in lime or cement mortar of existing structures and
stacking the material as directed, with all leads and lifts.
Demolition Procedure : Before dismantling of B.B. Masonry in lime or cement mortar, the contractor shall
submit the dismantling scheme and program to the Engineer in Charge for approval. The dismantling work shall
be carried out in such a way that, the dismantled material such as bricks etc. shall mostly be reusable. The
appropriate tools and machinery shall be used. In case the Engineer in Charge feels that the work is being
carried out is causing avoidable loss or damages of the dismantled material, the Engineer in Charge has the
rights to either penalise or recover the cost of material from the amounts payable to the contractor.
Safety Measures : All demolition work shall be carried out safely using procedures, which do not cause
injuries to any person engaged in demolition work and nearby structures. Contractor shall provide proper
devices to the workmen like safety belts, helmets, goggles etc. to prevent injures to the workmen. The safety of
workmen is the responsibility of the contractor and the compensation for injuries or deaths shall be made by the
contractor as per the prevailing acts and rules.
Section VII. Works Requirements
60
Stacking of Dismantled Materials : All dismantled materials shall be stacked in neat piles at location shown
by the Engineer-in-charge. Recovered materials from demolition shall be stacked size wise. Similarly all
fixtures, wind ties etc. shall be stacked separately. Ridges, gutters and other special materials shall be stacked so
that accounting is possible. In case Engineer-in-charge so desires, he may instruct the contractor to transport the
material to MSRLM stores, and lead charges for the same shall be deemed to have been included under relevant
items in the contract. The bricks shall be stacked in measurable heaps as directed.
Disposal : Dismantled items, which are not reusable or broken during demolition and other disposable materials
etc. shall be disposed off as per the directions of the Engineer-in-charge.
Item to Include : The item includes dismantling the BB Masonry in lime or cement mortar of walls of any
structure, with appropriate tools and equipment, scaffolding if required, material, labour, transporting the
material to the location and stacking / disposing the material as directed by the Engineer-in-charge.
Mode of Measurement and Payment : The measurement of the actual volume of the BB Masonry to be
dismantled, in cum, shall be taken before the actual work of demolition starts. Payment shall be made on
the basis of volume of the BB Masonry dismantled, at the contract rate is per cum. No deductions for the
breakage of bricks shall be made if such breakages are unavoidable in opinion of the Engineer-in-charge.
Deductions for the breakage shall be made if they are due to negligence or mishandling the material even
during transporting or stacking. The decision of the Engineer-incharge, regarding deduction shall be final.
General Specifications for Brick Work
Gen/D/0 Material:
General: This specification establishes and defines the requirements of various materials to be used in
Civil and Structural works. Whenever any reference to IS Codes is made, the same shall be taken as the
latest revision (with all amendments issued thereto) as on the date of submission of the bid.
Bricks :
First-Class-Bricks : First class bricks shall be of regular and uniform size, shape and colour, uniformly
well burnt throughout but not over burnt and have a uniform colour. No under burnt brick shall be
accepted. They shall have plane rectangular faces with parallel side and sharp, straight and right angled
edges. They shall be free from cracks or other flaws. They shall have a frog of 10mm. Depth on one of their
flat faces.
They shall produce a clear metallic ringing sound when struck.
They shall show a fine grained, uniform, homogeneous and dense texture on fracture and be free from
lumps of lime, laminations, cracks, air-holes, soluble salts causing efflorescence or other defects which
may in any way impair their strength, durability, appearance or usefulness for the purpose intended. They
shall not have any parts under-burnt. They shall not break when thrown on the ground on their flat face in a
saturated condition, from a height of 60cm.
Size :
a)
The size of conventional bricks may vary from about 22.23 cm x 10.64 cm x 6.67 cm (8 ¾ x 4.
3/16” x 2. 5/8”) to 22.86 cm x 10.80cm x 7.62 cm, (9” x 4 ¼ x 3”). Only bricks of one standard
size shall be used on one work unless specially permitted by the Engineer in charge. The following
tolerances are permitted in the standard conventional size adopted on a particular work: Length - plus or minus 3 mm. (about 1/8”).
Breadth - plus or minus 1.5 mm. (about 1/16”).
Section VII. Works Requirements
61
Depth - plus or minus 1.5 mm.(about 1/16”).
b) When I.S. bricks are used they shall comply with IS: 1077 – 1992 (Vth Revision).
Water Absorption : After immersion in water, absorption by weight shall not exceed 20 per cent
of the dry weight of the brick when tested according to IS: No. 1077 – 1992 (Vth Revision).
Crushing Strength : The load to crush the brick when dry shall not be less than 43.7 kg./sq cm
(about 40 tons per sq.ft.) and when thoroughly soaked, shall not be less than 32.8 kg/sq cm. (about
30 tons per sq.ft.).
Tests : When bricks are to be used in high load bearing walls, where the load coming on the
walls is of the order of 4.37 kg./m2. (about 4 tons per sq.ft.) and more, where there is a doubt
about the crushing strength of the bricks, the Engineer in Charge may order the compression
tests as laid down in I.S. 1077 – 1992 (Vth Revision). If different kilns use different
materials and methods of burning one test shall be made for each group of kilns using the same
type of materials and methods of burning.
Second-Class Bricks :
a)
Second-class bricks shall be similar to first-class bricks except that they may be slightly
over burnt and may not have very sharp edges. No under burnt brick shall be accepted.
Tolerance in depth shall be plus or minus 3 mm (about 1/8”). Absorption of water when
immersed in water shall not exceed 22 per cent, when tested according to IS : 1077–
1992 (Vth Revision). Crushing strength may be 10 per cent less than that prescribed for I
class bricks. All other provisions specified for first-class bricks shall also apply to second-class
bricks.
b)
When IS bricks are used they shall comply with relative provisions for second-class bricks
in IS: 1077.
Locally available Bricks : Since there is a wide range in the quality of bricks available from place
to place, Engineer-incharge may permit at his sole discretion the use of best quality locally
available bricks, which may satisfy the requirement of relevant IS code.
Water : As per item Gen/C/0.2.4. of General specifications of Concrete.
Cement : As per item Gen/C/0.2.1. of General specifications of Concrete
Sand or Fine Aggregate : As per item Gen/C/0.2.2 of General specifications of Concrete
Scaffolding : As per item Geb/C/0.19.8. of General specifications of Concrete
Removing lime or cement plaster including disposing off the spoils as directed with all leads and
lifts.
General : This item pertains to dismantling of lime or cement plaster at all heights and disposing of the
spoils as per the directions of the Engineer-in-charge with all lifts and leads.
Demolition Procedure : The plastering is normally removed by chiselling. If required, any scaffolding,
shall be provided by the contractor. To minimize the spreading of dust, appropriate measures shall be
taken.
Safety Measures: All dismantled materials shall be stacked in neat piles at location shown by the
Engineer-in-charge. Recovered materials from demolition shall be stacked size wise. Similarly all fixtures,
Section VII. Works Requirements
62
wind ties etc. shall be stacked separately. Ridges, gutters and other special materials shall be stacked so
that accounting is possible.
Disposal : All the spoils shall be disposed of as directed by the Engineer-in-charge.
Item to Include : The item includes chipping of the lime or cement plaster form walls, with appropriate
tools and equipment, scaffolding if required, material, labour, transporting to the location and disposing as
directed by the Engineer-in-charge.
Mode of Measurement and Payment : The measurement of the actual area of surface of plaster shall be
recorded with appropriate deductions for openings, doors and windows. Even during the course of
dismantling the brick or stone masonry or sheds are carried out under the respective items, the removal of
plaster and disposing the same shall be measured and paid under this item. Payment shall be made on the
basis of surface area in sqm of plaster removed, at the contract rate per sqm.
Removing old existing down take water supply and drainage pipe lines C.I. / G.I. / A.C. / PVC /
HDPE pipes upto 150 mm dia laid underground, horizontal and on vertical walls including
transporting, stacking the material at departmental stores for all lifts and leads etc. complete as
directed.
General : This item pertains to removing old existing down take water supply and drainage, and rain
water pipe line of CI/GI/AC/PVC/HDPE upto 150 mm dia laid under ground, horizontal and on vertical
wall.
Removing Process : The existing down take pipe shall be removed carefully without damaging the existing
structures, by removing of clips, brackets used for fixing on vertical wall.
Safety Measures : Removing pipe line, underground horizontal and fixed on vertical wall shall be done
carefully, using procedures, which do not cause injuries to any person engaged in pipeline removing work. The
contractor shall provide proper devices to the workmen like safety belts, helmets goggles etc. to prevent injures
to the workmen. The safety of workmen is the responsibility of the contractor and compensation for injuries or
deaths shall be made by the contractor as per the prevailing acts and rules.
Stacking of Dismantled Material : All reusable pipes clips, brackets etc., coming out of removal, of pipe line
shall be stacked separately as directed by the Engineer-in-charge.
Disposal : The spoils, shall be disposed off as per directions of the Engineer-in-charge.
Item to Include : The item includes removing of CI/GI/AC/PVC/ HDPE pipe line upto 150 mm dia laid under
ground horizontal and vertical wall, including transporting the removed pipe stacking at departmental stores as
directed by Engineer-in-charge.
Mode of Measurement and Payment : The measurement of pipeline removed, shall be recorded, on the
actual R.M. length of pipes removed.
Providing II nd class burnt brick masonry with conventional type bricks in cement mortar for super
structures upto 5.0 M height above plinth level of building or super structures or first floor including
striking out joints on face where plaster is to be done scaffolding curing etc. complete.
Section VII. Works Requirements
63
a) 1:6 Cement Mortar.
General : The item pertains to providing II class Burnt Brick (BB) Masonry in specified proportion of Cement
Mortar as per drawing / contract, in super structure. The item covers bailing out water striking out joints on
exposed faces, scaffolding, curing etc.
Material :
1. II-Class Burnt Bricks : Second Class Burnt bricks shall conform to the specifications. Approval to samples of
locally available bricks shall be taken from the Engineer-in-Charge and samples shall be preserved to compare
with the supply to work site.
2. The Sand or Fine Aggregate : The sand or fine aggregate for mortar shall be natural sand, crushed stone sand
or crushed gravel sand.
Test results of the grading of sand shall be submitted to the Engineer-in-Charge for approval. The decision in
accepting the sand, which has deviation from specification, is left to the Engineer-in-Charge.
3. Cement : Cement to be used shall conform to Specifications.
4. Water : Water shall conform to Specifications.
Construction Procedure :
Cement Mortar : Cement mortar shall meet the requirements of IS: 2250 and shall be prepared by mixing
cement and sand by volume. Proportion of cement and sand shall be as specified or as directed by the
Engineer-in-charge or as shown in drawings. The sand being used for mortar shall be sieved. The mortar
shall be used as soon as possible after mixing and before it has begun to set and in any case within initial
setting time of cement after water is added to the dry mixture. Mortar unused for more than initial setting
time of cement, shall be rejected and removed from the site of work.
Proportioning : The unit of measurement for cement shall be a bag of cement weighing 50 kgs and this
shall be taken as 0.035 cubic metre. Sand shall be measured in boxes of suitable size on the basis of its dry
volume. In case of damp sand, its quantity shall be increased suitably to allow for bulkage.
Mixing : The mixing of mortar shall be done in mechanical mixer operated manually or by power. The
Engineer-in-Charge may however, permit hand mixing, as a special case, taking into account the
magnitude, nature and location of work. The Contractor shall take the prior permission of Engineer-inCharge in writing, for using hand-mix, before the commencement of work.
Mixing in Mechanical Mixer : Cement and sand in specified proportions, by volume, shall be thoroughly
mixed dry in a mixer. Water shall then be added gradually and wet mixing continued for at least one
minute. Care shall be taken not to add more water than that which shall bring the mortar to the consistency
of a stiff paste. Wet mix from the mixer shall be unloaded on watertight masonry platform, made adjacent
to the mixer. Platform shall be at least 150mm above the leveled ground, to avoid contact of surrounding
earth with the mix. Size of the platform shall be such that it shall extend at least 300mm around the loaded
wet mix area. Wet mix, so, prepared shall be utilised within initial setting time [thirty (30) minutes for
ordinary Portland cement conforming to IS:269] after addition of water. Mixer shall be cleaned with water
each time before suspending the work.
Hand Mixing : The measured quantity of sand shall be leveled on a clean watertight masonry platform and
cement bags emptied on top. The cement and sand shall be thoroughly mixed dry by being turned over and
over, backward and forward, several times till the mixture is of uniform colour. The quantity of dry mix
that can be consumed within initial setting time of cement shall then be mixed with just sufficient quantity
of water to bring the mortar to the consistency of stiff paste.
Brick Work :
Soaking of Bricks : Bricks shall be soaked in water before use for a period that is sufficient for the water to
just penetrate the whole depth of bricks as well as to remove dirt, dust and sand. Proper soaking of bricks shall
prevent the suction of water from the wet mortar as otherwise mortar will dry out soon and crumble before
attaining any strength. The bricks shall not be too wet at the time of use as they are likely to slip on mortar bed
Section VII. Works Requirements
64
and there will be difficulty in achieving the plumb line of wall as well as proper adhesion of bricks to mortar.
The period of soaking shall be determined at site by field test by immersing the bricks in water for different
periods and then breaking the bricks to find the extent of water penetration. The least period that corresponds to
complete soaking, will be the one, to be allowed for in the construction work. The soaked bricks shall be
removed form the tank, sufficient early, so that at the time of laying, they are skin dry. The soaked bricks shall
be stacked over a clean place, on wooden planks or masonry platforms to avoid earth, dirt being smeared on
them.
Laying of Bricks :
Brick Work (one or more brick thickness) : Brickwork (one or more brick thickness) shall be laid in English
Bond unless otherwise specified. Half or cut bricks shall not be used except when needed to complete the bond.
In no case the defective bricks shall be used. A layer of average thickness of 10 mm of cement mortar shall be
spread on full width over a suitable length of lower course or the concrete surface. In order to check and achieve
uniformity in masonry, the thickness of bed joints shall be such that four courses and three joints taken
consecutively shall measure equal to four times the actual thickness of the brick plus 30 mm. Each brick with
frog upward shall be properly bedded and set in position by gently tapping with handle of trowel or wooden
mallet. Its inside faces shall be buttered with mortar before the next brick is laid and pressed against it. After
completion of the course, all vertical joints shall be filled from top with mortar. All brick course shall be taken
up truly plumb; if battered, the batter is to be truly maintained. All courses shall be laid truly horizontal and
vertical joints shall be truly vertical. The level and verticality of work in walls shall be checked up at every 1metre interval. The masonry walls of structures shall be carried up progressively, leaving no part one metre
lower than the other. If this cannot be adhered to, the brick work shall be raked back according to bond (and not
left toothed) at an angle not more than 45 degrees but raking back shall not start within 60 centimetres of a
corner. In all cases returns, buttresses, counter forts, pillars etc. shall be built up carefully course by course, and
properly bonded with the main walls. The brickwork shall not be raised more than fourteen (14) courses per
day. At the junction of any two walls, the bricks shall at each alternate course, be carried into each of the
respective walls so as to thoroughly unite the work. The courses at the top of plinth and sills, at the top of the
wall just below the soffit of the roof slab or roof beam and at the top of the parapet, shall be laid with bricks on
edge. Brick on edge course shall be so arranged as to tightly fit under the soffit of the roof beam or roof slab,
restricting the mortar layer thickness upto 12mm, however, any gap between the finished brick work and soffit
or roof slab/beam shall be suitably sealed with the mortar.
Circular Brick Work : The detailed specification for brick work as above shall apply, in so far as these are
applicable. Brick forming skewbacks, shall be dressed or cut so as to give proper radial bearing. Defects in
dressing of bricks shall not be covered up by extravagant use of mortar, nor shall the use of chips etc, be
permitted. The circular brickwork shall be carried up from both ends simultaneously and keyed in the centre.
The bricks shall be flushed with mortar and well pressed into their position so as to squeeze out a part of their
mortar and leave the joints thin and compact. All joints shall be full of mortar and thickness of joints shall be
between 5 mm and 15 mm.
Jointing : Joints shall be restricted to a width of 10mm with brickwork of any classification. All bed joints shall
be normal to the pressure upon them i.e. horizontal in vertical walls, redial in circular brick masonry and at right
angles to the face in the battered retaining walls. The vertical joints in alternate courses shall be taken that all
the joints are full of mortar, well flushed up. In case no pointing is to be done, cement mortar shall be neatly
struck as the work proceeds. The joints in faces, which are to be plastered or pointed, shall be squarely raked
out to a depth of 12mm while the mortar is still green. The rake joints shall be brushed to remove loose
particles. After the day’s work, the faces of the brick shall be cleaned on the same day with wire brush and all
mortar dropping removed.
Bad Workmanship : If the workmanship of the brick work laid, or the strengths of mortar after testing found to
be not of acceptable standard, the Engineer-in-charge shall ask the contractor to demolish the brickwork and
redo the brickwork of good quality at the contractors cost.
Curing : Green work shall be protected from rain or any other running water or accumulated water from any
source, by suitable means. Masonry works, as it progresses, shall be kept thoroughly wet by sprinkling water at
regular intervals, on all faces. Curing shall be done after 24 hours of completion of day’s work and shall be
Section VII. Works Requirements
65
done for atleast 7 days after completion. Proper watering cans with spray nozzles, rubber or PVC pipes shall be
used for this purpose.
Testing : The testing of Bricks for its crushing strength, water absorption test etc. shall be carried out as
specification. Tests for grading of sand / fine aggregate, bulkage etc shall be as specified. Tests for cement shall
be as specification.
All the tests shall have to be carried out as directed and the cost of contractor. The test records shall be
maintained and kept at site for inspection.
Staging/Scaffolding : Staging/scaffolding shall be properly planned and designed by the Contractor. Use of
only tubes is permitted for staging/scaffolding. Design of staging/scaffolding shall be submitted for approval of
the Engineer-in-Charge, before commencement of work. Single scaffolding having one set of vertical support,
shall be used and other end of the horizontal scaffolding member shall rest in a hole provided in the header
course. The supports shall be sound and strongly clamped with the horizontal pieces over which the scaffolding
planks shall be fixed. The holes left in the masonry works for supporting the scaffolding shall be filled and
made good with plain cement concrete of grade 1:3:6 during plastering. Suitable access shall be provided to the
working platform area. The scaffolding shall be strong enough to withstand all loads likely to come upon it and
shall also meet all the requirements specified in IS : 2750. Double scaffolding shall be provided for pillars less
than one metre in width or for the first class masonry or for a building having more than two storeys. The
following measures shall also be considered during erection of the scaffolding/staging.
a) Sufficient sills or underpinnings, in addition to base plates, shall be provided, particularly, where scaffoldings
are erected on soft grounds.
b) Adjustable bases to compensate for uneven ground shall be used.
c) Proper anchoring of the scaffolding/staging at reasonable intervals shall be provided in each direction with
the main structure wherever available.
d) Horizontal braces shall be provided to prevent the scaffolding from rocking.
e) Diagonal braces shall be provided continuously from bottom to top between two adjacent rows of vertical
supports.
f) The scaffolding/staging shall be checked at every stage for plumb line.
g) Wherever the scaffolding/staging is found to be out of plumb, it shall be dismantled and re-erected afresh.
Effort shall not be made to bring it in line with a physical force.
h) All clamps and couplings shall be properly tightened with nuts and bolts to avoid slippage.
i) Erection work of a scaffolding/staging under no circumstances shall be left totally to semiskilled of skilled
workmen and shall be carried out under the supervision of contractor’s technically qualified civil engineer. For
smaller works or work in remote areas, wooden ballies or bamboos may be permitted for scaffolding/staging by
the Engineer-in-Charge at his sole discretion. The contractor must ensure the safety and suitability of such
works as described under clause 3.5.1
Embedment of Fixtures : All fixtures, pipes, conduits, holdfasts of doors and windows etc. required to be built
in walls, shall be embedded in plain cement concrete of grade 1:3:6 at the required position as the work
proceeds.
Item to Include : Item includes supply of accepted standard IInd class bricks, all other material viz. cement,
sand or fine aggregate, water; all labour; scaffolding; tools and equipment; bailing out the water, mixing of
mortar, laying of the brickwork as specified above etc.. The cost of testing, the machinery hire/depreciation
charges, charges for scaffolding, curing etc. are deemed to be included in the item rate for the brick work. Item
also includes providing openings, fixtures, preparing soffits for beams or other elements, racking of joints on
outer surface etc. upto a lift of + 5 m.
Mode of Measurement and Payment : The measurement of brickwork will be on volumetric basis in cubic
metre (cum). Deductions for rectangular or circular openings, shall be as per IS : 1200.
b) Fifth Floor
Add for every 3.5 m height or every floor above + 5 m or ground floor for item No.5
General: This item refers for the work of brick masonry in super structure as p er item No.2
to be
Section VII. Works Requirements
66
constructed above the initial lift of 5 m or ground floor. The rate shall be separate for each floor above
ground floor.
Mode of Measurement and Payment: The stages of every additional lift shall be recorded separately for
ever y floor and shall be p aid on volumetric basis in cubic metre (cum) as per contract rate. Deductions for
rectangular or circular openings, shall be as per IS : 1200.
Providing and constructing Siporex Block masonry with concrete block confirming B.I.S 6041 / 6042
/ 6441 / 3890 having density not less than 640 kg. per cum in cement mortar 1:6 including adequate
plastisizer for non bearing portion including racking out joints scaffolding & curing etc. complete as
per direction of Engineer - in - charge.
General : The item pertains to providing Siporex Block in specified proportion of Cement Mortar as per
drawing / contract, in fifth floor level. The item covers bailing out water striking out joints on exposed
faces, scaffolding, curing etc.
Material :
1. Siporex Block : Siporex block shall conform to the specifications. Approval to samples of locally
available siporex shall be taken from the Engineer-in-Charge and samples shall be preserved to compare
with the supply to work site.
2. The Sand or Fine Aggregate : The sand or fine aggregate for mortar shall be natural sand, crushed
stone sand or crushed gravel sand.
Test results of the grading of sand shall be submitted to the Engineer-in-Charge for approval. The
decision in accepting the sand, which has deviation from specification, is left to the Engineer-in-Charge.
3. Cement : Cement to be used shall conform to Specifications.
4. Water : Water shall conform to Specifications.
Construction Procedure :
Cement Mortar : Cement mortar shall meet the requirements of IS: 2250 and shall be prepared by mixing
cement and sand by volume. Proportion of cement and sand shall be as specified or as directed by the
Engineer-in-charge or as shown in drawings. The sand being used for mortar shall be sieved. The mortar
shall be used as soon as possible after mixing and before it has begun to set and in any case within initial
setting time of cement after water is added to the dry mixture. Mortar unused for more than initial setting
time of cement, shall be rejected and removed from the site of work.
Proportioning : The unit of measurement for cement shall be a bag of cement weighing 50 kgs and this
shall be taken as 0.035 cubic metre. Sand shall be measured in boxes of suitable size on the basis of its
dry volume. In case of damp sand, its quantity shall be increased suitably to allow for bulkage.
Mixing : The mixing of mortar shall be done in mechanical mixer operated manually or by power. The
Engineer-in-Charge may however, permit hand mixing, as a special case, taking into account the
magnitude, nature and location of work. The Contractor shall take the prior permission of Engineer-inCharge in writing, for using hand-mix, before the commencement of work.
Mixing in Mechanical Mixer : Cement and sand in specified proportions, by volume, shall be thoroughly
mixed dry in a mixer. Water shall then be added gradually and wet mixing continued for at least one
minute. Care shall be taken not to add more water than that which shall bring the mortar to the
consistency of a stiff paste. Wet mix from the mixer shall be unloaded on watertight masonry platform,
made adjacent to the mixer. Platform shall be at least 150mm above the leveled ground, to avoid contact
of surrounding earth with the mix. Size of the platform shall be such that it shall extend at least 300mm
around the loaded wet mix area. Wet mix, so, prepared shall be utilised within initial setting time [thirty
(30) minutes for ordinary Portland cement conforming to IS:269] after addition of water. Mixer shall be
cleaned with water each time before suspending the work. Hand Mixing : The measured quantity of sand
shall be leveled on a clean watertight masonry platform and cement bags emptied on top. The cement
and sand shall be thoroughly mixed dry by being turned over and over, backward and forward, several
Section VII. Works Requirements
67
times till the mixture is of uniform colour. The quantity of dry mix that can be consumed within initial
setting time of cement shall then be mixed with just sufficient quantity of water to bring the mortar to the
consistency of stiff paste.
Curing : Green work shall be protected from rain or any other running water or accumulated water from any
source, by suitable means. Masonry works, as it progresses, shall be kept thoroughly wet by sprinkling water
at regular intervals, on all faces. Curing shall be done after 24 hours of completion of day’s work and shall be
done for atleast 7 days after completion. Proper watering cans with spray nozzles, rubber or PVC pipes shall
be used for this purpose.
Testing : The testing of siporex for its crushing strength, water absorption test etc. shall be carried out as
specificatio. Tests for grading of sand / fine aggregate, bulkage etc shall be as specification. Tests for cement
shall be as specification.
All the tests shall have to be carried out as directed and the cost of contractor. The test records shall be
maintained and kept at site for inspection.
Staging/Scaffolding : Staging/scaffolding shall be properly planned and designed by the Contractor. Use of
only tubes is permitted for staging/scaffolding. Design of staging/scaffolding shall be submitted for approval
of the Engineer-in-Charge, before commencement of work. Single scaffolding having one set of vertical
support, shall be used and other end of the horizontal scaffolding member shall rest in a hole provided in the
header course. The supports shall be sound and strongly clamped with the horizontal pieces over which the
scaffolding planks shall be fixed. The holes left in the masonry works for supporting the scaffolding shall be
filled and made good with plain cement concrete of grade 1:3:6 during plastering. Suitable access shall be
provided to the working platform area. The scaffolding shall be strong enough to withstand all loads likely to
come upon it and shall also meet all the requirements specified in IS : 2750. Double scaffolding shall be
provided for pillars less than one metre in width or for the first class masonry or for a building having more
than two storeys. The following measures shall also be considered during erection of the scaffolding/staging.
a) Sufficient sills or underpinnings, in addition to base plates, shall be provided, particularly, where
scaffoldings are erected on soft grounds.
b) Adjustable bases to compensate for uneven ground shall be used.
c) Proper anchoring of the scaffolding/staging at reasonable intervals shall be provided in each direction with
the main structure wherever available.
d) Horizontal braces shall be provided to prevent the scaffolding from rocking.
e) Diagonal braces shall be provided continuously from bottom to top between two adjacent rows of
vertical supports.
f) The scaffolding/staging shall be checked at every stage for plumb line.
g) Wherever the scaffolding/staging is found to be out of plumb, it shall be dismantled and re-erected
afresh. Effort shall not be made to bring it in line with a physical force.
h) All clamps and couplings shall be properly tightened with nuts and bolts to avoid slippage.
i) Erection work of a scaffolding/staging under no circumstances shall be left totally to semiskilled of
skilled workmen and shall be carried out under the supervision of contractor’s technically qualified civil
engineer. For smaller works or work in remote areas, wooden ballies or bamboos may be permitted for
scaffolding/staging by the Engineer-in-Charge at his sole discretion. The contractor must ensure the
safety and suitability of such works as described under clause 3.5.1
Embedment of Fixtures : All fixtures, pipes, conduits, holdfasts of doors and windows etc. required to
be built in walls, shall be embedded in plain cement concrete of grade 1:3:6 at the required position as
the work proceeds.
Item to Include : Item includes supply of accepted standard IInd class bricks, all other material viz.
cement, sand or fine aggregate, water; all labour; scaffolding; tools and equipment; bailing out the water,
mixing of mortar, laying of the brickwork as specified above etc.. The cost of testing, the machinery
hire/depreciation charges, charges for scaffolding, curing etc. are deemed to be included in the item rate
for the brick work. Item also includes providing openings, fixtures, preparing soffits for beams or other
elements, racking of joints on outer surface etc. upto a lift of + 5 m.
Section VII. Works Requirements
68
Mode of Measurement and Payment : The measurement of brickwork will be on sq. meter basis of actual
work done for ground floor. Deduction for openings shall be as per IS: 1200.
Providing plaster in cement mortar in 1:3 without neeru finishing to concrete or masonry
surface in all position including scaffolding and curing complete.
a) 12mm thick single Coat
b) 6 mm thick single Coat
General : The item pertains to providing Plaster in CM 1:3, without neeru finish to concrete or
masonry surface.
Material :
Cement : As per item of General specifications of Concrete Sand : As per of General specifications
of Concrete Neeru : Standard brand instant neeru or sanala may be used.
Water : As per item of General specifications of Concrete
Cement Mortar : Cement mortar shall meet the requirements of IS:2250 and shall be prepared by
mixing cement and sand by volume. Proportion of cement and sand shall be 1:3 (one part of cement and
threee parts of sand) or as specified or as directed by the Engineer-in-charge or as shown in drawings. The
sand being used for mortar shall be sieved. The mortar shall be used as soon as possible after mixing and
before it has begun to set and in any case within initial setting time of cement after water is added to
the dry mixture. Mortar unused for more than initial setting times of cement, shall be rejected and
removed from the site of work.
Preparation of Surface : The joints in masonry shall be raked out properly.
Dust and loose mortar shall be brushed out properly. Efflorescence if any, shall be removed by brushing
and scrapping. The surface shall then be thoroughly washed with water, cleaned and kept wet before
plastering is commenced
.
Scaffolding : The contractor shall provide scaffolding required for facility of construction. Quoted rates
are deemed to included the cost of scaffolding as required. Scaffolding will be double or single as is
warranted by the work. Scaffolding shall be erected with steel sections or pipes, bullies or bamboos of
adequate strength so as to be safe for all construction operations. The contractor shall take all
measures to ensure the safety of the work and working people. Any instruction of the Engineer-incharge
in this respect shall also be complied with. The contractor shall be entirely responsible for any damage
to property or injury to persons resulting from ill erected scaffolding, defective ladders and materials
or otherwise arising out of his default in his respect. Proper scaffolding shall be provided to allow easy
approach to every part of the work. Overhead work shall not be allowed.
Application of Plaster : Before commencing the plastering the surface to the plastered shall be made
wet sprinkling water. The patches of mortar, with thickness equivalent to thickness shall be provided on
the area to be plastered. It shall be ensured that the surface all such patches is in true level/batter/plumb as
the case may be; to achieve this the thickness of patches may vary marginally, but average
thickness shall not be less than that specified.
1.
Ceiling plaster shall be completed before commencement of wall plaster.
2.
Plastering shall be started from the top and worked down towards the floor. All putlog holes
shall be properly filled in advance of the plastering as the scaffolding is being taken down. To ensure even
thickness and a true surface, plaster about 15x15 cm shall be first applied, horizontally and vertically, at
not more than 2 m intervals over the entire surface to serve as gauge. The surfaces of these gauged areas
shall be truly in the plane of the finished plaster surface. The mortar shall then be laid on the wall, between
the gauges with trowel. The mortar shall be applied in a uniform surface slightly more than the
specified thickness and then brought to a true surface by working a wooden straight edge reaching
across the gauges, with small upward and side ways movements at a time. Finally the surface shall be
finished off true with trowel or wooden float according as a smooth or a sandy granular texture is
required. Excessive trawling or over working the float shall be avoided. During this process a solution of
Section VII. Works Requirements
69
lime putty shall be applied on the surface to make the later workable.
3. All corners, arises, angles and junctions shall be truly vertical or horizontal as the case may be
and shall be carefully finished. Rounding or chamfering corners, arises, provision of grooves at
junction etc. where required shall be done without any extra payment. Such rounding,
chamfering or grooving shall be carried out using proper templates or battens to the sizes required.
4. When suspending work at the end of the day, the plaster shall be left, cut clean to line both
horizontally and vertically. When recommencing the plastering, the edge of the old work shall be
scrapped cleaned and wetted with lime putty before plaster is applied to the adjacent areas, to enable
the two to properly joint together. Plastering work shall be closed at the end of the day on the body
of wall and not nearer than 15 cm to any corners or arises. It shall not be closed on the body of the
features such as plasters, bands and cornices, nor at the corners of arises. Horizontal joints in
plaster work shall not also occur on parapet tops and coping as these invariably lead to leakage. No
portion of the surface should be left out initially to be patched up later on.
5. The surface of the under coat on which the punning is to be done shall be left rough. The punning
shall be applied, when the under coat is still green. The mortar for punning shall be applied in a
uniform layer slightly more than 3 mm thick between gauged pads, with which to ensure an even
and uniformly thick surface by frequent checking with a wooden straight edge. It shall be finished
to an even and smooth surface with trowels.
Finish : The plaster shall be finished to a true level and plumb surface and to the proper degree of
smoothness as required. The work shall be tested frequently as the work proceeds with a true
straight edge not less than 2.5 m long and with plumb bobs. All horizontal lines and surfaces shall be
tested with a level and all jambs and corners with a plumb bob as the work proceeds.
Thickness : The thickness of the plaster specified shall be measured exclusive of the thickness of key
i.e. grooves or open joints in brick work. The average thickness of plaster shall not be less than the
specified thickness or 12mm. The minimum thickness over any portion of the surface shall not be
less than specified thickness by more than 3 mm. The average thickness should be regulated at
the time of plastering by keeping suitable thickness of the gauges. Extra thickness required in
doubling behind rounding of corners at junction of wall or in plastering of masonry cornices etc. shall
not be paid for.
Curing : Curing shall be started 24 hours after finishing the plaster. The plaster shall be kept wet for
a period of seven days. During this period, it shall be suitably protected from all damages at the
contractor’s expenses by such means as the Engineer-in-charge may approve. The dates on
which the plastering is done shall be legibly marked on the various sections plastered so that curing
for the specified period thereafter can be watched.
Precautions : Any cracks which appear in the surface and all portions which sound hollow when
tapped, or are found to be soft or otherwise defective shall be cut out in rectangular shape and
replastered as directed by Engineer-in- charge. When ceiling plaster is done, it shall be finished to
chamfered edge at an angle at its junction with a suitable tool when plaster is being done.
Similarly when the wall plaster is being done, it shall be kept separate from the ceiling plaster by a thin
straight groove not deeper than 6 mm drawn with any suitable method while the plaster is green.
To prevent surface cracks appearing between junction of column/beams and walls 150 mm wide
chicken wire mesh should be fixed with U nails 150 mm c/c in one vertical plane should be carried
out in one go. For providing and fixing chicken wire mesh with U nails, payment shall be made
separately under relevant item.
Item to Include : The item includes providing all materials for plastering, including
transportation, royalty for material, all labour, tools and plants, machinery and equipments,
staging, scaffolding, bailing out water, testing, curing and construction as per above specifications etc.
complete.
Section VII. Works Requirements
70
Mode of Measurement and Payment : The plaster area shall be measured in sqm as detailed below and
shall be paid at the contract rate per sqm.
Measurements :
1.
2.
3.
4.
Length and breadth shall be measured correct to a cm and its area shall be calculated in m2
correct to two places of decimal.
Thickness of the plaster shall be exclusive of the thickness of the key i.e. grooves, or open
joints in brickwork.
The measurement of wall plaster shall be taken between the walls or partitions (the
dimensions before the plaster shall be taken) for the length and from the top of the floor of
skirting to the ceiling for the height. Depth of covers or cornices if any shall be deducted.
The following shall be measured separately from wall plaster.
•
Plaster bands 30 cm wide and under
•
Cornice beading and architrave’s or architrave’s moulded wholly in plaster.
•
Circular work not exceeding 6 m in radius
5.
Plaster over masonry pilasters will be measured and paid for as plaster only.
6.
A coefficient of 1.63 shall be adopted for the measurement of one side plastering on
honeycomb work having 6 x 10cm opening.
7.
Moulded cornices and coves
•
Length shall be measured at the centre of the girth.
•
Moulded cornices and curves shall be paid in m2 the area being arrived at by
multiplying length by the girth.
•
Flat or weathered top to cornices when exceeding 15 cm in width shall not be
included in the girth but measured with the general plaster work.
•
Cornices, which are curved in their length, shall be measured separately.
8.
Exterior plastering at a height greater than 10 m from average ground level shall be
measured separately in each story height. Patch plastering (in repairs) shall be measured as
plastering new work, where the patch exceed 2.5 m2 extra payment being made for preparing
old wall, such as dismantling old plaster, raking out the joints and cleaning the surface.
Where the patch does not exceed 2.5 m2 in area it shall be measured under the appropriate
item under sub head ‘Repairs to Building’
9.
Deductions in measurements for opening, etc. will be regulated as follows.
No deduction will be made for openings or ends of joints, beams, posts, girders, steps etc. up
to 2.0 m2 in area and no additions shall be made either for the jambs, soffits and sills of such
openings. When plastered an one face when plaster is provided on both faces the area of opening
shall be deducted from one side. In respect of large openings with area more than 2.0 Sqm.
The deduction for opening shall be made and jambs will be paid. The above procedure will apply
to both faces of wall.
Providing sand faced plaster (sponged external) in cement mortar 1:3 in all positions
Section VII. Works Requirements
71
including base coat scaffolding, keeping the surface of base coat rough to receive sand faced
treatment, curing etc. complete.
c) 25 mm Thick Two Coats.
General : The item pertains to providing Sand faced plaster in CM 1:3, to external surface or
as directed. All the provisions of item No.11 are applicable except for providing sand facing as
specified below.
Sand Faced Plaster : Before commencing the plastering the surface to the plastered shall be
made wet sprinkling water. The patches of mortar, with thickness equivalent to thickness shall
be provided on the area to be plastered. It shall be ensured that the surface all such patches
is in true level/batter/plumb as the case may be; to achieve this the thickness of patches may
vary marginally, but average thickness shall not be less than that specified.
1.
Base Coat : The base coat plaster shall be of cement mortar 1:3. Water proofing compound of
approved make like Pudlo, Sika. Accorproof shall be added according to the maker’s
instructions to make the mortar waterproof. The plaster with this mortar shall be laid as
specified with thickness as specified. Keys shall be formed on the surface by thoroughly
combing it with wavy horizontal lines about 12 mm apart and about 3 mm deep when the
mortar is still plastic.
The base coat shall be cured for not less than two days.
2.
Sand Faced Plaster : The cement mortar for sand faced plaster shall have approved sand
with slightly larger proportion of
coarse material. The
proportion of cement to sand shall be 1:3. The water is added gradually to make the
mixture homogeneous. The thickness of finishing coat shall not exceed 8 mm. After
application, the surface should be finished with a wooden float lined with sponge and trapped
gently to retain a coarse surface texture. When the finishing coat has hardened, the
surface shall be kept moist continuously for 5 days.
Mode of Measurement and Payment : The measurements for sand faced plaster (sponged external)
in C.M. (1:3) for finished area shall be measured in sq. meters and shall be paid at the contract rate per sq.
meter.
Providing and laying patented water proofing treatment for sanitary block using required thickness of
brick bat and cement mortar 1:3 with proper levelling including mixing with cement mortar the
patented water proofing material of approved manufacturer and finishing the surface including
guarantee of 5 years for water tightness and effective function.
General : This specification applies to patented waterproofing carried out as per specifications of leading
waterproofing agencies like NINA Industries, Likproof India Water Proofing. Hindustan Water Proofing or
such other agencies, which shall be qualified for water proofing work.
Construction : Patented or proprietary waterproofing shall be used wherever directed for toilet portions
where brickbat coba type of waterproofing is carried out. Waterproofing is provided with properly arranged
brickbats with proper slope as directed. Brick bat coba in rich cement mortar 1:3 with such admixtures as may
be provided by the agency carrying out the work. If treatment is proposed for sunken slab, the treatment shall
be for full depth of sunken slab. The top surface shall be finished with Indian patent stone flooring.
Testing : All areas where proprietary water proofing is provided, such terraces are tested by providing water
to a height of 30 cms for a period of 1 week and observed for leakage and any leakage’s rectified by the
specialist agency. Similarly toilet sunken portion is also tested by pounding water.
Section VII. Works Requirements
72
Guarantee : Special agencies shall furnish a guarantee for their water proofing for a period of 5 years on
stamp paper.
Item to Include : The item includes all material, labour, tools and equipment, testing required to execute
the work as per specifications.
Mode of Measurement and Payment : This item shall be paid on sqm basis correct into 2 decimals.
Providing and carrying out water proofing of toilets as per the following.
a) Treatment to the over the side walls with water proofing plaster of thickness 25 to 30 mm thick,
Giving 5 years guarantee for water tightness The above work shall be carried out through
approved agencies, etc.
General : This water proofing treatment is required for basements, cellars, pits and under ground
structures.
Construction :
1. The base and side walls are first receive water proofing of 25 to 30 mm thick rich as per item Gen/J/5.
2. Above the water proofing mortar layer on base and sides rough Shahabad ladi of 30 mm thick in cement
mortar with addition of water proofing compound is provided. Over the layer of Shahabad ladi,
waterproofing plaster is provided. This item of work is like a box type waterproofing and includes
Shahabad or rough kottah stone lining.
3. The contractor has to provide 5 years guarantee for the waterproofing provided as per the specifications,
on stamp paper of Rs.100/-.
Testing : All areas where water proofing is provided, shall be tested by providing water to a height of 30
cms for a period of 1 week and observed for leakage and any leakage’s observed shall be rectified by the
specialist agency.
Item to Include : The item includes all material, labour, tools, testing and equipment required to execute
the work as per specifications.
Mode of Measurement and Payment : This item shall be paid on sqm basis correct into 2 decimals. The
dimension for measurement is for the surface which receives the treatment. Any Water Proofing
admixture added to cement mortar shall be paid separately and shall be payable on Weight basis.
Providing and laying Vitrified tiles in flooring (equivalent to Johnson, Nitco and Kajaria RAK etc.)
conforming to relevant Standards, of approved colour including 20 to 40 mm thick cement mortar
bedding in 1:3 including cement float, filling the joints with matching colour, with pigments added to
white cement slurry cleaning etc. complete.
a) In white/Ivory colour with any pattern/design
General : The item pertains to providing and laying Vitrified tiles of standard make such as Johnson, Nitco,
Kajaria, RAK etc.
Material : Vitrified tiles shall be of approved make and quality and shall conform to IS:777-1988 in all
respect. Samples of tiles shall be got approved by the Engineer-in-Charge, who shall keep them in his office
for verification and composition. White cement shall be of approved make. The samples of the tiles shall be
got tested from the approved laboratory as per provisions in IS:777-1988 by the contractor at his cost. The test
results be submitted to the MSRLM for record.
Mortar Bedding : The mortar shall be of 1:3 proportion and shall be about 30 mm thick average, laid on
prepared sub-base of appropriate level and grade. The amount of water added while preparing mortar shall be
Section VII. Works Requirements
73
the minimum necessary to give sufficient plasticity for laying. Care shall be taken in the preparation of the
mortar to ensure that there are no hard lumps that would interfere with even bedding of the tiles. Before
spreading the mortar bed, the base shall be cleaned of all dirt, scum or laitance and loose materials and then
well wetted without forming any pools by the use of screed battens to proper level of slope. The thickness of
the bedding shall not be less than 20 mm any one place. The tiles shall be laid on the bedding mortar when it is
still plastic but has become sufficiently stiff to offer a fairly firm cushion for the tiles.
Fixing Tiles : The tiles before laying shall be soaked in water for at least 2 hours. Tiles which, are fixed in the
floor adjoining the wall shall be so arranged that the surface of the round edge tiles shall correspond to the
skirting or dado. Neat cement grout of honey like consistency shall be spread over the bedding mortar just to
cover so much area as can be tiled within half an hour. The edges of the tiles shall be smeared with neat white
cement slurry or coloured cement slurry matching colour of the tiles and fixed in this grout one after the other,
each tile being well pressed and gently tapped with a wooden mallet till it is properly bedded and in level with
the adjoining tiles. There shall be no hollows in bed or joints. The joints shall be kept as close as possible and
in straight lines. The joints between the tiles shall not exceed 1.5 mm wide. The joints shall be grouted with
slurry of white cement. Where vitrified tiles are specified joint shall be grouted with a slurry of white cement
mixed with appropriate colour.
Curing : After fixing the tiles finally in an even plane, the flooring shall be covered with wet saw dust and
allowed to mature undisturbed for 7 days.
Cleaning : After the tiles have been laid in a room or at the day's fixing work is completed, the surplus cement
grout that may have come out of the joints shall be cleaned off before it sets. Once the floor has set, the floor
shall be carefully washed clean and dried. When dry, the floor shall be covered with oil free dry saw dust
which shall be removed only after completion of the construction work and just before the floor is occupied.
Item to Include : The item shall include all labour, materials, cement mortar 1:3 mortar bedding tools and
equipment required for the operations to carry out the for providing and fixing the white or coloured
glazed tiles as specified above
Mode of Measurement and Payment : The area of the flooring shall be measured in sqm correct up to 2
decimals.
The contract rate shall be per sqm for the specified quality of Vitrified tiles as specified.
Providing and laying ceramic tiles (equivalent to Bell Spartek, Johnson and Kajaria etc.)
conforming to IS:13712-1993, of approved colour including 20 mm thick cement mortar bedding in
1:3 including cement float, filling the joints with matching colour, with pigments added to white
cement slurry cleaning etc. complete.
a)
Any size with approved design
General: The item pertains to providing and laying ceramic tiles of standard make such as Regency,
Spartek, Johnson, Kajaria etc.
Material: Ceramic tiles shall be of approved make and quality and shall conform to IS:777-1988 in all
respect. Samples of tiles shall be got approved by the Engineer-in-Charge, who shall keep them in his
office for verification and composition. White cement shall be of approved make. The samples of the tiles
shall be got tested from the approved laboratory as per provisions in IS:777-1988 by the contractor at his
cost. The test results be submitted to the Client / Consultant for record.
Mortar Bedding: The mortar shall be of 1:3 proportion and shall be about 20 mm thick average, laid on
prepared sub-base of appropriate level and grade. The amount of water added while preparing mortar shall
be the minimum necessary to give sufficient plasticity for laying. Care shall be taken in the preparation of
the mortar to ensure that there are no hard lumps that would interfere with even bedding of the tiles.
Before spreading the mortar bed, the base shall be cleaned of all dirt, scum or laitance and loose materials
and then well wetted without forming any pools by the use of screed battens to proper level of slope. The
Section VII. Works Requirements
74
thickness of the bedding shall not be less than 20 mm any one place. The tiles shall be laid on the bedding
mortar when it is still plastic but has become sufficiently stiff to offer a fairly firm cushion for the tiles.
Fixing Tiles: The tiles before laying shall be soaked in water for at least 2 hours. Tiles which, are fixed in
the floor adjoining the wall shall be so arranged that the surface of the round edge tiles shall correspond to
the skirting or dado. Neat cement grout of honey like consistency shall be spread over the bedding mortar
just to cover so much area as can be tiled within half an hour. The edges of the tiles shall be smeared with
neat white cement slurry or coloured cement slurry matching colour of the tiles and fixed in this grout one
after the other, each tile being well pressed and gently tapped with a wooden mallet till it is properly
bedded and in level with the adjoining tiles. There shall be no hollows in bed or joints. The joints shall be
kept as close as possible and in straight lines. The joints between the tiles shall not exceed 1.5 mm wide.
The joints shall be grouted with slurry of white cement. Where ceramic tiles are specified joint shall be
grouted with a slurry of white cement mixed with appropriate colour.
Curing: After fixing the tiles finally in an even plane, the flooring shall be covered with wet saw dust and
allowed to mature undisturbed for 7 days.
Cleaning: After the tiles have been laid in a room or at the day's fixing work is completed, the surplus cement
grout that may have come out of the joints shall be cleaned off before it sets. Once the floor has set, the floor
shall be carefully washed clean and dried. When dry, the floor shall be covered with oil free dry saw dust
which shall be removed only after completion of the construction work and just before the floor is occupied.
Item to Include : The item shall include all labour, materials, cement mortar 1:3 mortar bedding tools and
equipment required for the operations to carry out the for providing and fixing the white or coloured glazed
tiles as specified above.
Mode of Measurement and Payment: The area of the flooring shall be measured in sqm correct
decimals. The contract rate shall be per sqm for the specified quality of ceramic tiles as specified.
up to 2
Supply of "Kebao" Steel Cement Cavity Flooring System (Imported) manufactured by M/s Kebao
International Industrial Group Ltd. (Shanghai) of HDG-6006 HPL module (FS 700), Tile Size 600mm x
600mm x 35mm thick. Finish - Top covering with 1.2mm high pressure antistatic hot pressed laminate.
Edge bonded with black conductive PVC beading factory finish. The finish height of floor will be 450mm.
Point load 300 Kgs., UDL 1250 Kgs. per sq. mtr.
The work shall be executed as per the item wording & as per the directions of Engineer-in-charge.
Mode of Measurement: Contract rate shall be per SqM basis of area actually executed.
Providing & fixing in position Vitrified Tile Dado & Skriting in approved shape, size & color and pattern
in dado truly in plumb upto part or full height of wall with machine cut top edge as per the drawings
over cement, sand backing coat plaster of 15mm/ required thickness in CM 1:4 proportion, including
fixing with approved tile adhesive of MC Bauchemie make or approved equivalent as per the
manufacturers specifications (including back up blashes, anchoring with the wall) of required consistency
to avoid any possibility of hollowness behind the tiles, filling the joints with white cement and matching
color pigments including curing, scaffolding etc. complete as per drawing, specifications and as directed
by the Engineer-in-Charge/ Architect.
General : The item pertains to providing and fixing vitrified tiles for dado of specified size and quality.
Material : Vitrified tiles including specials, if any, shall be of approved make and quality and shall
conform to IS:777-1988 in all respects. Samples of tiles shall be got approved from the Engineer inCharge, who shall keep them in his office for verification and composition. White or colour cement shall be
Section VII. Works Requirements
75
of approved make. The tiles shall tested as per IS:777-1988 from the approved Laboratory by the contractor
at his cost and test reports be furnished the Engineer-in- Charge who will property record the same.
Plastering to wall : Providing cement plaster 1:3, 15 mm thick or similar to providing of mortar bed in
item 9, i.e. providing plaster to walls is included in the item.
Fixing of Tiles : Dado or skirting work shall be done only after fixing tiles on the floor. The vitrified tiles
shall be soaked in water for at least 2 hours before being used for skirting or dado work. Tiles shall be fixed
when the cushioning mortar is still plastic and before it gets very stiff. The back of tiles shall be covered
with a thin layer of neat cement paste and the tile shall then be pressed in the mortar and gently tapped
against the wall with a wooden mallet. The fixing shall be done from the bottom of wall upwards without
any hollows in the bed or joints. Each tile shall be fixed as close as possible to the one adjoining. The tiles
shall be joined with white cement slurry in respect of white tiles and coloured cement slurry matching the
colour of the tiles in respect of coloured tiles. Any difference in the thickness of tiles shall be evened out in
cushioning mortar to that all tile faces are in one vertical plane. The joints between the tiles shall not
exceed 1.5 mm in width and they shall be uniform. While fixing tiles in dado work care shall be taken, not
to break joints vertically if the pattern of fixing tiles have not been specified. After fixing the dado, skirting
etc., they shall be kept continuously wet for 7 days. If doors, windows or other openings are located within
the dado area, the sills, jambs, angles etc., shall be provided with glazed tiles and appropriate specials
according to the foregoing specification and such tiled area shall be measured net along with the dado.
Curing : After fixing the tiles finally in an even plane, the flooring shall be covered with wet saw dust and
allowed to mature undisturbed for 7 days.
Cleaning : After the tiles have been laid in a room or at the day's fixing work is completed, the surplus
cement grout that may have come out of the joints shall be cleaned off before it sets. Once the floor has set,
the floor shall be carefully washed clean and dried. When dry, the floor shall be covered with oil free dry
saw dust which shall be removed only after completion of the construction work and just before the floor is
occupied.
Item to Include : The item includes all material, labour, tools and equipments, for providing mortar cushioning,
fixing of tiles, filling of joints, curing cleaning etc, complete. The item also include 15 mm thick cement mortar
1:3 plaster.
Mode of Measurement and Payment : The measurement shall be the area of the dado or skirting provided in
sqm correct up to 2 decimal. The tile area provided for jambs, sills etc. shall be measured, net along with the
area of dado or skirting.
Providing and laying white glazed tiles conforming to IS:777-1989 for Dado & Skriting including 15mm
thick cement mortar 1:4 including neat cement float, filling joints with neat cement slurry, curing and
cleaning complete (Indian make glaze tiles of standard make)
For fixing the tiling in the skirting and dado.
General : The item pertains to providing and laying white/colour glazed tiles for dado & skriting of specified
size and quality.
Material : White or colour glazed tiles including specials, if any, shall be of approved make and quality and
shall conform to IS:777-1988 in all respects. Samples of tiles shall be got approved from the Engineer inCharge, who shall keep them in his office for verification and composition. White or colour cement shall be of
approved make. The tiles shall tested as per IS:777-1988 from the approved Laboratory by the contractor at his
cost and test reports be furnished the Engineer-in- Charge who will property record the same.
Plastering to wall : Providing cement plaster 1:3, 15 mm thick or similar to providing of mortar bed in item 9,
i.e. providing plaster to walls is included in the item.
Section VII. Works Requirements
76
Fixing of Tiles : Dado or skirting work shall be done only after fixing tiles on the floor. The white/coloured
glazed tiles shall be soaked in water for at least 2 hours before being used for skirting or dado work. Tiles shall
be fixed when the cushioning mortar is still plastic and before it gets very stiff. The back of tiles shall be
covered with a thin layer of neat cement paste and the tile shall then be pressed in the mortar and gently tapped
against the wall with a wooden mallet. The fixing shall be done from the bottom of wall upwards without any
hollows in the bed or joints. Each tile shall be fixed as close as possible to the one adjoining. The tiles shall be
joined with white cement slurry in respect of white tiles and coloured cement slurry matching the colour of the
tiles in respect of coloured tiles. Any difference in the thickness of tiles shall be evened out in cushioning
mortar to that all tile faces are in one vertical plane. The joints between the tiles shall not exceed 1.5 mm in
width and they shall be uniform. While fixing tiles in dado work care shall be taken, not to break joints
vertically if the pattern of fixing tiles have not been specified. After fixing the dado, skirting etc., they shall be
kept continuously wet for 7 days. If doors, windows or other openings are located within the dado area, the sills,
jambs, angles etc., shall be provided with glazed tiles and appropriate specials according to the foregoing
specification and such tiled area shall be measured net along with the dado.
Curing : After fixing the tiles finally in an even plane, the flooring shall be covered with wet saw dust and
allowed to mature undisturbed for 7 days.
Cleaning : After the tiles have been laid in a room or at the day's fixing work is completed, the surplus
cement grout that may have come out of the joints shall be cleaned off before it sets. Once the floor has set,
the floor shall be carefully washed clean and dried. When dry, the floor shall be covered with oil free dry
saw dust which shall be removed only after completion of the construction work and just before the floor is
occupied.
Item to Include : The item includes all material, labour, tools and equipments, for providing mortar
cushioning, fixing of tiles, filling of joints, curing cleaning etc, complete. The item also include 15 mm
thick cement mortar 1:3 plaster.
Mode of Measurement and Payment : The measurement shall be the area of the dado or skirting
provided in sqm correct up to 2 decimal. The tile area provided for jambs, sills etc. shall be measured, net
along with the area of dado or skirting.
Providing and constructing 600 mm Wide Granite Pantry Platform by using 18 mm thick (+/- 2 mm
tolerance ) mirror polished granite stone at top to be laid on 25mm thick cuddappah stone base, set
in cement mortar 1:4, all exposed edges to be rounded and polished. Also providing vertical facia of
granite as shown on drawing. Rate to include making opening for wash basin and pillar tap with all
exposed edges polished . All joints shall be made water tight in perfect line, level & slope as desired
including curing, polishing & cleaning all joints and floating in coloured cement mortar. Granite
shall be of approved colour & shall be as per Architects approved lot. (Only plan area will be
measured. Wastage due to dimensional difference, pattern, cutting sizes available will be to the
contractors account). Rate to include all holes & openings required for fixtures and fittings. All as
per drawing and instructions from Engineer in charge. SS Sink / Sink to be Paid Separately.
The item shall be executed as per the item wording and as per the directions of Engineer In Charge
Mode of Measurement and Payment: The measurement shall be on RM basis. The Contract rate shall be
per RM of 600 mm Wide Granite Pantry Platform provided.
Providing and fixing in position & in stepped manner one side mirror polished machine cut Granite
slab Jamblining for Door / Window frames of width upto 100mm of 18mm thickness (+/- 2 mm
tolerance) in cement mortar bedding (1:4) of required thickness. Joints, edges to be floated and
finished on neat cement of the same colour as the slab. After setting, the slabs (if read) are to be
machine polished at site to obtain perfect finish. All exposed edges to be rounded & polished. The
rate to include all necessary chipping of brickwork / concrete so that the slab is 12mm projects from
plaster / POP surface with rounding of edges, polishing etc. complete as shown on drawing & as per
Section VII. Works Requirements
77
directions of Engineer In charge. Note: No payment will be made for overlapped portion of the jamb
lining.
General : The item pertains to providing and fixing in position & in stepped manner one side mirror polished
machine cut granite slab 18mm thickness jamb lining for door / window frames of specified width in cement
mortar bedding (1:4) of required thickness. All exposed edges to be rounded & polished as per drawings and as
per best engineering practice or as per IS wherever they apply for and as per instructions of Engineer In charge
and with necessary materials and labour costs etc. complete.
Material :
a)
Granite Slab 18mm thick (+/- 2 mm tolerance)
b)
Cement mortar bedding (1:4)
c)
Rounding & Polishing of edges
Fixing : Providing and fixing in position & in stepped manner one side mirror polished machine cut granite slab
18mm thickness jamb lining for door / window frames of specified width in cement mortar bedding (1:4) of
required thickness. Joints, edges to be floated and finished on neat cement of the same colour as the slab. After
setting, the slabs (if reqd) are to be machine polished at site to obtain perfect finish. All exposed edges to be
rounded & polished as per drawings and as per best engineering practice or as per IS wherever they apply for
and as per instructions of Engineer In charge.
Item to Include : The rate to include all necessary chipping of brickwork / concrete so that the slab is 12mm
projects from plaster / POP surface with rounding of edges, polishing etc. complete as shown on drawing & as
per directions of Engineer In charge. Note: No payment will be made for overlapped portion of the jamblining.
Mode of Measurement and Payment: The Granite Jamblining is recorded separately for each item and
measured in sqm of exposed face.
The contract rate shall be per sqm for the specified quality of Granite Jamb lining as specified.
FINISHING ITEMS
Providing & Applying Plaster of Paris Punning in average 12 to 25mm thickness to walls, ceiling,
beams & columns to bring the surface in plumb Line & Level including making the surface smooth,
providing required grooves on top of skirting etc. complete as per direction of Engineer In Charge.
Description: Providing & applying plaster of paris punning in average 12mm thickness on walls, ceiling,
beams & columns to bring the surface in plumb line & level, including making the surface smooth,
providing required grooves on top of skirting & other locations complete as per directions.
** Rate including cost of chipping & scrapping neeru or any other finish on the existing plastered surface.
** Rate including cost of transportation, loading, unloading, scaffolding, wastage, taxes etc. Nothing will
be paid extra.
Workability: Workability should be satisfactory to the Engineer- in-charge/consultant. Anything defective
or not accepted by Engineer-in-charge/consultant should be removed/ rectified without delay & with the
cost & risk of contractor
** All complete as per approval & instructions of Engineer-incharge.
Mode of Measurement & payment: Measurements shall be actual executed area measured in Sqm & paid
accordingly.
** The contract rate shall be per SqM basis.
Providing & Applying superior quality of Luster Paint on wall of approved make & shade, filling the
dents with approved filler putty. gypsum/approved crack filler ,binder, cleaning & making the
Section VII. Works Requirements
78
surface dust free, preparing surfaces, applying a coat of sealer or primer as per the manufacturers
specifications, applying two undercoats & one finished coat of approved paint to achieve the required
finish including scaffolding, cleaning etc. complete as per detailed drawing, as specified and as
directed by Engineer In Charge.
General
i) Double scaffolding shall be used for work. All painting work shall proceed from top to bottom. In
case of internal painting ceiling shall be painted before walls.
ii) Materials to be used shall be of 1st quality from approved manufacturers of approved shade.
iii) Work shall be carried out by experienced and skilled workers.
iv)
Surface shall be thoroughly cleaned of all dust, dirt, mortar drops oil paints, scales etc. by wire brushing,
scraper tools.
v)
In case of ready mixed paints are used and if thinning is required, only the brand recommended by the
paint manufacturer shall be use.
vi)
All subsequent coats shall be applied only after the previous coat has dried thoroughly. One coat shall
constitute of one horizontal stroke immediately followed by one vertical stroke, in all cases.
Paints For Walls / Ceiling
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
New plaster surfaces shall be completely dry before application of paint.
Surface shall be prepared as per IS - 2395 (Part - I): 1966.
A putty of POP and water shall be applied on entire surface including filling up of undulations etc.
The surface shall be sand papered and dusted off with a clean cloth.
Alkali resistant cement primer as recommended by manufacturer of paint, shall be applied (one coat
only) and allowed to dry for 48 hours.
Primed surface shall be lightly sand papered and dusted off.
The thinning of plastic emulsion shall be done with water and a thinned coat of paint shall be applied on
the absorbent surface as primer. Surface shall be perfectly dry before priming coat of Paint is applied.
No subsequent coats shall be applied till the preceding coat has dried for 2 to 3 hours and gets hard. Two
or more coats shall be applied on the priming coat by using roller or spray gun to get a flat uniform and
velvet smooth finish.
Washing of surface shall not be done with 3 to 4 weeks of application of paint.
Materials of paint shall be from the approved Manufacturers
The rate of application shall be as per manufacturer’s instructions.
Item to include providing and applying Lustre Paint of superior quality and of approved make, colour and shade to the new surfaces in 3 or
more coats including preparation of surfaces, to receive the paint and applying primer and putty etc. all complete as per manufacturers
specification as per direction of Engineer In Charge.
Mode of Measurement and Payment :
1.
Length and breadth shall be measured correct to a cm. and area shall be calculated in m2 correct to
two place of decimals. The contract rate shall be on Sqm basis.
2.
Corrugated surfaces shall be measured flat as fixed and the area so measured shall be increased by
the following percentages to allow for the girthed area.
Corrugated asbestos cement sheet 20%
Semi corrugated asbestos cement sheet 10%
Section VII. Works Requirements
79
3.
Cornices and other such wall or ceiling features, shall be measured along the girth and included in
the measurements.
4.
The number of coats of each treatment shall be stated. Not exceeding 50 sqm. each with material
similar in composition to the surface to be prepared.
5.
Work on old treated surfaces shall be measured separately and so described. The contract rate shall
be per sqm area painted including all material and labour involved in all the operations described
above.
Providing and applying plastic emulsion paint conforming to IS:5411- 1991 part I of superior quality
of approved make, colour and shade to the old & new surfaces in two coats, including scaffolding,
preparing the surfaces to receive the paint and applying putty etc. complete.
General : The item pertains to providing and applying plastic emulsion paint of approved colour to old or
new plastered or masonry surfaces for the specified number of coats.
Material : Plastic emulsion paint shall be conforming to IS:5411. Paints, oil varnish etc. of approved brand
and manufacture shall be used. Only ready mixed paint (Exterior grade) as received from the manufacturer
without any admixture shall be used. If for any reason, thinning is necessary in case of ready mixed paint,
the brand of thinner recommended by the manufacturer or as instructed by the Engineer-in-Charge shall be
used. Approved paints, oil or varnishes shall be brought to the site of work by the contractor in their
original containers in sealed condition. The material shall brought in at a time in adequate quantities to
suffice for the whole work or at least of fortnight’s work. The materials shall be kept in the joint custody of
the contractor and the Engineer-in-Charge. The empties shall not be removed from the site of work, till the
relevant item of work has been completed and permission obtained from the Engineer-in-Charge. The
empties shall be property if the contractor.
Scaffolding :
1.
Wherever scaffolding is necessary, it shall be erected on double supports tied together by
horizontal pieces, over which scaffolding planks shall be fixed. No bullies, bamboos or planks
shall rest on or touch the surface.
2.
Where ladders are used, pieces of old gunny bags shall be tied on their tops to avoid damage or
scratches to walls.
3.
For white washing the ceiling, proper stage scaffolding shall be erected.
Preparation of Surface : The surface shall be thoroughly cleaned and dusted off. All rust, dirt, scales, smoke
splashes, mortar dropping and grease shall be thoroughly removed before painting is started. The prepared
surface shall have received the approval of the Engineer-in Charge after inspection, before painting is
commenced. Painting shall not be started until the Engineer-in-Charge has inspected the items of work to be
painted, satisfied himself about their proper quality and given his approval to commence the painting work.
Painting of external surface should not be done in adverse weather condition like hail storm and dust storm.
Painting, except the priming coat, shall generally be taken in hand after practically finishing all other building
work. The rooms should be thoroughly swept out and the entire building cleaned up, at least one day in advance
of the paint work being started.
Application : Before pouring into smaller containers for use, the paint shall be stirred thoroughly in its
containers, when applying also, the paint shall be continuously stirred in the smaller containers so that its
consistency is kept uniform. The painting shall be laid on evenly and smoothly by means of crossing laying off,
the latter in the direction of the grains of wood. The crossing and laying off consists of covering the area over
with paint, brushing the surface hard for the first time over and then brushing alternately in opposite direction,
Section VII. Works Requirements
80
two or three times and then finally brushing lightly in a direction at right angles to the same. In this process, no
brush marks shall be left after the laying off is finished. The full process of crossing and laying off will
constitute one coat. Where so stipulated, the painting shall be done by spraying. Spray machine used may be (a)
high pressure (small air aperture) type, or (b) a low-pressure (large air gap) type, depending on the nature and
location of work to be carried out. Skilled and experienced workmen shall be employed for this class of work.
Paints used shall be brought to the requisite consistency by adding a suitable thinner. Spraying should be done
only when dry condition prevails. Each coat shall be allowed to dry out thoroughly and rubbed smooth before
the next coat is applied. This should be facilitated by thorough ventilation. Each coat except the last coat, shall
be lightly rubbed down with sand paper or fine pumice stone and cleaned off dust before the next coat is laid.
No left over paint shall be put back into the stock tins. When not in use, the containers shall be kept properly
closed. No hair marks from the brush or clogging of paint puddles in the corners of panels, angles of moulding
etc. shall be left on the work. In painting doors and windows, the putty round the glass panes must also be
painted but care must be taken to see that no paint stains etc. are left on the glass. Tops of shutters and surfaces
in similar hidden locations shall not be left out in painting. However, bottom edge of the shutters where the
painting is not practically possible, need not be done nor any deduction on this account will be done but two
coats of primer of approved make shall be done on the bottom edge before fixing the shutters. On painting
steelworks, special care shall be taken while painting over bolts, nuts rivets overlaps etc. The additional
specifications for primer and other coats of paints shall be as according to the detailed specifications under the
respective headings.
Protective Measures : Doors, windows, floors, article of furniture etc. and such other parts of the building not
to be white washed, shall be protected from being splashed upon. Splashing and droppings, if any shall be
removed by the contractor at his own cost and the surfaces cleaned. Damages if any to furniture of fittings and
fixtures shall be recoverable from the contractor.
Item to Include : Item includes all labour, material, equipments such as brushes, scrappers, polish papers
etc., scaffolding, cleaning of the area etc. complete as per the specifications. The item also includes
removing nails, marking good holes, cracks, patches etc.
Mode of Measurement and Payment :
1. Length and breadth shall be measured correct to a cm. and area shall be calculated in m2 correct to two
place of decimals. The contract rate shall be on Sqm. basis.
2.
Corrugated surfaces shall be measured flat as fixed and the area so measured shall be increased by
the following percentages to allow for the girthed area.
Corrugated asbestos cement sheet 20%
Semi corrugated asbestos cement sheet 10%
3.
Cornices and other such wall or ceiling features, shall be measured along the girth and included in
the measurements.
4.
The number of coats of each treatment shall be stated. Not exceeding 50 sqm. each with material
similar in composition to the surface to be prepared.
5.
Work on old treated surfaces shall be measured separately and so described. The contract rate shall
be per sqm area painted including all material and labour involved in all the operations described
above.
Providing and applying Zinc/lead based paint of approved colour and shade including preparing the
surface, scaffolding etc. complete.
a) One coat
b) Two coats
General : The item pertains to providing and applying Zinc / Lead based paint of approved colour and
shade with specified number of coats including removing oil paint by scrapping or any other suitable
method.
Section VII. Works Requirements
81
Preparing the Surface : Before new work is applied paint, the surface shall be thoroughly brushed free
from mortar dropping and foreign matter. In case of old work, all loose particles and scales shall be
scrapped off. Where so specifically ordered by the Engineer-in- Charge, the entire surface of old paint shall
be thoroughly removed by scrapping and this shall be paid for separately. Where efflorescence is observed
the deposits may be brushed clean and washed. The surface shall then be allowed to dry for at least 40
hours before painting is done.
Mode of Measurement and Payment:
1. Length and breadth shall be measured correct to a cm. and area shall be calculated in m2 correct to two
place of decimals.
2. Corrugated surfaces shall be measured flat as fixed and the area so measured shall be increased by the
following percentages to allow for the girthed area.
Corrugated asbestos cement sheet 20%
Semi corrugated asbestos cement sheet 10%
3. Cornices and other such wall or ceiling features, shall be measured along the girth and included in the
measurements.
4. The number of coats of each treatment shall be stated. Not exceeding 50 sqm. each with material similar in
composition to the surface to be prepared.
5. Work on old treated surfaces shall be measured separately and so described. The contract rate shall be per
sqm area painted including all material and labour involved in all the operations described above.
Providing and applying synthetic super enamel paint conforming to IS:2932-1991 of approved colour,
including scaffolding if necessary and cleaning and preparing the surface, including primer coat etc.
complete
a) One coat
b) Two coats
General : The item pertains to providing and applying Synthetic Super Enamel paint conforming to IS:2932,
with specified number of coats, over a primer coat.
Material : Synthetic Super Enamel paint shall be conforming to IS:2932-1991 of approved brand and
manufacture shall be used. Only ready mixed paint (Exterior grade) as received from the manufacturer without
any admixture shall be used. Approved paints shall be brought to the site of work by the contractor in their
original containers in sealed condition. The material shall brought in at a time in adequate quantities to suffice
for the whole work or at least of fortnight’s work. The materials shall be kept in the joint custody of the
contractor and the Engineer-in-Charge. The empties shall not be removed from the site of work, till the relevant
item of work has been completed and permission obtained from the Engineer-in-Charge. The empties shall be
property if the contractor.
Scaffolding :
1. Wherever scaffolding is necessary, it shall be erected on double supports tied together by horizontal pieces,
over which scaffolding planks shall be fixed. No bullies, bamboos or planks shall rest on or touch the surface.
2. Where ladders are used, pieces of old gunny bags shall be tied on their tops to avoid damage or scratches.
Preparation of Surface : The surface shall be thoroughly cleaned and dusted off. All rust, dirt, scales, smoke
splashes, mortar dropping and grease shall be thoroughly removed before painting is started. The prepared
surface shall have received the approval of the Engineer-in- Charge after inspection, before painting is
commenced. Painting shall not be started until the Engineer-in-Charge has inspected the items of work to be
painted, satisfied himself about their proper quality and given his approval to commence the painting work.
Painting of external surface should not be done in adverse weather condition like hail storm and dust storm.
Painting, except the priming coat, shall generally be taken in hand after practically finishing all other building
work. The rooms should be thoroughly swept out and the entire building cleaned up, at least one day in advance
of the paint work being started.
Section VII. Works Requirements
82
Application : Before pouring into smaller containers for use, the paint shall be stirred thoroughly in its
containers, when applying also, the paint shall be continuously stirred in the smaller containers so that its
consistency is kept uniform. The painting shall be laid on evenly and smoothly by means of crossing laying
off, the latter in the direction of the grains. The crossing and laying off consists of covering the area over
with paint, brushing the surface hard for the first time over and then brushing alternately in opposite
direction, two or three times and then finally brushing lightly in a direction at right angles to the same in
both directions. In this process, no brush marks shall be left after the laying off is finished. The full process
of crossing and laying off will constitute one coat. Each coat except the last coat, shall be lightly rubbed
down with sand paper or fine pumice stone and cleaned off dust before the next coat is laid. No left over
paint shall be put back into the stock tins. When not in use, the containers shall be kept properly closed. No
hair marks from the brush or clogging of paint puddles in the corners of panels, angles of moulding etc.
shall be left on the work. In painting doors and windows, the putty round the glass panes must also be
painted but care must be taken to see that no paint stains etc. are left on the glass. Tops of shutters and
surfaces in similar hidden locations shall not be left out in painting. However, bottom edge of the shutters
where the painting is not practically possible, need not be done nor any deduction on this account will be
done but two coats of primer of approved make shall be done on the bottom edge before fixing the shutters.
On painting steelworks, special care shall be taken while painting over bolts, nuts rivets overlaps etc. The
additional specifications for primer and other coats of paints shall be as according to the detailed
specifications under the respective headings.
Protective Measures : Doors, windows, floors, article of furniture etc. and such other parts of the building
not to be painted, shall be protected from being splashed upon. Splashing and droppings, if any shall be
removed by the contractor at his own cost and the surfaces cleaned. Damages if any to furniture of fittings
and fixtures shall be recoverable from the contractor.
Item to Include : Item includes all labour, material, equipments such as brushes, scrappers, polish papers
etc., scaffolding, cleaning of the area etc. complete as per the specifications. The item also includes
removing nails, marking good holes, cracks, patches etc.
Mode of Measurement and Payment :
1. Length and breadth shall be measured correct to a cm. and area shall be calculated in m2 correct to two
place of decimals.
2. Corrugated surfaces shall be measured flat as fixed and the area so measured shall be increased by the
following percentages to allow for the girthed area.
Corrugated asbestos cement sheet 20%
Semi corrugated asbestos cement sheet 10%
3. Cornices and other such wall or ceiling features, shall be measured along the girth and included in the
measurements.
4. The number of coats of each treatment shall be stated. Not exceeding 50 sqm. each with material similar in
composition to the surface to be prepared.
The contract rate shall be per sqm area painted including all material and labour involved in all the operations
described above.
DOORS
Providing and fixing best quality superior Indian teak wood frame for doors, windows and ventilators
including all moulding, rebating, jointing, hold fasts of MS flats of minimum size 20 x 3 mm, having
length of 225 mm for doors & 150 mm for windows and finishing with 3 coats of French polish or one
coat of primer and synthetic enamel paint in two coats as directed etc. complete.
General : The item pertains to supply of Indian Teak Wood, preparation of frame for doors, windows and
ventilators as per the drawings and fixing the frame in position, with hold fast, polishing or painting as directed.
Material :
Section VII. Works Requirements
83
Indian Teak Wood : The Teak wood shall be well seasoned wood. It shall be free from decay, knots rotten
portion, termite or other insects, damaged portion. The wood section used for frame shall be used from the heart
of the teak tree of matured growth. It shall be of uniform grains, substance, straight fibres and shall be free from
cluster knots, flaws, bends, warp, or defect of any other kind. The Teak wood shall be of uniform colour and
grains and well seasoned. Section of teak wood as be of such a size that after plaining the size of frame shall be
as stipulated and shown on the drawing.
Frame Making : The Teak wood section for preparing the frame for doors, window or ventilator shall be used
as mentioned in the drawing or as directed maintaining true right angle. The material, workmanship,
construction, finishing etc. shall conform to IS: 1003. The vertical and horizontal members of the frame shall be
of uniform section. For doors and windows with or without ventilators, the vertical post of the frame shall
extend beyond the top of the head for the ventilator portion. The horns shall be interlocked with the heads for
about the full section. Normally now the all the joints of Teak Wood frame shall be tongue and groove type.
The length of tongue and groove shall be equivalent to width of frame. Two holes shall be drilled at each tongue
and groove joint in which small wooden pegess shall be driven to bring fixity to the joint. The nail or screws
shall not be used in lieu of wooden pegs. No horizontal horns be provided with top and bottom members of
frame but cut, since such horns oue to swelling develop cracks in the wall. The vertical and horizontal member
of the frame abutting wall shall be provided with 6 mm x 6 mm groove on the faces right angle to wall to
provide key with plaster provided on jam's. The faces of horizontal and vertical members of the frame abutting
wall shall be provided with two coats of bitumen to arrest for the safely of the Teak Wood frame. The sections
of vertical frame of doors to be embeded in the concrete shall be provided with 2 coats of bitumen for the safety
of the Teak Wood frame. Teak wood sills are not provided for doors and hence the vertical posts shall be fixed
in the concrete for floor for a depth not less than 100 mm till the frame is fixed in position, a wooden batten of
section 40 mm x 15 mm shall be fixed temporarily at bottom to keep the vertical members in true alignment and
position. Three MS hold fast each of 20 x 3 mm size and 225 mm in length shall be fixed on both sides of the
frame with screw and shall not be nailed. All the joints shall be properly tight and the mouldings if used shall be
fixed in position.
Fixing : The frame shall be erected in position by tying the same and checked for plumb line from all
directions. The frame shall be fixed in the wall as the work progresses and the hold fast shall be embedded
in the wall in C.C. M-15 grade as it is being built. After finishing the construction of wall the frame shall be
further fixed by plastering on both the sides of the frame.
Finishing : The exposed portion of the frame shall be polished with three coats of French polish, after
finishing the wood by emery paper. If directed the frame shall be painted with 2 coats of synthetic enamel
paint of approved colour and shade and of approved make, over one coat of wood primer.
Item to Include : The item includes all labour, materials and tools and equipment for preparing the frame
for doors, windows or ventilators as per above specifications. It also includes fixing of the frame in position
and finishing the same with French polish or synthetic enamel paint as directed. The embedded portion
shall be painted with coal tar paint in two coats wherever necessary or as directed.
Mode of Measurement and Payment : The measurement of the woodwork shall be in cum of teak wood
used. The sectional measurement shall be correct upto ± 2 mm and the lengths shall be measured in m,
correct upto 1 cm. The mouldings if used shall be measured considering the least dimensions of the
rectangular section form, which the moulding or the rounding could be prepared. The dimensions shall be
measured limited to as shown in the drawings or as directed. The contract rate shall be for the cum of the
teak wood used for the frame including the cost of hold fast, screw fixing, finishing etc. complete as
specified.
Providing and fixing in position 12 mm thick Toughened Clear Glass single leaf Door by using
various glass patch fittings to be fixed with necessary fittings on the ceiling duly finished without
giving any load on the false ceiling by using necessary hardware what ever necessary and required
numbers to complete the job in all respect. Rate including cost of door opening with approval
hardware such as patch fitting lock, handle, Floor Spring of approved make. Contractor is advised to
submit working drawing with details patch fitting, sizes of glass panels etc and take approvals of
Section VII. Works Requirements
84
consultants before execution of works. complete as per detail drawing, as specified and as directed by
Engineer In Charge.
General : Providing and fixing in position Fully Glazed door made of patch fitting as per approved designs
pattern. Glass 12mm thk with acid etching. All complete as per drawing, instructions & approval of Engineer in
charge.
Material : The floor spring boxes shall be conforming to IS 7197 and shall be of best quality available in the
market. The swinging shall be of 1800. The spring box shall be capable of taking the door load. The floor spring
box shall be got approved from the Engineer in Charge of the work before it is fixed.
Fixing: The floor spring box shall be fixed at the location as shown on drawing or as directed. The pit in the
floor, for fixing the box shall be cut exactly of the size of the box. The top of the box shall be true to the top of
floor level. Any over cuts or damages to the floor shall be made good by the contractor at his own cost. The
distance of the box from the wall shall be correct so that swinging of door is free.
Item to Includes: The item includes all labour, materials and equipments to provide and fix the floor spring box
for swinging type doors with all fixtures.
Mode of Measurement and Payment :
The Door shall be measured out to out dimension in sqm. The dimensions shall be measured correct upto 1
Sqm.
The contract rate shall be on square metre basis.
Providing and fixing door in position Partly Glazed Partly Solid door made up Phenol bonded of 35 mm
thk approved flush doorwith both side veneer and 12 mm toughened glass approved beading, grooves,
approved moulding including necessary hardware, approved adhesive, fitting & fixture Handel, Lock,
Floor Spring etc. melamine polish to all exposed surfaces etc complete as per detail drawing as specified
& as directed by Engineer - in - charge.
General: Providing and fixing door in position Partly Glazed Partly Solid door made up Phenol bonded of 35
mm thk approved flush door of approved size and 12 mm toughened glass approved beading, grooves, approved
moulding including necessary hardware, approved adhesive, fitting & fixture Handel, Lock, Floor Spring etc.
melamine polish to all exposed surfaces etc complete as per detail drawing as specified & as directed by
Engineer - in - charge. Also, providing and fixing best quality superior Indian teak wood frame for doors
including all moulding, rebating, jointing, hold fasts of MS flats of minimum size
20 x 3 mm, having length of 225 mm for doors and finishing with 3 coats of Melamine polish as directed etc.
complete.
Material: The teak wood beading for fixing around the flush door shall be of 12 mm thick and of the width
flush to the flush door.
Shutter: The solid core shutter shall be of the ply finish type of the exterior or interior grade as mentioned in
the item or drawing. It shall confirm to the relevant specifications for the type and grade given in IS
2202/1999. Specifications for wooden Flush Door Shutters (Phenol bonded). It shall be obtained from
manufacturers from the approved list. The finished thickness of the shutter shall be as mentioned in the
item. If decorative finish is specified from exterior or interior side or both sides the same shall be paid extra
under relevant item incorporated in the tender concealed lock rail of teak wood shall be provided in shutter.
Specific instructions be issued to the manufacturer while placing the order.
Frame: - Providing and fixing best quality superior Indian teak wood frame for doors including all
moulding, rebating, jointing, hold fasts of MS flats of minimum size 20 x 3 mm, having length of 225 mm
for doors and finishing with 3 coats of Melamine polish
Section VII. Works Requirements
85
Glass: - Glass Panel 12 mm thk toughened, 12 mm thk moulding finished with 3 coats of melamine polish
Finishing: The Flush Door shall be finished with 3 – 4 mm thick Veneer on both faces as mentioned as
specified or as directed. The Frame Shall be finished with 3 coats of Melamine polish.
Item to Include: The item includes solid core shutter, Teak wood frame, all labour, materials and equipment
to provide and fix the solid core flush doors and frame as specified. The fixtures shall be included in the
item.
Mode of Measurement and Payment:
The Door shall be measured out to out dimension of frame in sqm. The dimensions shall be measured
correct upto 1 cm.
The contract rate shall be on square metre basis.
Providing and fixing door in position Partly Glazed Partly Solid door made up Phenol bonded of 35
mm thk approved flush door of approved size with both side laminate and 6 mm toughened glass
approved beading, grooves, approved moulding including necessary hardware, approved adhesive,
fitting & fixture Handel, Lock, Floor Spring etc., melamine polish to all exposed surfaces etc
complete as per detail drawing as specified & as directed by Engineer - in - charge.
General: Providing and fixing door in position Partly Glazed Partly Solid door made up Phenol bonded of
35 mm thk approved flush door of approved size and 6 mm toughened glass approved beading, grooves,
approved moulding including necessary hardware, approved adhesive, fitting & fixture Handel, Lock, Floor
Spring etc., melamine polish to all exposed surfaces etc complete as per detail drawing as specified & as
directed by Engineer - in - charge. Also, providing and fixing best quality superior Indian teak wood frame
for doors including all moulding, rebating, jointing, hold fasts of MS flats of minimum size 20 x 3 mm,
having length of 225 mm for doors and finishing with 3 coats of Melamine polish as directed etc. complete.
Material: The teak wood beading for fixing around the flush door shall be of 12 mm thick and of the width
flush to the flush door.
Shutter: The solid core shutter shall be of the ply finish type of the exterior or interior grade as mentioned in
the item or drawing. It shall confirm to the relevant specifications for the type and grade given in IS 2202/1999.
Specifications for wooden Flush Door Shutters (Phenol bonded). It shall be obtained from manufacturers from
the approved list. The finished thickness of the shutter shall be as mentioned in the item. If decorative finish is
specified from exterior or interior side or both sides the same shall be paid extra under relevant item
incorporated in the tender concealed lock rail of teak wood shall be provided in shutter. Specific instructions be
issued to the manufacturer while placing the order.
Frame: - Providing and fixing best quality superior Indian teak wood frame for doors including all moulding,
rebating, jointing, hold fasts of MS flats of minimum size 20 x 3 mm, having length of 225 mm for doors and
finishing with 3 coats of Melamine polish
Glass: - Glass Panel 6 mm thk, 12 mm thk moulding finished with 3 coats of melamine polish
Finishing: The Flush Door shall be finished with 1.5 mm thick Laminate on both faces as mentioned as
specified or as directed. The Frame Shall be finished with 3 coats of Melamine polish.
Item to Include: The item includes solid core shutter, Teak wood frame, all labour, materials and equipment to
provide and fix the solid core flush doors and frame as specified. The fixtures shall be included in the item.
Section VII. Works Requirements
86
Mode of Measurement and Payment:
The Door shall be measured out to out dimension of frame in sqm. The dimensions shall be measured correct
upto 1 cm.
The contract rate shall be on square metre basis.
Providing & fixing 35mm thk. Phenol bonded Flush door finish with 1.5mm thk. Laminate on both sides
as per approved pattern. All edges should finish with teak wood lipping with melamine polish. All
complete as per instructions & approval of EIC. Note: The rate of all doors shall include all hardware
such as door handles, hinges, door closures/floor spring, dead lock, PVC door buffer, door stopper,
latches etc. as required.
General: Providing & fixing 35mm thk. Phenol bonded Flush door finish with 1.5mm thk. Laminate on both
sides as per approved pattern. All edges should finish with teak wood lipping with melamine polish. All
complete as per instructions & approval of EIC. Note: The rate of all doors shall include all hardware such
as door handles, hinges, door closures/floor spring, dead lock, PVC door buffer, door stopper, latches etc.
as required. Also, providing and fixing best quality superior Indian teak wood frame for doors including all
moulding, rebating, jointing, hold fasts of MS flats of minimum size 20 x 3 mm, having length of 225 mm
for doors and finishing with 3 coats of Melamine polish as directed etc. complete.
Material: The teak wood beading for fixing around the flush door shall be of 12 mm thick and of the width
flush to the flush door.
Shutter: The solid core shutter shall be of the ply finish type of the exterior or interior grade as mentioned
in the item or drawing. It shall confirm to the relevant specifications for the type and grade given in IS
2202/1999. Specifications for wooden Flush Door Shutters (Phenol bonded). It shall be obtained from
manufacturers from the approved list. The finished thickness of the shutter shall be as mentioned in the
item. If decorative finish is specified from exterior or interior side or both sides the same shall be paid extra
under relevant item incorporated in the tender concealed lock rail of teak wood shall be provided in shutter.
Specific instructions be issued to the manufacturer while placing the order.
Frame: - Providing and fixing best quality superior Indian teak wood frame for doors including all
moulding, rebating, jointing, hold fasts of MS flats of minimum size 20 x 3 mm, having length of 225 mm
for doors and finishing with 3 coats of Melamine polish
Finishing: The Flush Door shall be finished with 1.5 mm thick Laminate on both faces as mentioned as
specified or as directed. The Frame Shall be finished with 3 coats of Melamine polish.
Item to Include: The item includes solid core shutter, Teak wood frame, all labour, materials and
equipment to provide and fix the solid core flush doors and frame as specified. The fixtures shall be
included in the item.
Mode of Measurement and Payment:
The Door shall be measured out to out dimension of frame in sqm. The dimensions shall be measured
correct upto 1 cm.
The contract rate shall be on square metre basis.
Providing & fixing 35mm thk. Phenol bonded Flush door finish with one side 1.5mm thk. Laminate
& one side 3-4 mm thk Veneer as per approved pattern. All edges should finish with teak wood
lipping with melamine polish. All complete as per instructions & approval of EIC. Note: The rate of
all doors shall include all hardware such as door handles, hinges, dead lock, PVC door buffer, door
stopper, latches etc. as required.
The door shall be
a) 35 mm Thick Shutter.
Section VII. Works Requirements
87
General: Providing & fixing 35mm thk. Phenol bonded Flush door finish with one side 1.5mm thk.
Laminate & one side 3-4 mm thk Veneer as per approved pattern. All edges should finish with teak wood
lipping with melamine polish. All complete as per instructions & approval of EIC. Note: The rate of all
doors shall include all hardware such as door handles, hinges, dead lock, PVC door buffer, door stopper,
latches etc. as required.
Material: The teak wood beading for fixing around the flush door shall be of 12 mm thick and of the width
flush to the flush door.
Shutter: The solid core shutter shall be of the ply finish type of the exterior or interior grade as mentioned in
the item or drawing. It shall confirm to the relevant specifications for the type and grade given in IS 2202/1999.
Specifications for wooden Flush Door Shutters (phenol bonded). It shall be obtained from manufacturers from
the approved list. The finished thickness of the shutter shall be as mentioned in the item. If decorative finish is
specified from exterior or interior side or both sides the same shall be paid extra under relevant item
incorporated in the tender. Concealed lock rail of teak wood shall be provided in shutter. Specific instructions
be issued to the manufacturer while placing the order.
Finishing : The Flush Door shall be finished with one side with 1.5 mm Thick Laminate & 3 - 4 mm thk veneer
on other side as mentioned as specified or as directed.
Item to Include : The item includes solid core shutter, all labour, materials and equipment to provide and fix
the solid core flush doors as specified. The fixtures shall be included in the item.
Mode of Measurement and Payment :
The Door shall be measured out to out dimension of frame in sqm. The dimensions shall be measured correct
upto 1 cm. The contract rate shall be on square metre basis.
Providing and fixing door in position Partly Glazed Partly Solid door made up Phenol bonded of 35 mm
thk approved flush door of approved size and 6 mm toughened glass approved beading, grooves,
approved moulding including necessary hardware, approved adhesive, fitting & fixture Handle, Hinges,
Lock, Door Closer etc. melamine polish to all exposed surfaces etc complete as per detail drawing as
specified & as directed by Engineer - in - charge.
General: Providing and fixing door in position Partly Glazed Partly Solid door made up Phenol bonded of 35
mm thk approved flush door of approved size and 6 mm toughened glass approved beading, grooves, approved
moulding including necessary hardware, approved adhesive, fitting & fixture Handle, Hinges, Lock, Door
Closer etc. melamine polish to all exposed surfaces etc complete as per detail drawing as specified & as directed
by Engineer - in - charge. Also, providing and fixing best quality superior Indian teak wood frame for doors
including all moulding, rebating, jointing, hold fasts of MS flats of minimum size 20 x 3 mm, having length of
225 mm for doors and finishing with 3 coats of Melamine polish as directed etc. complete.
Material: The teak wood beading for fixing around the flush door shall be of 12 mm thick and of the width
flush to the flush door.
Shutter: The solid core shutter shall be of the ply finish type of the exterior or interior grade as mentioned
in the item or drawing. It shall confirm to the relevant specifications for the type and grade given in IS
2202/1999. Specifications for wooden Flush Door Shutters (Phenol bonded). It shall be obtained from
manufacturers from the approved list. The finished thickness of the shutter shall be as mentioned in the
item. If decorative finish is specified from exterior or interior side or both sides the same shall be paid extra
under relevant item incorporated in the tender concealed lock rail of teak wood shall be provided in shutter.
Specific instructions be issued to the manufacturer while placing the order.
Frame: - Providing and fixing best quality superior Indian teak wood frame for doors including all
moulding, rebating, jointing, hold fasts of MS flats of minimum size 20 x 3 mm, having length of 225 mm
for doors and finishing with 3 coats of Melamine polish
Section VII. Works Requirements
88
Glass: - Glass Panel 6 mm thk, 12 mm thk moulding finished with 3 coats of melamine polish
Finishing: The Flush Door shall be finished with 1.5 mm thick Laminate on both faces as mentioned as
specified or as directed. The Frame Shall be finished with 3 coats of Melamine polish.
Item to Include: The item includes solid core shutter, Teak wood frame, all labour, materials and
equipment to provide and fix the solid core flush doors and frame as specified. The fixtures shall be
included in the item.
Mode of Measurement and Payment:
The Door shall be measured out to out dimension of frame in sqm. The dimensions shall be measured
correct upto 1 cm.
The contract rate shall be on square metre basis.
Providing and fixing door in position Partly Glazed Partly Solid door made up Phenol bonded of 35
mm thk approved flush door of approved size and 6 mm toughened glass approved beading, grooves,
approved moulding including necessary hardware, approved adhesive, fitting & fixture Handel,
Lock, Floor Spring etc. melamine polish to all exposed surfaces etc complete as per detail drawing as
specified & as directed by Engineer - in - charge.
General: Providing and fixing door in position Partly Glazed Partly Solid door made up Phenol bonded of
35 mm thk approved flush door of approved size and 6 mm toughened glass approved beading, grooves,
approved moulding including necessary hardware, approved adhesive, fitting & fixture Handel, Lock, Floor
Spring etc. melamine polish to all exposed surfaces etc complete as per detail drawing as specified & as
directed by Engineer - in - charge. Also, providing and fixing best quality superior Indian teak wood frame
for doors including all moulding, rebating, jointing, hold fasts of MS flats of minimum size 20 x 3 mm,
having length of 225 mm for doors and finishing with 3 coats of Melamine polish as directed etc. complete.
Material: The teak wood beading for fixing around the flush door shall be of 12 mm thick and of the width
flush to the flush door.
Shutter: The solid core shutter shall be of the ply finish type of the exterior or interior grade as mentioned in
the item or drawing. It shall confirm to the relevant specifications for the type and grade given in IS 2202/1999.
Specifications for wooden Flush Door Shutters (Phenol bonded). It shall be obtained from manufacturers from
the approved list. The finished thickness of the shutter shall be as mentioned in the item. If decorative finish is
specified from exterior or interior side or both sides the same shall be paid extra under relevant item
incorporated in the tender concealed lock rail of teak wood shall be provided in shutter. Specific instructions be
issued to the manufacturer while placing the order.
Frame: - Providing and fixing best quality superior Indian teak wood frame for doors including all moulding,
rebating, jointing, hold fasts of MS flats of minimum size 20 x 3 mm, having length of 225 mm for doors and
finishing with 3 coats of Melamine polish
Glass: - Glass Panel 12 mm thk toughened, 12 mm thk moulding finished with 3 coats of melamine polish
Finishing: The Flush Door shall be finished with 3 – 4 mm thick Veneer on both faces as mentioned as
specified or as directed. The Frame Shall be finished with 3 coats of Melamine polish.
Item to Include: The item includes solid core shutter, Teak wood frame, all labour, materials and equipment to
provide and fix the solid core flush doors and frame as specified. The fixtures shall be included in the item.
Mode of Measurement and Payment:
The Door shall be measured out to out dimension of frame in sqm. The dimensions shall be measured correct
upto 1 cm.
Section VII. Works Requirements
89
The contract rate shall be on square metre basis.
Providing and fixing anodised aluminum openable (top and side hung) windows & ventilators,
conforming to IS:1948-1991& 1949-1991 with windows frame made of standard Z sections with
minimum 4 mm. thick (as specified by the manufacturer) plain/frosted/white sheet glass as specified by
department, including aluminum stays, specially designed butt hinges(design to be got approved from
the Dept.) locking arrangement and other necessary fixtures and fastenings, including PVC lining for
water tightness, glass water fixing clips as approved by the Department etc. complete including
finishing, cleaning, polishing the aluminum frame with petrol and/or other agents as specified by the
manufacturer etc. complete (the rate shall be inclusive of Neoprene gasket and silicon sealant as
required)
a) Aluminium Section Used.
b) 6 mm Glass Section Used.
c) For 4 mm sheet tinted glass used
General: The item pertains to providing and fixing anodized aluminium openable type windows.
Material:
Aluminium Alloy Extruded Sections: Aluminium alloy used in the manufacture of extruded window
sections shall correspond to IS designation HE9-WP of IS:773 latest edition. Specification for wrought
aluminium and aluminium alloys, bars, rods and sections (for general engineering purpose). Hollow
aluminium alloy sections used shall conform to IS designation HE9-WP of IS:1285 latest edition.
Specification for wrought aluminium and aluminium alloys, extruded round tube and hollow sections(for
general engineering purpose).
Dimensions and weight per metre run of the extruded sections shall be as given in the standard or in the
description of the item.
Coupling Sections : Aluminium alloy coupling sections used shall conform to IS designation HV9-WP of
IS:1285 latest edition.
Glass Panes : Glass panes shall be 6 mm thick and weigh at least 12.5kg/m2 and shall be free from flaws,
specks, or bubbles.
Screws : Screw threads of machine screws used in the manufacture of aluminium doors, windows and
ventilators shall conform to the requirement of IS:1362 latest edition. Dimensions for screw threads for
general purposes (dia range 0.25 to 39 mm). Other threads shall be permissible if agreed to between the
purchaser and the vendor.
Fabrication & Fixing :
Frames : In the opening for the window aluminium rectangular tube frame with width equivalent with of
aluminium section and depth 40 mm shall be fixed. The frame shall have true right angle corners with
diagonals when checked shall be same. This frame shall be fixed in the opening for the windows firmly
using screws rawal plugs, with screws fixed not more than 300 mm apart.
Within this frame shall be fixed. It should be ensured that the corners are right angle.
The sliding shutters shall be fabricated cut of the sections of stipulated size. It should ensured that all the four
corners are at true right angle.
Section VII. Works Requirements
90
The frame shall be dismantled.
A rubber/PVC gasket of 5 mm with glass shall be fixed on all four sides of glazing. Such glass be fixed in the
sliding shutter frame using glass. The PVC rollers shall be fixed to the shutter for smooth sliding. Top track
members shall be removed four sliding shutters shall be placed one shutter in each track of top track and placed
over bottom track. After ascertaining in each track one shutter is placed top track shall be fixed again to top
frame with machine screws.
The loading arrangements as stipulated at end shutters and tracks shall be fixed along with sliding locks to the
each shutter. The arrangements handling sliding shutters as approved shall be fixed.
Item to Include : The item includes all labour, materials and equipments to provide and fix the fully glazed
anodised aluminium sliding type windows. It also includes, cleaning, polishing of the aluminium section and
fixing of approved fixtures such as handles & locking arrangement etc. The fixtures are included in the item.
Mode of Measurement and Payment :
a.
The aluminium sections used shall be measured in kg upto 1 gram. The rate for aluminium section shall
be per kg. The cleats for joining the member shall not be paid extra.
b.
The specified type of glass shall be measured in sqm upto 2 decimals. The rate for glass shall be per sqm.
FABICATION WORKS.
Providing and fixing rolling shutters of 18 gauge sheets conforming to IS:6248-1991 with hood, self
coiling type spring with guide channels & locking arrangements, all fixtures with one coat of steel primer
and two coats of aluminium paint etc. complete.
b) G.I. Sheet
General : The item pertains to providing and fixing rolling shutter.
Material :
a) M.S. Section : Hot rolled steel section for fabrication of steel windows, ventilators shall conform to IS:7452.
Shapes weights and designations of hot rolled sections shall be as per IS:7452. Appendix ‘D’ on page 15-117
indicates the purpose or the situation where the sections are normally used. Tolerance in thickness of the
sections shall be ± 0.2 mm. The steel windows, ventilators and composite units shall be got fabricated in
workshop approved by the Engineer in Charge.
b) G.I. Sheets : The G.I. sheets shall be got approved from the Engineer in Charge before fabrication of the
rolling shutter.
Construction :
1. Rolling shutters shall conform to IS: 6248. These shall include necessary locking arrangement and
handles etc. These shall be suitable for fixing in the position as specified i.e. outside or inside on or below
lintel or between jambs of the opening. The door shall be both push and pull type or operated with
mechanical device supplied by the firm. Shutters up to 10 sqm. shall be of push and pull type and shutters
with an area of over 10 sqm. shall generally be provided with reduction gear operated by mechanical device
with chain or handle, if bearings are specified for each of operation, these shall be paid for separately.
2. Shutter : The shutter shall be built up of interlocking lath section formed cold rolled steel strips. The
thickness of the sheets from which the lath sections have been rolled shall be not less than 18 gauge for the
shutter up to 3.5 m width and not less than 16 gauge for shutters above 3.5 m width. Shutters above 9 m. in
width should be divided in 2 parts with provision of one middle fixed or movable guide channel or
supported from the backside to resist wind pressure. The lath section shall be rolled so as to have
interlocking curls at both edges and a deep corrugation at the centre with abridge depth of not less than 12
mm to provide sufficient curtain of stiffness for resisting manual pressures and normal wind pressure. Each
lath section shall be continuous single piece without any welded joint. When interlocked, the lath sections
Section VII. Works Requirements
91
shall have a distance of 75 mm centre to centre. Each alternate lath section shall be fitted with malleable
cast iron or mild steel clips securely riveted at either ends, thus locking the lath section at both ends and
preventing lateral movement of the individual lath sections. The clips shall be so designed as to the fit the
contour of the lath sections.
3. Spring : The spring shall be of coiled type. The spring shall be manufactured from high tensile spring
steel wire or strips of adequate strength conforming to IS:4454 (Part-I).
4. Roller and Brackets : The suspension shaft of the roller shall be made of steel pipe, heavy duty
conforming to IS:1161. For shutter up to 6 metre, steel pipes of 50 mm nominal bore shall be used. The
shaft shall be supported on mild steel brackets of size 375 x 375 x 3.15 mm for shutters up to a clear height
of 3.5 metre. The size of mild steel brackets shall be 500 x 500 x 10 mm for shutters of clear height above
3.5 m and up to 6.5 m. The suspension shaft clamped to the brackets shall be fitted with rotating cast iron
pulleys to which the shutter is attached. The pulleys and pipe shaft shall be connected by means of
pretensioned helical springs to counter balance the weight of the shutter and to keep the shutter in
equilibrium in any partly open position.
5. When the width of the opening is greater than 3.5 m. the cast iron pulleys shall be interconnected with a
cage formed out of mild steel flats of at least 32 x 6 mm and mild steel dummy rings made of similar flats
to distribute the torque uniformly. Self aligning two row ball bearing with special cast iron casings shall be
provided at the extreme pulley and caging rings shall have a minimum spacing of 15 mm and at least 4
number flats running throughout length of roller shall be provided.
6. In case of shutters of large opening with mechanical device for opening the shutter the roller shall be fitted
with a trunion wheel at one end which in contact with a worm fitted to the bracket plate, caging and pulley with
two ball bearing shall be provided.
7. The width of guide channel shall be 25mm the minimum depth of guide channels shall be as follows :
Clear Width of Shutters
Upto 3.5 m
3.5 m Upto 8 m
8 m and above
Depth of Guide Channel
Upto 65 mm
Upto 75 mm
Upto 100 mm
8. The gap between the two legs of the guide channels shall be sufficient to allow the free movement of the
shutter and at the same time close enough to prevent rattling of the shutter due to wind.
9. Each guide channel shall be provided with a minimum of three fixing cleats or supports for attachment to the
walls or column by means of bolts or screws. The spacing of cleats shall not exceed 0.75 m. Alternatively, the
guide channels may also be provided with suitable dowels, hooks or pins for embedding in the walls.
10. The guide channels shall be attached to the jambs, plumb and true either in the overlapping fashion or
embedded in grooves, depending on the method of fixing.
11. Cover : Top cover shall be mild steel sheets not less than 18 gauge and stiffened with angle or flat stiffeners
at top and bottom edges to retain shape.
12. Lock plates with sliding bolts, handles and anchoring rods shall
be as per IS:6248.
Fixing :
1. The arrangement for fixing in different situations in the opening shall be as per IS:6248.
2. Brackets shall be fixed on the lintel or under the lintel as specified with rawal plug, and screws bolts etc. The
shaft along with the spring shall then be fixed on the brackets.
Section VII. Works Requirements
92
3. The lath portion (shutter) shall be laid on ground and the side guide channels shall be bound with rope
etc. The shutter shall then be placed in position and top fixed with pipe shaft with bolts and nuts. The side
guide channels and cover frames shall then be fixed to the walls through the plate welded to the guides.
These plates and bracket shall be fixed by means of steel screws bolts, and rawal plugs concealed in plaster
to make their location invisible. Fixing shall be done accurately in workmen like manner that the operation
of the shutter is easy and smooth.
Item to Include : The item includes all labour, materials and equipments to provide and fix the Rolling
shutter. It also includes, cleaning, painting with 2 coats of aluminium paint & synthetic enamel paint with
one coat of steel primer and fixing of approved fixtures. The fixtures are included in the item.
Mode of Measurement and Payment : Clear width and clear height of the opening as specified in the
drawings for rolling shutter shall be measured correct. The clear distance between the two jambs of the
opening shall be clear width and the clear distance between the sill and the soffit (bottom of lintel) of the
opening shall be the clear height. The clear opening of rolling shutter (as specified in the drawing) shall be
measured in sqm. (i.e. W m X h m).
PLUMBING WORKS
Providing and fixing European type commode conforming to IS:2556 (Part-II) latest edition with
PVC Double seal cover commode or equivalent including outlet, inter connections through walls,
including all fittings etc. complete
b) In Approved Colour
General : The item pertains to providing and fixing the European type white glazed earthenware commode
of white or of approved colour as specified with all necessary pipe connections up to the soil and vent pipes
fixed on the outside of the wall.
Materials :
Commode : The European type water-closet pan (commode) shall conform to IS:2556 with ‘S’ trap. The
water-closet pan shall be of the best Indian make available in the market unless one of a particular make
and quality and shall be white or of specified colour as specified in the item. This colour and the make of
the commode shall be got approved by the Engineer-in-charge.
Plastic Seat & Covers : The seat and cover shall be of thermosetting or thermoplastic conforming to
IS:2548 as specified. Unless and otherwise specified these shall be of closed pattern. Thermosetting plastic
used shall conform to grade 2 or 3 of IS:1300 when it is phenolic or IS:3389 when of urea formaldehyde.
Thermo plastic materials used may be of Polystyrene conforming to type 2 or 3 or IS:2267 or of
polypropylene, appendix A of IS:2548. In public buildings where rough and heavy use of seats and covers
are common, plastic seats shall be flat with solid moulding.
The hinging device shall be bronze or brass with nickel chromium plating confirming to IS:2548 and the seat
shall have not less than three rubber or plastic buffers unless otherwise specified. The cover shall be fitted with
the same number of buffers as provided for the seat. Seats shall have a smooth finish and shall be non
absorptive and free from cracks and crevices. They shall be capable of being easily cleaned and shall not be
adversely affected by common solvents or household cleanser.
Strength : The seats shall withstand without permanent distortions of the seat or hinge fittings as prescribed in
IS:2548.
Section VII. Works Requirements
93
Fixing : The European types water –closet pan and shall be fixed into the places indicated on the drawings or as
directed. The vent and soil pipes shall run through the holes left in the floor and walls and the walls and floor
made good. If holes are not left in the floor and wall, they shall be cut and the cavity surrounding the pipes
made good properly after fixing the pipes.
The pan shall be fixed into position in 1:1 cement mortar with the connecting ‘S’ trap and pipes duly
concealed including the lead PVC pipe from flushing cistern. All other fittings including the flushing cistern
pipes etc., and the tests shall be carried out for leakages.
The seat and lid shall then be fixed to pan with chromium-plated hinges.
Item to Include : The item includes providing European type water closet (commode) pan ‘S’ trap, seat and lid
cover, cast iron pipes, fitting and stop tap, lead pipe with nuts, fixing the pan and making good after fixing of
pipes, testing the installation to give satisfactory results including all necessary labour, materials and use of
tools etc. complete.
Mode of Measurement of Payment : The measurement shall be number of European type WC (commodes)
provided and fixed with accessories and the contract rate shall be per number of European type water–closet
(commode) of specified colour.
Providing and fixing white glazed porcelain ware wash hand basin, conforming to IS:2556 (Part IV) 1994
with nickel / chrome plated fittings inlet and outlet connection, nickel plated pillar cock, down take GI
pipes with C. P. bottle trap (with concealed nut bolt) cutting out in for below CI brackets etc. complete.
b) Flat back washbasin size 550 x 400 mm with 15 mm CP brass pillar tap - 1 No.
General : The item pertains to providing and fixing coloured wash hand basin of the specified size
including all necessary fixtures and pipe connections up to the outside face of the wall and outlet waste
pipe upto nearest nahani trap.
Material : The wash hand basin shall conform to IS:771. The brackets shall conform to IS:775. Brass
waste shall be 32mm and of standard pattern with standard pattern plug and brass chains. The lead PVC
and galvanised pipes shall conform to IS:404 and IS:1239. The 15 mm CP brass pillar taps shall conform to
IS:1795 & stop cock for inlet.
Fixing : The basin shall be fixed at the location and level as per the drawings or as directed. The basin shall
be supported on a pair of steel or cast iron cantilever brackets securely embedded in wall or fixed to wall
with wooden cleats and screws. The height of the top of the basin from the floor shall be 75 cm or as
directed. The waste pipe shall run through the wall. If holes are not left in the wall, they shall be cut and the
cavity surrounding the pipes made good after fixing of the pipe. All the pipe connections shall be made as
shown on the drawings or as directed. Brass stop tap shall be fixed on the supply pipe. The pipe
connections shall conform to IS:1742. The lead waste pipe shall be provided with a trap. All the exposed
pipes and brackets shall be painted with one coat of red lead and two coats of good oil paints of approved
shade.
Section VII. Works Requirements
94
Item to Include : The item includes providing of Basin of specified size and type, pillar taps brass stop tap,
plug with chain, brackets, pipes, chromium bottle plated trap, painting, fixing of brackets, basin taps, plugs,
lead PVC and galvanised pipes up to the outside face of the wall and painting pipes, cutting and waste,
making good damages, etc. including all necessary labour, materials and use of tools.
Mode of Measurement and Payment : The measurement shall be number of wash hand basins of
specified size and type provided and fixed with all accessories as per specifications. The contract rate shall
be per number of wash hand basin of specified size and type provided and fixed.
Providing and fixing stainless steel sink of ISI or Salem mark with waste coupling downtake 40 mm
GI B Class pipe of required length or up to nahani trap etc. complete.
a) 610mm x 510mm
The work shall be carried out as per the item wording and as per directions of Engineer in charge.
Item to Include : The item includes providing and fixing stainless steel sink of ISI or Salem mark with waste
coupling downtake 40 mm GI B Class pipe of required length or up to nahani trap etc. complete.
Mode of Measurement and Payment : The stainless steel sink fixed shall be measured in nos. The contract
rate shall include the cost of all the materials and labour involved in all the operations described above and shall
be per no.
Providing and fixing in position CI Nahani trap including CI grating, fixing in cement concrete M-15 etc.
complete.
b) 100 mm size
General: The item pertains to providing and fixing cast iron nahani trap of specified size for sinks and baths,
urinals etc. including the cast iron grating, bends and cast iron pipe.
Material: The cast iron nahani trap, bend and pipe grating of specified size shall be used of the best available in
the market and approved by the Engineer-in-charge. The diameter of the cast iron nahani trap shall be as
specified in the item, which shall be the inside diameter of the bore of the pipes.
Fixing: The cast iron nahani trap with the bend and pipe piece shall be fixed in position as per the drawings or
as directed. The joints shall be packed with wetted spun yarn in cement slurry sealed with 1:1 cement mortar.
This shall conform to IS:1942. The joint with pipe/special within wall width shall be avoided.
Item to Include: The item includes all labour, material (CI Nahani trap, pipes and fittings), tools and
equipments, cutting of holes / excavation and making good the cut holes etc. to complete the item satisfactorily.
Mode of Measurement and Payment: The contract rate shall be for one number of Nahani trap fixed
including all fitting. Cutting and waste will not be paid for separately.
Providing and fixing inset type porcelain soap dish with all types of fixtures including labour charges
including transport charges etc. complete.
General : The item covers providing and fixing inset type porcelain soap dish.
Section VII. Works Requirements
95
Material : The soap dish shall be of the manufactured of dense porcelain without any crack, flow/fault,
strong, and resistant wear. It shall be of approved make size and colour. Unless ordered the colour of the
soap dish shall be matching to the colour of tiles fixed for dado.
Fixing : The soap dish shall be fixed at 450 mm to 600 mm above floor as approved by the Engineer-incharge. The item includes 20 mm C.M. 1:3 plaster and neat cement paste as bedding to fix the soap dish.
The joints between files and soap dish shall be neatly finished as per tiles fixed for dado. The location of
soap dish fixing shall be approved by the Engineer-in-charge.
Item to Include : Item includes providing soap dish, C.M. 1:3 plaster, cement paste, labour etc.
Mode of Measurement & payment : The measurement shall be number of soap dish fix. The contract rate
shall be per no of soap dish fixed.
Providing and fixing 15 mm dia 2 Way BIB cock long body with flange P.V.C polymer scratch
resistance, anti - static with guarantee against any manufacturing defect including socket, union nuts
etc. complete.As per direction of Engineer – in - Charge.
The work shall be executed as per item wordings & as per the directions of Engineerin- charge. The work
shall be carried out as per the specifications. The materials used for the work shall conform to the relevant
IS Specifications and as per approved make.
Mode of Measurement and Payment : The measurement shall be on per No. basis. The contract rate shall
be on per No of 15 mm diameter 2 Way Bib cock provided & fixed as specified.
Providing and fixing Jet Spray with flange P.V.C polymer scratch resistance, anti - static with
guarantee against any manufacturing defect including socket, union nuts etc. complete.As per
direction of Engineer - in - Charge. (Allied Range Jaquor Make)
The work shall be executed as per item wordings & as per the directions of Engineerin- charge. The work shall
be carried out as per the specifications. The materials used for the work shall conform to the relevant IS
Specifications and as per approved make.
Mode of Measurement and Payment : The measurement shall be on per No. basis. The contract rate shall be
on per No for Jet Spray provided & fixed as specified.
Providing and fixing Flush Valve of approved quality etc complete. As per direction of Engineer - in Charge.
The work shall be executed as per item wordings & as per the directions of Engineerin- charge. The work shall
be carried out as per the specifications. The materials used for the work shall conform to the relevant IS
Specifications and as per approved make.
Mode of Measurement and Payment : The measurement shall be on per No. basis. The contract rate shall be
on per No for Flush Valve provided & fixed as specified.
Providing and fixing 15 mm dia Piller cock P.V.C polymer scratch resistance, antistatic with guarantee
against any manufacturing defect including socket, union nuts etc. complete. As per direction of Engineer
- in - Charge. (Kubix Jaquor Make)
The work shall be executed as per item wordings & as per the directions of Engineerin- charge. The work shall
be carried out as per the specifications. The materials used for the work shall conform to the relevant IS
Specifications and as per approved make.
Section VII. Works Requirements
96
Mode of Measurement and Payment : The measurement shall be on per No. basis. The contract rate shall be
on per No of 15 mm diameter Piller Cock provided & fixed as specified.
Providing and Fixing of Mirrors in Toilets of approved Indian quality, copper plated with 10 mm thick
plywood backing in the masonry etc. complete.As per direction of Engineer - in - Charge.
The work shall be executed as per item wordings & as per the directions of Engineerin- charge. The work shall
be carried out as per the specifications. The materials used for the work shall conform to the relevant IS
Specifications and as per approved make.
Mode of Measurement and Payment: The measurement shall be on per Sqm. basis. The contract rate shall be
on Sqm for Mirror in Toilet provided & fixed as specified.
Providing and Fixing of Hand Dryer in toilet of approved Indian quality etc. complete.As per direction of
Engineer - in - Charge.
The work shall be executed as per item wordings & as per the directions of Engineerin- charge. The work shall
be carried out as per the specifications. The materials used for the work shall conform to the relevant IS
Specifications and as per approved make.
Mode of Measurement and Payment : The measurement shall be on per No. basis. The contract rate shall
be on No for Hand Dryer in Toilet provided & fixed as specified.
Providing and fixing Stainless steel Toilet Paper Holder with 20 mm diameter pipe in bathrooms and
wherever necessary manufactured as per best engineering practice or as per I.S. wherever applicable
with necessary materials and labour cost etc. complete. As per direction of Engineer - in - Charge.
(Jaquor Make)
General : The item pertains to providing and fixing stainless steel toilet paper holder of 20 mm diameter of
specified size in bathrooms.
Material : The stainless steel material shall be used for manufacturing paper rod.
Stainless Steel Fittings : These shall be stainless steel conforming to SS 316. These shall be manufactured
from hot rolled stainless steel tubes and plates. These shall be well made and free from flaws and defects of
all kinds.
Screw Holes : The screw holes shall be suitable for counter sunk head wood screws, and of specified sizes.
The size of the holes shall be such that when it is counter sunk it shall be able to accommodate the full
depth of counter sunk head of wood screw specified. The paper rod to be actually provided in a particular
work shall however, be decided by the Engineer-in-Charge. Screws used for fittings shall be of the same
metal, and finish as the fittings. However, chromium plated brass screws or stainless steel screws shall be
used for fixing fittings. These shall be of the size as indicated in respective figures. The paper rod of
specified size and design, manufactured as per best engineering practice and as approved by the Engineerin-charge shall be used. The sample, approved shall be kept in the office of the Engineer-in-charge for
verification.
Fixing : The paper rod shall be fixed at the position and level from the floor as shown in the drawing or as
directed. The holes in the walls shall be drilled by the drilling machine. The screws shall be fixed in the
holes by inserting the rawal plugs of appropriate size. On fixing of the paper rod, the damages if any caused
to walls shall be made good by the contractor at his cost.
Item to Include : The item includes all labour, material, tools and equipment for providing and fixing the
paper rod of specified size and material.
Section VII. Works Requirements
97
Mode of Measurement and Payment : The measurement shall be per number of the paper rod provided
and fixed and the contract rate shall be per number of specified size and material.
Urinal (Flat Back) : Providing & fixing flat back urinal of size 440x265x315mm of approved quality
make & colour conforming to relevant IS latest revision, including outlet & inlet connections, flush walls
all necessary fitting, fixtures etc
General : The item pertains to the provision and fixing of white porcelain lined urinal pot, and spreader
arrangement as mentioned in the item including all fitting and down take pipe connection.
Materials : Lipped Urinal Pot: Urinal basins shall be of flat back or corner wall type lipped in front. These shall
be of white vitreous china conforming to IS:2556 (Part VI) Sec. The urinals shall of one piece construction.
Each urinal shall be provided with not less than two fixing holes of minimum dia 6.5mm on each side. Each
urinal shall have an integral flushing rim of suitable type and inlet or supply horn for connecting the flush pipe.
The flushing rim and inlet shall be of the selfdraining type. It shall have a weep hole at the flushing inlet of the
urinals. At the bottom of the urinals an outlet horn for connecting to an outlet pipe shall be provided. The
exterior of the outlet horn shall not be glazed and the surface shall be provided with groves at right angles to the
axis of the outlet to facilitate fixing to the outlet pipe. The inside surface of the urinal shall be uniform and
smooth throughout to ensure efficient flushing. The bottom of pan shall have sufficient slope form the front
towards the outlet such that there is efficient draining. The following tolerances may be allowed on the
dimensions:
a) On dimension 50mm and over + 5 percent
b) On dimension less than 50mm + 2 mm
c) On all angles + 3 degree
Fixing : Lipped urinal (Single or range) installation shall consist of an automatic flushing cistern, GI flush and
waste pipe. The capacity of flushing cistern and relevant sizes of flush pipe for urinals in a range shall be as per
drawing or as directed. Flushing cistern shall be paid separately under relevant items. Waste pipe shall be of 32
mm nominal bore GI pipe and shall be paid separately. Urinals shall be fixed in position by using wooden plugs
and screws. It shall be at a height of 65 cm from the standing level to the top of the lip of the urinal, unless
otherwise directed by the Engineer-in-Charge. The size of wooden plugs shall be 50 mm x 50 mm at base
tapering to 38 mm x 38 mm at top and of length of 5.0 cms. These shall be fixed in the wall in cement mortar
1:3 (1 cement : 3 fine sand). After the plug fixed in the wall, the mortar shall be cured till it is set. Each urinal
shall be connected to 32 mm dia waste pipe which shall discharge into the channel or a floor trap. The
connection between the urinal and flush or waste pipe shall be made by means of putty or white lead mixed with
chopped hemp.
Item to Include : The item includes providing the lipped urinals of specified size with all accessories, fixing
and jointing all inlets and outlets, with all labour and use of tools etc. complete.
Mode of Measurement and Payment : Urinals provided and fixed shall be measured in numbers.
The contract rate shall include the cost of all the materials and labour involved in all the operations described
above and shall be per number.
CARPENTARY WORKS
GENERAL SPECIFICATION FOR INTERIOR WORKS
The detailed specifications given herein after are for the items of works described in the schedule of
quantities attached herein, and shall be guidance for proper execution of work to the required standards. It
may also be noted that the specifications are of generalized nature and these shall be read in conjunction
with the description of item in schedule of quantities and drawings. The work also includes all minor
details of construction which are obviously and fairly intended and which may not have been referred to in
Section VII. Works Requirements
98
these documents but are essential for the entire completion in accordance with standard Engineering
practice.
Unless specifically other wise mentioned, all the applicable codes and standards published by the Bureau of
Indian Standards latest revision and all other standards which may be published by them before the date of
receipt of tenders, shall govern in all respects of design, workmanship, quality and properties of materials
and methods of testing, method of measurements etc. In case there in no I.S.I. (B.I.S) specification for the
particular work, such work shall be carried out in accordance with instructions in all respects, and
requirements of the MSRLM /Consultant.
The contractor shall take instructions from the MSRLM/Consultant regarding collection and stacking of
materials. No building materials shall be stacked on areas where other buildings, roads, services, compound
walls etc. are to be constructed.
The contractor shall maintain in perfect condition all works executed till the completion of the entire work
allotted to him. Where phased delivery is contemplated, this provision shall apply to each phase.
The contractor shall clear the site thoroughly of all scaffolding materials and rubbish, etc. left out of this
work to the satisfaction of the MSRLM/Consultant before the work is considered as complete.
In case any difference or discrepancy between the specifications / drawings and the description in the schedule
of quantities, the schedule of quantities shall take precedence. In case of any difference or discrepancy between
specifications and drawing, the specifications shall take precedence.
Site books / Reports
For the purpose of quick communication between the Consultant/ MSRLM and the Contractor or his Agent or
representative, Site Instruction Books shall be maintained at Site in the manner as described below:
Any communication, relating to the works, may be conveyed through records in the Site Instruction Books.
Such communication from the consultant/MSRLM to the contractor shall be deemed to have been adequately
served in terms of the contract. Each Site Instruction Book shall have machine-numbered pages in triplicate
and shall be carefully maintained and preserved by the Contractor. Any instruction or other orders which the
consultant/MSRLM may like to issue to the Contractor may be recorded by him in the Site Instruction book
and one copy thereof issued to the Contractor.
Furnishing of Reports, Statements, returns, etc., by Contractor
All reports, statements, returns, diagrams, or drawings, etc., which the Contractor is required to submit during
the progress of the works to the Consultant/MSRLM shall unless otherwise directed, to be furnished in triplicate
and at expense of the Contractor.
Contractor to Verify Site Measurements
The Contractor shall check and verify all Site levels and measurements whenever requested by other specialized
Contractors to enable them to prepare their own shop drawings and pass on the information with sufficient
promptness, this will not in any way delay the works. A copy of all such information passed on shall be given
to the Consultant/MSRLM.
Section VII. Works Requirements
99
Materials & Samples
1.
Materials to be New
The whole of the materials / fittings / equipments employed in connection with the permanent work shall be
new and of the best quality and description of their respective kinds and shall conform to the relevant Code
(latest applicable standard) and to the approval of the consultant/MSRLM. The Contractor shall be
responsible to ensure that the material used is suited to the specific conditions including the climatic and
environmental conditions prevailing at the site.
1.
All proprietary material shall be of approved make and the type as stipulated. A list of
approved makes are given at the end of this document. It will be deemed that the Contractor
has priced the respective items on the basis of those approved makes. However, it shall be the
prerogative of the client to choose any particular make among the list as the most appropriate
one and the Contractor shall be bound to provide the same without any variation in the contract
rate.
2.
Approval of Manufacturers
Sufficiently before ordering materials of any description, the Contractor shall submit samples
to the Consultant/MSRLM along with the names of the manufacturers and / or supplier
proposed and shall obtain approval thereof in writing from the Consultant/MSRLM well in
advance of commencement of work & procurement of materials at site for use.
3.
Copies of orders
The contractor shall supply to the Consultant/MSRLM in triplicate copies of all orders placed
by him for the supply of materials or any item of permanent work or materials for the
fabrication thereof. The specialist sub – contractors, also shall supply, through the Contractor,
three copies of all orders they may place for items of work or materials for fabricating any
article or thing for which they have been sub-contracted.
4.
Samples of materials and work
A) Irrespective of the fact that some specific make or type of material has been stipulated. No material shall
be supplied or used on permanent works until the samples of the same are prepared / submitted and have
been approved in writing by the Architect/MSRLM.
B) In addition to special provision made hereinafter as to sampling and testing of materials by particular
methods, samples of all materials and work proposed to be employed in the execution of the work may be
called for at any time by the Consultant/MSRLM and shall be submitted to the Consultant /MSRLM for
approval without delay by the Contractor. The Contractor shall arrange for the carriage of the same to
enable the tests and analysis thereof to be made.
C) Samples of materials of all trades / disciplines supplied shall be such as to have a clear idea of the general
type and characteristics of the whole of the materials to be used in the work. No plea regarding samples
Section VII. Works Requirements
100
supplied being not representative of the whole of the material will be acceptable. In case it is not practical to
bring or make the sample at the site office, the Contractor shall arrange for inspection at the Sub-Contractor’s /
Supplier’s shop or works at his own cost. In the event of the Contractor not submitting for the approval of the
Consultant/MSRLM samples of materials of satisfactory quality and workmanship, the Consultant /MSRLM
shall have the power to specify any particular manufacturer or merchant for the supply of such materials and the
Contractor shall, without extra charge, obtain such materials from the said manufacturer or merchant. Before
submitting samples for approval to the Consultant /MSRLM the Contractor shall satisfy himself that it is in
accordance with the requirement of the contract. The samples shall also be submitted sufficiently early for all
procedures to be duly completed including rejection and re-submissions if required, so that the approved
programme o construction is not adversely affected in any way.
D) Samples, when approved, will be retained by the Consultant/MSRLM at site office until the completion of
the project and for this purpose suitable labeled boxes for storage of samples shall be provided by the
Contractor.
E) The Consultant /MSRLM shall be at the liberty to reject all materials and workmanship at any stages, which
are not at least equal in quality and character to such approved samples.
F) The Contractor shall when required by the Consultant/MSRLM furnish all information as to quality, weight,
constituent substances, dimensions, levels, strength and description of the materials, test results, full and
accurate records of the dimensions and positions of all new work and any other information necessary, and
works and give the Consultant/MSRLM such other particulars as may be required promptly.
Inspection and Testing of Materials
The Consultant/MSRLM shall be kept informed as to the progress of all works being carried out or materials
being manufactured, prepared or supplied so that he may be able to make such arrangements for inspection,
testing and analysis as he may desire. Wherever considered desirable by the Consultant, representative will
be sent to the Contractor’s, Sub-Contractor’s and / or manufacturer’s premises to test the materials or
inspect their manufacture. The Contractor shall attend to the Consultant or his representative during such
inspection to be carried out satisfactorily. Should the Consultant decide not to send a representative to the
said premises, the Contractor shall obtain from the Manufacturer’s certificate of test, proof sheets, mill
sheets, showing that the materials have been tested satisfactorily in accordance with the requirements of the
specification relating thereto, but neither omission of the Consultant/MSRLM to send an Inspector nor the
production of manufacturer’s certificates of test shall affect the liberty of the Consultant /MSRLM to reject
after delivery of any material found not to be suitable or not in accordance with the specifications.
The Contractor shall provide means of identification of the materials delivered at the site with the
corresponding certificate of test and manufacturing batch numbers.
As soon as the materials are delivered at the site the Consultant/MSRLM shall be informed.
Notwithstanding any test that the Consultant/MSRLM may direct to be carried out at the Contractor’s, SubContractor’s and / or Manufacturer’s premises the Consultant/MSRLM shall be at liberty to carry out any
further test he may desire after delivery of materials at the site and may reject any or all materials which
Section VII. Works Requirements
101
fail to comply with the approved sample or the required specification. Only after the approval of the
materials delivered at the site the same shall be used at the works and such approval shall not relieve the
contractor from fulfilling the obligations under the contract.
The Contractor shall prepare and provide such and so many test pieces of the various materials as the
Consultant/MSRLM may, from time to time, direct or as may be specified and the Contractor shall analyze,
test and weigh all materials in such manner and at such time or times and in such place or places as may be
specified or directed by the Consultant/MSRLM.
Materials shall be packed, transported, handled and stored on the site carefully and in a satisfactory manner
so as to prevent any damage and / or deterioration of any kind either during transit or storage. Certain
perishable materials like cement, lime, fittings, doors, windows, glass, etc. are stored in covered go downs
to save them from sun, rain etc.
Rejected Materials
Should the Consultant/MSRLM at any time condemn any material or goods intended for use in the works as: a)
Being inferior to samples previously approved.
OR
b) Having deteriorated in transit or on storage or on the site so as to be no longer fit for
incorporation in the permanent works.
OR
c)
Not complying with the specification.
The Contractor shall promptly remove all such material from the vicinity of the works to the
satisfaction of the consultant and confirm in writing immediately after removal.
Should the Consultant /MSRLM discover on the works any material other than those approved,
he may order their immediate removal from the site and the Contractor shall forthwith remove
the unapproved materials from site within 48 hours. Any work executed with inferior material is
to be taken out and reinstated with approved material at the Contractor’s expenses and within
the contracted time period.
List of Proprietary Materials
The Contractor shall submit a comprehensive list of all proprietary articles and materials used in the works
containing catalogue reference numbers, colour shades, etc., and the manufacturer’s and or supplier’s names,
addresses and where appropriate, suppliers names and addresses including a price list CIF to the site of works.
This list is approved format shall be complete in all respects and shall be submitted together with the ‘As –
Built’ drawings and operation and maintenance manuals.
Failure to submit the above list will defer issue of the ‘Completion Certificate’.
Section VII. Works Requirements
102
Contractor to satisfy himself regarding all requirements
The Contractor shall satisfy himself as to the full extent and character of the work’s supply and conditions
affecting labor, materials and plant, requirements of the Employer’s safety and Health Regulations and all
local conditions and restrictions affecting the works and provide for the same
The responsibility for carrying out the works and the methods to be adopted under this Contract shall rest
solely with the Contractor subject always to the approval by the Consultant/MSRLM of the Contractor’s
proposals. Such approvals shall not, however, relieve the Contractor in any way of his responsibility for the
proper execution of works in accordance with the Contract.
Record Drawings
The Consultant/MSRLM will issue two sets of the drawings / site instructions with sketches to the
Contractor for the items for which some changes have been made from the approved drawings. The
Contractor will mark the changes in the main original drawings issued for the purpose earlier and keep
record of all such changes including the changes in levels and dimensions as required at site and issued by
written instructions of the consultant and shall keep the site drawings fully updated. Finally these drawings
with all revision shall be maintained as record drawings at site and all such revisions / corrections shall be
reflected / incorporated in the As-built Drawings to be submitted by the Contractor as stated hereinafter and
return these copies to the Consultant for his approval. In case any revision is required or the corrections are
not properly marked, the Consultant/MSRLM may point out the discrepancies to the Contractor.
As-built Drawings and Completion Photographs
Two copies shall be submitted of the corrected As-Built drawings to the Consultant / MSRLM for his
approval.
The Consultant/MSRLM shall return one copy of the same, duly approved, if found satisfactory or advise
the Contractor on the changes required of discrepancies, if any. The Contractor shall resubmit the three
copies after incorporating all the corrections / changes etc. as required.
On receipt of the approved copy of these drawings the Contractor shall submit to the consultant/MSRLM six
print copies of the same along with one reproducible copy and as directed by the consultant/MSRLM for
onward submission to the employer, unless otherwise stated.
Before the works (or any section thereof) are completed in accordance with relevant provision of General
Conditions of Contract and before submission of the Last / Final Bill, whichever is earlier, the Contractor shall
furnish to the Consultant/MSRLM, “As-Built Drawings” or the works as completed, in sufficient details, which
in the opinion of the consultant/MSRLM will enable the employer to maintain, dismantle, reassemble and adjust
all parts of the works.
The Contractors and his specialized sub-contractors shall submit “As-Built Drawings” for the whole of the
works including Electrical and data cabling works and all other services if any, fabrication, installation
equipment, and their layouts, distribution system and all other relevant information as required for approval of
the Consultant/MSRLM.
Section VII. Works Requirements
103
On completion, Contractor will engage a professional photographer to take external and 10 internal views of the
buildings. 3 copies each of enlarge A4 size of these photographs will be submitted to the client and one set
including the negatives to the Consultant/MSRLM.
Care of Works and Properties
The Contractor shall so conduct his operations as not to damage, close or obstruct any utility, highway, road or
other property until permits thereof have been obtained. If facilities are closed, obstructed, damaged or rendered
unsafe by Contractor’s operations, the Contractor shall, at his own cost, make such repairs and provide such
temporary guards, lights and other signals as necessary or required for safety and as will be acceptable to the
Consultant/MSRLM and / or the owner of the utility, highway, road or other property.
First Aid Service
The Contractor shall make his own arrangements for treatment of accident / casualties on the site in such
first-aid units as may be thought necessary. The whole of the arrangements for the First Aid Service shall
comply with local Health Authority Regulations and shall at all times be subject to the approval of the
Consultant and the Contractor shall carry out any instruction given by the Consultant/MSRLM in this
respect.
Progress Photograph
The Contractor shall arrange to take Progress Photograph fortnightly. The number and positions from
which the photographs are to be taken shall be directed by the Consultant/MSRLM.
Facilities, Attendance etc. On Nominated Sub-Contractors
The Contractor shall allow for the provision of facilities, attendance etc. for the nominated sub-contractors.
These facilities, attendance etc. shall include: i)
Storage facilities for plant, tools and equipment and products and materials;
ii)
The use of sanitary accommodation, medical and welfare facilities;
iii)
Facilities as described in Clauses keeping site clean, providing drinking and
construction water and proper lighting at work site, access, scaffolding hoist
etc., hereof;
iv)
Watching and lighting and protection of their work as necessary.
Dispatch of Material
Materials shall not be dispatched from the Manufacturer’s workshop or to the site without authority from
the Consultant/MSRLM. The Consultant/MSRLM shall be informed prior to dispatching the materials.
Section VII. Works Requirements
104
TECHNICAL SPECIFICATIONS FOR INTERIOR WORKS
1 General: This specification is for work to be done, item to be supplied & materials to be used in the works as
shown & defined on the drawings & described herein, all under the supervision & to the satisfaction of the
Engineer-in-charge.
1.1 The workmanship is to be the best available & of a high standard, use must be made of a special trades man
in all aspects of the work & allowance must be made in the rates for doing so.
1.2 The materials & items to be provided by the contractor shall be approved by Engineer-in-charge in
accordance with any samples which will be submitted for approval by Contractor & generally in accordance
with the Specifications. Also if
products are specified in the Specification and/or Bill of quantities with brand, trade Name or catlogue
reference, the Contractor will be required to obtain the approval of the Engineer-in-charge before using
alternative brands. The Contractor
shall produce all invoices, vouchers or receipts for any material if called upon to do so by Engineer-in-charge.
1.3 Samples of all materials are to be submitted to Engineer-incharge for approval before the Contractor orders
or delivers the materials at site. Samples together with their packings are to be provided free of charge by the
contractor & should any materials be rejected, they will be removed from the site at the Contractor's expense. all
samples will be retained by the Engineer-in-charge for comparison with materials which will be delivered at the
site. Also, the Contractor will be required to submit specimen finishes of colours, fabrics etc for the approval of
the Engineer-in-charge before proceeding with the work.
1.4 The contractor shall be responsible for providing & maintaining & boxing required for the protection of
dresses or finished work if left unprotected. He is also to clean out all shelvings, out ends & other waste from all
parts of the works before in-fillings are done.
1.5 Templates, boxes & moulds should be accurately set out & rigidly constructed so as to remain accurate
during the time they are in use.
1.6 All unexposed surface of timber e.g. false ceilings, backing fillets, backs of door frames, cupboard framing,
grounds etc. are to be treated with two coats of approved timber preservative before fixing or converging.
1.7 Only first class workmanship will be accepted. Contractor shall maintain uniform quality & consistency
in workmanship throughout.
2 Joinery:
2.1 Joinery is to be prepared immediately after the placing of the contract,framed up, bonded & wedged up.
Any portions that are wrapped or found with other defects are to be replaced before wedging up. The whole
of the work is to be framed & finished in a workman like manner in accordance with the detailed
drawings wrought & wherever required, fitted with all necessary metal ties, straps, belts, screws, glue etc.
Running beaded joints are to be cross tongued with teak tongues wherever 1(1/2) thick double cross
tongued. Joiners work generally to be finished with fine sand/glass paper.
Section VII. Works Requirements
105
2.2 Joints: All joints shall be standard mortise & tenon, dowel, dovetall & cross halved. Nailed or glued
butt joints will not be permitted. Screws, nails etc. will be standard iron or wire of oxidized nettle fold
tenons should fit the mortises exactly.
2.3 Nailed/glued butt joints will not be permitted,except, exceptional cases with approval of Engineer-incharge.
2.4 Where screws shown on a finished surface, those will be sunk & the hole plugged with MDF board
plug of the same.MDF board & grain of the finished surfaces will be neatly punched & the hole filled with
MDF board filler to match the colour.
2.5 If the joints in joinery works open or other defects arise within the period stated for defect liability in
the contract & the cause thereof be deemed by Engineer-in-charge to be due to such defective joinery shall
be taken down & refilled, redecorated &/or replaced if necessary & any work disturbed shall be made good
at the Contractor's expense.
2.6 Nails, spikes & bolts shall be of lengths & weights approved by the Engineer-in-charge. Nails shall
comply with IS:1959- 1960 or equivalent approved quality sample. Brass headed nails are to comply with
BS:1210. Wire staples shall comply
with BS:1494 or equivalent.
2.7 The contact surface of dowels, tennons, wedges etc, shall be glued with an approved adhesive.
2.8 Where glued, joinery & carpentry work is likely to come into contact with moisture, the glue shall be
waterproof.
3 Hardware & Metals: The hardware through out shall be of approved manufacture of supplier well made &
equal to in every respect to the samples to be deposited with the Engineer-in-charge. The Contractor may be
required to produce & provide samples from any different source before the Engr-in-charge take decision & he
should allow his rates for doing so.
3.1 Fittings generally shall be brass, oxidized, unless otherwise specified & shall be suitable for their intended
purpose. In any case, it will have to be approved by Engineer-in-charge before the Contractor procures it at site
of work.
3.2 Screws are to match the finish of the article to be fixed & to be round or flat headed or counter sunk as
required.
3.3 The Contractor should cover up & protect the brass & bronze surfaces with a thick grease or other suitable
protective material, renew as necessary & subsequently clean off away on connection.
3.4 Aluminium & stainless steel shall be of approved manufacture & suitable for particular application.
Generally, the surface of aluminium shall have an anodized finish & both shall comply with samples approved
by the Engineer-in-charge. All
stainless steel sheets shall be SS-316 Japan or equivalent with gauge as specified but not thinner than 16 G.
3.5 All steel, brass, bronze, aluminium & stainless steel articles shall be subjected to a reasonable test for
strength, if so, required by Engineer-in-charge at Contractor's expense.
Section VII. Works Requirements
106
3.6 All brazing & welds are to be executed in a clean & smooth manner rubbed down & left in the flattest &
tidiest way, particularly where exposed.
3.7 Chromium plating shall comply relevant IS code or as per approved specification for normal outdoor
conditions & shall be on a brass material of copper or brass.
4 Glazier:
4.1 All glass to be of approved manufacturer complying with IS:3548-1966 as per approved quality & sample to
be of the selective qualities specified & free from bubbles, smoke, air holes & other defects.
4.2 Polished plate glass shall be "Glazing Glass" (G.G) quality & that for mirrors shall be "Silvering
Quality"(S.G.) conforming to IS:3438-1965 or as per approved sample & quality.
4.3 The compound for glazing to metal is to be a special non hardening compound manufactured for the
purpose & of a brand & quality approved by the Engineer-in-charge.
4.4 While cutting glass, proper allowance be made for expansion. Each square of glazing to be in one
whole sheet. On completion of work clean all glass inside & cut, replace all cracked scratched & broken
panes & leave in good condition.
5 Paint & Polishes:
5.1 All material required for the works shall be of specified & approved manufacturer, delivered to the site
in the manufacturer's containers with the seals etc., unbroken & clearly marked with the manufacturer's
name or trade mark with a description of the contents & colour. All materials are to be stored on the site of
the work.
5.2 Spray painting with approved machines will be permitted only if written approval has been obtained
from the Engineer-in-charge prior to painting. No spraying will be permitted in the case of priming coats
nor where the soiling of adjacent surfaces is likely to occur. The nozzle & pressure to be so operated as to
given an even coating throughout to satisfaction of Engineer-in-charge. The paint used for spraying is to
comply generally with the specification concerned & is to be specially prepared by the manufacturer for
spraying. Thinning of paint made for brushing will not be allowed.
5.3 Wood preservative shall be Solignum or other equivalent & approved impregnating wood preservative
& all concealed MDF board work shall be treated with wood preservative.
5.4 All brushes, tools, pots, kettles etc. used in carrying out the work shall be clean & free from foreign
matter & are to be thoroughly cleaned out before being used with a different type or class of materials.
5.5 All iron/steel surfaces shall be thoroughly scraped & rubbed with wire brushes & shall be entirely free
from rust, mill scale etc. before applying the priming coat.
5.6 Surfaces of new MDF board work to be painted are to be rubbed down, cleaned, down to the approval
of Engr-in-charge.
5.7 Surfaces of previously painted woodwork which are to be painted are to be cleaned down with soap &
water, detergent solution or approved solvent to remove dirt, grease etc. Whilst wet the surfaces shall be
flatted down with a suitable
Section VII. Works Requirements
107
abrasive & then rinsed down & allowed to dry. Minor areas of defective paint shall be removed by scraping
back to firm edge & the exposed surface touched in with primer as described & stopped with putty, where MDF
board work has been previously painted/polished & is to be newly polished, scrapping, burning off or rubbing
down to be done.
5.8 Surfaces of previously painted metal which shall be painted are to be cleaned down & flattened down as
described any rust & loose scale shall be removed completely by chipping, scrapping & wire brushing back to
the bars metal & touched in with primer as described.
6 Upholstery: This will be of first class standard workmanship with webbing, no-sag springs, coiled springs,
padding & filling as specified on drawing. Covering fabrics will be seen, tutted & corded as shown on the
drawing & as approved by Engineer-in-charge.
6.1 Cushion Vents: Brass "Cushion Vents" should be installed at the back or under side of seat cushions
(especially those covered in leather vinyl plastic or very tightly woven fabric to allow air to escape easily & to
prevent torn seems.
6.2 Materials: Finished timber shall be of the type specified. Furnishing fabrics, colour, pattern, substance to be
as specified & manufactured or supplied by the Company specified, no variations of this will be permitted
unless with prior
approval of the Engineer-in-charge.
7 Polish:
7.1 French Polish: The basic material shall be shellac dissolved in methylated spirit.
7.2 Preparation: The timber must be well sanded & cleaned & the grain filled with a grain filler. Any staining
must be done before applying the polish.
7.3 Equipment: The polishing rubber the most important implement in French polish shall consist of a pad of
cotton wool, which acts as a reservoir for the polish & a cover of soft white linen or cotton fabric, similar to a
well worn handkerchief
which acts as a filter. The rubber must never be dipped into the polish; it should be charged by pouring the
polish on to the pad with the cover removed.
7.4 Application: Work evenly over the surface with a slow figure-of-eight motion until the timber is coated with
a thin layer of polish, the objective is to apply a series of thin coats, allowing only a few minutes for drying
between the coats. When a level & even bodied surface is obtained the work is ready for the second stage ie.
spiriting off.
7.5 Allow the work to stand for at least eight hours, then take a fresh rubber with a double thickness of
cover material & charge it with methylated spirit. The objective of spiriting off is to remove the rubber
marks & to give the brilliance of finish.
7.6 Finally, work in the direction of the grain & continue until the surface is free from smears & rubber
marks. Then leave the harden off.
7.7 Wax Polish: Wax polish shall contain silicons & driers. A good silicon wax is to be used not creamy or
spray. The timber shall be sealed first with another finish such as Ronseal, before applying the wax.
Section VII. Works Requirements
108
7.8 Application: Apply a light coat of the sealer by brush or cloth direct to unfilled timber, working it well
in & finishing evenly with the grain.Allow to dry thoroughly then sand lightly with fine abrasive paper.
Apply a heavy coat of wax by cloth or on flat surfaces, with a stiff brush. Work it well into the timber &
finish off by stroking with the grain before leaving to harden. Leave for several hours before rubbing up
with a soft brush. Finally, buff the grain with a soft cloth.
7.9 Transparent: Coloured Polyurethane (Melamine):This shall be applied where natural grain of the MDF
board is required to show. Polyurethane gives tough surface which resist chipping, Scratching & boiling
water.
7.10 Application: Clean off all grease & wax with an abrasive & white spirit, this should not be applied in
humid conditions. Apply the first coat, preferably of clear hard glaze with a cloth pad Leave this to dry for
at least six hours, then apply further coats with a paint brush. If you wait for longer than 24 hours between
coats, rub down the previous coat with fine glass paper or a medium grade of steel wool. Obtain a matt
finish, if required, by giving a final coat of clear Renseal matt coat.
Wherever MDF Sections or Boards is mentioned the same shall mean that the Section or Boards out of
External Grade First Quality Dense Homogeneous Medium Density Fibre conforming to IS:12406-1988.
All external MDF work such as mouldings, facials, jamb lining, skirting etc & veneers shall be finished
with a minimum 3 coats of melamine polish unless otherwise specified.
8 Plywood/Particle Boards & MDF Boards.
8.1 Plywood/medium density fibre board/particle board/veneered board etc,as specified in the approved list
of manufacturers shall only be used.
8.2 Only Marine grade plywood generally conforming to ISI:710 of approved make only to be used unless
otherwise specified.
8.3 Marine plywood shall generally conform to IS:710-1980 bonded with phenol formaldehyde, treated with
wood preservative.
8.4 Only approved makes of wood particle board shall be used. Particle board shall be phenol formaldehyde
bonded & generally conform to IS:3087-1965.
8.5 Only 3-4mm thick straight grained group matching approved veneers shall be used. Only veneers laminated
from species like teak, rose wood, walnut, laurel, white cedar & mohogany, shall be considered for approval &
use.
Aluminium frame work: Providing & fixing in position Aluminium Frame work for Partitions,
paneling, boxing, soffits with vertical members at not more than 600mm centers & horizontal members
not more than 600mm centers complete including necessary additional supports, bracing runner etc
complete. Item to be completed in all respects as per drawings & instructions from engineer-in-charge.
a) Size 50x50x1.62mm
b) Size 50x25x1.62mm
Section VII. Works Requirements
109
The work shall be executed as per item wordings & as per the directions of Engineer-in-charge. The work shall
be carried out as per the specifications & approved drawings. The materials used for the work shall conform to
the relevant IS Specifications & also to the enclosed specifications. The work shall be executed as mentioned in
the enclosed specifications or as directed by the Engineer-in-charge.
Item includes providing & fixing additional aluminium section support at 1 m c/c at the top of framework to fix
the partition to ceiling. The item also includes cost of labour, material, its transportation, loading ,unloading,
scaffolding, wastage, taxes etc.
Mode of Measurement & payment : The measurement shall be on Sqm basis. The contract rate shall be per
SqM of frame work provided & fixed.
Providing & Fixing in position Marine plywood on existing frame work including all materials, labour
etc complete. Item to be completed in all respects as per drawings & instructions from Engineer - In Charge.

i)
6mm thick Marine plywood
ii)
9mm thick Marine plywood
iii)
12mm thick Marine plywood
iv)
19mm thick Marine plywood
v)
9mm thick Decorative MDF Panelling
vi)
12mm thick Gypsum Partition
The work shall be executed as per item wordings & as per the directions of Engineer-in-charge. The
work shall be carried out as per the specifications & drawings given by MSRLM. The materials used
for the work shall conform to the relevant IS Specifications & also to the enclosed specifications. The
work shall be executed as mentioned in the enclosed specifications or as directed by the Engineer-incharge.

9mm /12 mm thk. Marine plywood include cutting of ply to any shape / size and fixing the same for
receiving finish on the same or any cutout required for MEP services.

Plywood should be of approved make. Contractor is advised to take approval of plywood before
execution of work.

Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted by EIC
/ consultant should be removed / rectify without delay & with the cost & risk of contractor Item to be
completed in all respects as per drawings & instructions from EIC. The item also includes cost of
labour, material, its transportation, loading ,unloading, scaffolding, wastage, taxes etc.

Actual executed area will be measured & paid. No deduction below 0.05Sq.Mt. cutout area.
Mode of Measurement & payment : The measurement shall be on Sqm basis. The contract rate shall be
per SqM of Panelling provided & fixed.
Section VII. Works Requirements
110
Providing & fixing in position Finishes for Partitions / Panelling. Actual executed area will be measured
as two sides of same partition are likely to have different finishes. Rate of this item shall include cost of
providing cross matching laminate in approved pattern etc. as per details .The finishing material shall be
fixed in required divisions / panels / pattern with proper grooves etc. as per drawings & directions. Item
to be completed in all respects as per drgs. & instructions from EIC.
i) Laminate :- Providing & Fixing Laminates of 1.5mm thickness of approved make, shade & Quality.
ii) Veneer :- Providing & Fixing Veneer of 3 - 4mm thickness of approved make, shade & Quality with
melamine polish.

The work shall be executed as per item wordings & as per the directions of Engineer-in-charge. The
work shall be carried out as per the specifications & drawings given by MSRLM. The materials used
for the work shall conform to the relevant IS Specifications & also to the enclosed specifications. The
work shall be executed as mentioned in the enclosed specifications or as directed by the Engineer-incharge.

Laminate should be of approved make. Contractor is advised to take approval of laminate before
execution of work.

Veneer should be of approved make & in matching group. It should be free from any stain or knots.
Contractor is advised to take approval of veneer before execution of work.

Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted by EIC
/ consultant should be removed / rectify without delay & with the cost & risk of contractor Item to be
completed in all respects as per drawings & instructions from EIC. The item also includes cost of
labour, material, its transportation, loading ,unloading, scaffolding, wastage, taxes etc.

Actual executed area will be measured & paid. No deduction below 0.05Sq.Mt. cutout area.

Mode of Measurement & payment : The measurement shall be on Sqm basis. The contract rate shall
be per SqM.
Storages : Providing & fixing in position 460 mm deep storage unit along with partitions etc with 1) sides, top,
bottom shelves made out of 19 mm marine plywood for all inside surfaces 2) 6 mm thk. marine ply backing
panels with French polish on both sides 3) Shutters made out of 19 mm thick ply finish with material
specified below from outside and one mm thick laminate for inside of shutters. 6 mm thick teakwood
leaping with edge moulding of approved profile if any shall be provided in all exposed ply edge surfaces&
be finished with melamine polish.4) hardware such as heavy duty hinges, brass body locks(Elpro make)
with extra large group key of approved quality, magnetic ball catchers, handles, tower bolt etc. All exposed
woodwork to be finished with 3 coats of melamine polish & all internal surface finished with 3 coats of
French polish. The exposed surfaces shall be finished with approved shade & colour. All as per detailed
drgs. and instructions of EIC / Architect.
a) Full Height Storage Laminate Finish
b) Low ht. Storage Laminate Finish
Section VII. Works Requirements
111
c) Over Head Storage Veneer Finish
d) Over Head Storage Veneer Finish
e) Over Head Storage Laminate Finish

Actual the work shall be executed as per item wordings & as per the directions of Engineer-in-charge.
The work shall be carried out as per the specifications & drawings given by MSRLM. The materials
used for the work shall conform to the relevant IS Specifications & also to the enclosed specifications.
The work shall be executed as mentioned in the enclosed specifications or as directed by the Engineerin-charge.

Neki make 150mm long handle - SS finish.

Brass tower bolt on top & bottom portion of shutter.

7 lever brass lock with duplicate keys, along with SS key hole.

Auto closing hinges of GRASS make.

Magnetic ball catch of approved make.

All exposed woodwork to be Melamine polished, all internal surfaces to be finished with 1.0 mm
thick approved shade laminate complete as per drawing and directions.

1.5mm thk. Laminate of approved shade.

Minor Design change is expected where as no extra will be payable.

Rate include cutting any cutout required for MEP services.

Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted by EIC /
consultant should be removed / rectify without delay & with the cost & risk of contractor. The item
also includes cost of labour, material, its transportation, loading ,unloading, scaffolding, wastage, taxes
etc. All complete as per approval & instructions of Engineer in charge. (No extra payment will be paid
for design patterns)

Acutal executed area will be measured & paid. No deduction below 0.05Sq.Mt. cutout area.
Mode of Measurement & payment : The measurement shall be on Sqm basis. The contract rate shall be per
SqM of Storage unit provided & fixed as per approved drawings.
Providing and fixing glazed partition made out of 8 mm thk clear glass with designs pattern as shown in
drawing. Glass should fixed with required size of wooden beading which finished with 3 coats of
melamine polish. Rate including cost of glass edge machine polishing in between 2 glass edges touching
together (if required) complete all as per the drawing, details & specification and to the satifaction of
Engineer - in - charge.
The work shall be executed as per item wordings & as per the directions of Engineer-in-charge. The work shall
be carried out as per the specifications & approved drawings. The materials used for the work shall conform to
the relevant IS Specifications & also to the enclosed specifications. The work shall be executed as mentioned in
the enclosed specifications or as directed by the Engineer-in-charge.
Item includes providing & fixing 8mm thk clear glass with designs & patter. The item also includes cost of
labour, material, its transportation, loading ,unloading, scaffolding, wastage, taxes etc.
Section VII. Works Requirements
112
Mode of Measurement & payment : The measurement shall be on Sqm basis. The contract rate shall be per
SqM of frame work provided & fixed.
Providing and supplying Armstrong ‘Optra Acoustical Wall Panelling’ with square edges made of fibre
glass substrate 25mm thick and wrapped on the front side with an acoustically transparent and fireresistant fabric with an option of colours as per the choice of the Architect/ Person in-charge of size
2100x600 or 600x600 mm providing a minimum sound absorption level of 0.90 NRC to be affixed to wall
using Wall panel impalers supplied by M/s Armstrong Industries India Pvt. Ltd and construction
adhesives as per the instructions laid down by the manufacturer.
Armstrong wall panel impalers of adequate quantity as specified by the manufacturer shall be fixed to the
wall surface using self tapping screws. Silica based construction adhesive shall be dabbed on to the
projecting elements (spikes) of the impalers. Armstrong Optra wall panels shall be pierced through the
spikes of the impalers ensuring the line and level of the panels are maintained.
Item includes providing & fixing 12mm thk Acoustical Wall Panelling with designs & patter. The item also
includes cost of labour, material, its transportation, loading ,unloading, scaffolding, wastage, taxes etc.
Mode of Measurement & payment : The measurement shall be on Sqm basis. The contract rate shall be
per SqM of frame work provided & fixed.
FALSE CEILING
Providing & fixing in position Gypsum Board False Ceiling as per manufacturer's specifications &
instructions with 12.5mm thick 'Gypboard' Screw-fixed to the underside of suspended G.I. grid. G.I. grid
should be constructed & suspended from the main ceiling as per manufacturer's instructions &
specifications. G. I. grid should consist of ceiling sections at maximum centre to centre distance 450mm,
Perimeter channel intermediate channels at maximum centre to centre distance 1200mm. The ceiling
sections should be fixed to intermediate channels with connecting clips. G.I.grid should be fixed to R.C.C.
slab above with the help of 25mm x 0.5mm strap hanger & soffit cleat. The joints between soffit cleat &
strap hanger and G. I. grid & strap hanger should be with 6.4 x 12.7 mm nut & bolt. Soffit cleats should be
fixed to R. C. C. ceiling with W.E. type 12mm dia, 17/16" long steel Rawl plug maximum center to center
distance (both ways) of strap hangers should be 1200mm. The Gypboard should be fixed to G. I. grid with
25mm long Drawall screws.
The 'Gypboard' to be used should be 12.5mm thk tapered edge boards. The boards should be taped & filled
from underside to ceiling. Item to be completed as per manufacturer's specification & instructions. Note:
No extra will be paid for ceiling drops and it will be considered as flat ceiling and if there is projected drop
ceiling curved as per design in different level it will also be paid as addition to that but only average bottom
surface area will be considered. No extra will be paid for light cuttings, cutting for glass or stain glass
manufacturer's specification & instructions. Note : No extra will be paid for ceiling drops and it will be
considered as flat ceiling and if there is projected drop ceiling curved as per design in different level it will
Section VII. Works Requirements
113
also be paid as addition to that but only average bottom surface area will be considered. No extra will be
paid for light cuttings, cutting for glass or stain glass.

General

The work shall be executed as per item wordings & as per the directions of Engineer-in-charge. The
work shall be carried out as per the specifications & drawings given by MSRLM. The materials used
for the work shall conform to the relevant IS Specifications & also to the enclosed specifications. The
work shall be executed as mentioned in the enclosed specifications or as directed by the Engineer-incharge.

Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted by EIC /
consultant should be removed / rectify without delay & with the cost & risk of contractor. The item
also includes cost of labour, material, its transportation, loading ,unloading, scaffolding, wastage, taxes
etc. All complete as per approval & instructions of Engineer in charge. (No extra payment will be paid
for design patterns)

Actual executed area will be measured & paid. No deduction below 0.05Sq.Mt. cutout area & no
deduction for electrical fitting. Nothing will be paid extra for additional support required for fixing
electrical fittings.
Mode of Measurement & payment : The measurement shall be on Sqm basis. The contract rate shall be
per SqM of false ceiling provided & fixed as per approved drawings.
Providing & Fixing of Armstrong Mineral Fibre Acoustical Suspended Ceiling System with Optra
(Microlook) EDGE TILES WITH ARMSTRONG 15mm Exposed GRID. The tiles should have
Humidity Resistance (RH) of 95%, NRC 0.9 - 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 with Bio
Block coating on the face of the tile, suitable for Green Building application, with Recycled
content of 66% GW & 74% RW%. The tile shall be laid on Armstrong Silhouette profile grid
system with 15mm white flanges incorporating a 6mm central reveal in white/black colour and
with a web height of 45mm and a load carrying capacity of minimum 15.68 Kgs/M2. Silhouette,
Main Runners & Cross Tees to have mitred ends & “birdsmouth” notches to provide mitred
cruciform junctions. The T Sections have a Galvanizing of 90 grams per M2 & passed through
500 hrs of Salt test. The Tile & Grid system used together should carry a 15 year warranty.
General

The work shall be executed as per item wordings & as per the directions of Engineer-in-charge. The
work shall be carried out as per the specifications & drawings given by MSRLM. The materials used
for the work shall conform to the relevant IS Specifications & also to the enclosed specifications. The
work shall be executed as mentioned in the enclosed specifications or as directed by the Engineer-incharge.

TILE SIZE

FRAME WORK & INSTALLATION - silhouette section
: 600mmx600mmx15mm
Section VII. Works Requirements

114
Frame work to consist of: Main Runner spaced at 600m center, fixed to the roof at every 1200mm c/c.
In using 2.0 mm thick pre-straightened GI wire. First and last hanger should not be at a distance more
than 450mm from the adjacent wall.
600mmx600mm module to be formed by fixing 600mm Cross Tee between center of Main Runner.
Wall Angle to be secured to wall at 450mm centers. Installation to be done as per approved
Manufacturer’s specification.

Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted by EIC /
consultant should be removed / rectify without delay & with the cost & risk of contractor. The item
also includes cost of labour, material, its transportation, loading ,unloading, scaffolding, wastage, taxes
etc. All complete as per approval & instructions of Engineer in charge. (No extra payment will be paid
for design patterns)

Actual executed area will be measured & paid. No deduction below 0.05Sq.Mt. cutout area & no
deduction for electrical fitting. Nothing will be paid extra for additional support required for fixing
electrical fittings.
Mode of Measurement & payment : The measurement shall be on Sqm basis. Measurements shall be
taken from wall to wall without any deductions for lights, diffusers etc.
The contract rate shall be per SqM of ceiling provided & fixed as per approved drawings.
------------------------------------------------------------------------------------------------------------------------------------LOOSE FURNITURE
CEO , ADD DIR, (EX-T) - Table Finished with Veneer (main table size 2750 mm x 1200 mm x 750
mm) side table (size 900 mm x 450 mm x 750 mm)
Providing & arranging in position desk units in 19mm thk. Marine plywood including side unit, drawer
unit, tea tray, pencil tray, pullout tray, footrest. All drawers to be in plywood with 19 mm in front & 12mm
thk in rear & sides and bottom in 6 mm thk. Plywood Internal surfaces to be veneer with melamine polish.
Table tops, drawer unit fronts & sides to be finished as per drawings. The front modesty panel etc shall be
finished as per drawings & instructions of the EIC/Consultant all complete. All trays in writing desks, side
units to have concealed stoppers. All pencil trays shall have small compartments for keeping miscellaneous
stationaries. All beadings, mouldings & exposed woodwork to be in teak wood. Foot rest shall be made out
of 19 mm plywood frame work with 6 mm top and shall be finished with matching veneer all molding shall
be finish in 3 coats of melamine polish. All the tables shall have keyboard drawers to accommodate
keyboards and mouse wherever necessary as per drawing. Rate include of all hardware, like hinges, drawer
channel, handles, lock etc. drawings and also shall include CPU unit as shown in the drawings approved by
EIC. No seperate payment shall be made for this. Tables all exposed surface finished with a approved
veneer in approved pattern as per drawings. All exposed surface of side unit to be finished with a approved
veneer.
Side Unit: Providing & fixing in position side unit made out of 19 mm thk. Marine ply, with shelves,
drawers, shutters etc. as per drawings, finished with approved veneer from outside & French polish
Section VII. Works Requirements
115
from inside. Item to be completed in all respects as per drawing & instructions from EIC. The item shall
include a set of drawer and openable shutters, as per the drawing and details. All shelves, openable
shutters, drawer box, drawer front etc. shall be made out of 19 mm thick plywood. Drawer sides shall be
in 12 mm thk Plywood. Drawer bottom shall be in 6 mm thk. Plywood. All exposed surfaces to be
finished With veneer of approved shade and make. All complete with necessary hardware,like key
board, CPU,Trolly, cable manger etc complected as per drawing & approval of Engineer - In - charge.
General

The work shall be executed as per the item wording & as per the directions of Engineer-in-
charge. The work shall be carried out as per the specifications & drawings approved by MSRLM. The
material used for the work shall confirm relevant IS Specifications & also to the enclosed specifications.

Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted
by EIC / consultant should be removed / rectify without delay & with the cost & risk of contractor. The
item also includes cost of labour, material, its transportation, loading ,unloading, scaffolding, wastage,
taxes etc. All complete as per approval & instructions of Engineer in charge. (No extra payment will be
paid for design patterns)
Mode of Measurement & payment : The measurement shall be on No basis.
The contract rate shall be per No of Table provided & fixed of specified size as per approved drawings.
Director General Table (DG-T) ( With out any Storage, Side table) (main table size 2850 mm x 1250
mm x 750 mm)
Providing & arranging in position desk units in 19mm thk. Marine plywood including footrest. Plywood
Internal surfaces to be veneer with melamine polish. Table tops to be finished as per drawings. The front
modesty panel etc shall be finished as per drawings & instructions of the EIC/Consultant all complete.All
beadings, mouldings & exposed woodwork to be in teak wood. Foot rest shall be made out of 19 mm
plywood frame work with 6 mm top and shall be finished with matching veneer all molding shall be finish in
3 coats of melamine polish. Tables all exposed surface finished with a approved veneer in approved pattern
as per drawings. All exposed surface of side unit to be finished with a approved veneer.
General

The work shall be executed as per the item wording & as per the directions of Engineer-in-charge. The
work shall be carried out as per the specifications & drawings given by MSRLM. The material used for the
work shall confirm relevant IS Specifications & also to the enclosed specifications.

Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted by EIC /
consultant should be removed / rectify without delay & with the cost & risk of contractor. The item also
includes cost of labour, material, its transportation, loading ,unloading, scaffolding, wastage, taxes etc. All
complete as per approval & instructions of Engineer in charge. (No extra payment will be paid for design
patterns).
Mode of Measurement & payment : The measurement shall be on No basis.
Section VII. Works Requirements
116
The contract rate shall be per No of Table provided & fixed of specified size as per approved drawings.
T-1 - Table Fin with Laminate & Metal Frem work ( Table 1800 x 900 x 750 mm) side table (450 x
1500 x 750 mm)
T-2 - Table Fin with Laminate & Metal Frem work ( Table 1500 x 750 x 750 mm) side return table
(1100 x 400 x 750 mm)
Each table to be provided with table top, return shelf,3 drawer pedestal unit,keyboard tray, CPU trolley,
credenza and rear side storage unit as per design.
Work top and Return Shelf - 25 mm hk. Pre laminated particle board cut to size & shape as per design &
drawings. Edges to be fixed with 2mm thk PVC edge binding of approved make & matching to laminate
Base frame:80mm wide diamond( traingular ) shaped tubulr frame sinished with oven baked paint
ofapproved shade. Frame to have levellers, front modesty panel in PVC and and side panel in MFC
(Melamine Finish Chipboard) to hide pedestal unit ( as per design)
Key board tray & CPU Trolley - Each work station shall have PVC moulded key board tray & M. S.
powder coated CPU Trolley with castors.
Pedestal unit - 3 drawer pedastal unit of overall size 450 deep X 450 wide X 725 ht made out of 18 / 16
mm prelaminated board for caracus & 12 mm prelaminated board for drawers. Top drawer to be on roller
slides and two lower drawers to be of 3 extension ball bearing slides
General

The work shall be executed as per the item wording & as per the directions of Engineer-in-charge. The
work shall be carried out as per the specifications & drawings given by MSRLM. The material used for the
work shall confirm relevant IS Specifications & also to the enclosed specifications.

Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted by EIC /
consultant should be removed / rectify without delay & with the cost & risk of contractor. The item also
includes cost of labour, material, its transportation, loading ,unloading, scaffolding, wastage, taxes etc. All
complete as per approval & instructions of Engineer in charge. (No extra payment will be paid for design
patterns).
Mode of Measurement & payment : The measurement shall be on No basis.
The contract rate shall be per No of Table provided & fixed of specified size as per approved drawings.
Work Station Table L shape - type -1 of size (1500 x 1800 X 750)
Work Station Table L shape - type -1 of size (2100 x 2100 X 750)
Modular workstations consist of low ht. partition screen, work tops, Pedastal unit,filing stoarges( only in few
cases), key board tray & CPU trolley as per specifications mentioned below.The profiles of the Aluminium
partition frame should be as per the attached sheet and the as per the weight per Rmt mentioned on the sheet..
Work top - 25 mm hk. Pre laminated particle board cut to size & shape as per design & drawings. Edges to be
fixed with 2mm thk PVC edge binding of approved make & matching to laminate
Section VII. Works Requirements
117
Key board tray & CPU Trolley - Each work station shall have PVC moulded key board tray & M. S. powder
coated CPU Trolley with castors.
Pedastal unit - 3 drawer pedastal unit of overall size 450 deep X 450 wide X 725 ht made out of 18 / 16 mm
prelaminated board for caracus & 12 mm prelaminated board for drawers. Top drawer to be on roller slides and
two lower drawers to be of 3 extension ball bearing slides
Partition screen: 60mm thick to have one cable channel along main spine, MFC (Melamine Finish Chipboard)
on both side upto table top ,each workstation with one tackable board and white board.Screen in front of the
table to have frosted glass panel above table top.
General

The work shall be executed as per item wordings & as per the directions of Engineer-in-charge. The
work shall be carried out as per the specifications & drawings given by MSRLM. The materials used
for the work shall conform to the relevant IS Specifications & also to the enclosed specifications. The
work shall be executed as mentioned in the enclosed specifications or as directed by the Engineer-incharge.

Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted by EIC /
consultant should be removed / rectify without delay & with the cost & risk of contractor. The item
also includes cost of labour, material, its transportation, loading ,unloading, scaffolding, wastage, taxes
etc. All complete as per approval & instructions of Engineer in charge. (No extra payment will be paid
for design patterns).
Mode of Measurement & payment : The measurement shall be on No basis.
The contract rate shall be per No of work station Table provided & fixed of specified size as per
approved drawings.
Conference Room Table
Providing and fixing in position Conference Room Table of approved shape shown in drawing. Table
top made out of 19 X 19 mm & 38 X 23 mm T.W. frame work with both side 6mm thk marine
plywood in two layers finished with approved veneer & polycoating. Apron made out of 50 X 50 mm
T.W. frame work with both side 9 mm thk marine plywood finished with approved veneer and 3 coats
of melamine polish. Edge of Table finished with 50 X 50 mm T.W. moulding with melamine polish.
Footrest & skirting made out of 19 mm thk marine plywood finished with approved veneer and 3 coats
Section VII. Works Requirements
118
of melamine polish. Edge of footrest finished with 25 mm thk wooden half round moulding with
melamine polish. 50 x 50 mm wooden connecting members.
Rate including cost of wooden beadings, mouldings, inlays, etc. Top should be finished with approved
veneer & polycoating. Sides finished with approved veneer & melamine polish. complete as per detail
drawing, as specified and as directed by Architect.
General

The work shall be executed as per the item wording & as per the directions of Engineer-in-charge. The
work shall be carried out as per the specifications & drawings given by MSRLM. The material used for
the work shall confirm relevant IS Specifications & also to the enclosed specifications.

Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted by EIC /
consultant should be removed / rectify without delay & with the cost & risk of contractor. The item
also includes cost of labour, material, its transportation, loading ,unloading, scaffolding, wastage, taxes
etc. All complete as per approval & instructions of Engineer in charge. (No extra payment will be paid
for design patterns).
Mode of Measurement & payment : The measurement shall be on No basis.
The contract rate shall be per No of Board room Table provided & fixed of specified size as per approved
drawings.
Square/circular corner Table - Providing & arranging in position centre tables made out of TW members
40X 75 mm with proper joinert & hardware as per drawing. The top finished with 12mm thk tinted glass
with bevelled edges. Item to be completed in all respect as per drawing & instruction from E.I.C. of given
size & shape (450x450x450mm).
General

The work shall be executed as per item wordings & as per the directions of Engineer-in-charge. The work
shall be carried out as per the specifications & drawings given by MSRLM. The materials used for the
work shall conform to the relevant IS Specifications & also to the enclosed specifications. The work shall
be executed as mentioned in the enclosed specifications or as directed by the Engineer-in-charge.

Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted by EIC /
consultant should be removed / rectify without delay & with the cost & risk of contractor. The item also
includes cost of labour, material, its transportation, loading ,unloading, scaffolding, wastage, taxes etc. All
complete as per approval & instructions of Engineer in charge. (No extra payment will be paid for design
patterns).
Mode of Measurement & payment : The measurement shall be on No basis.
Section VII. Works Requirements
119
The contract rate shall be per No of Corner Table provided & fixed of specified size as per approved
drawings.
=================================================================
Providing & arranging in position centre tables made out of TW members 40X 75 mm with proper
joinery & hardware as per drawing. The top finished with 12mm thk tinted glass with beveled edges.
Item to be completed in all respect as per drawing & instruction from E.I.C. of given size & shape
(750 X 750 X 450 mm)
General

The work shall be executed as per item wordings & as per the directions of Engineer-in-charge. The
work shall be carried out as per the specifications & drawings given by MSRLM. The materials used
for the work shall conform to the relevant IS Specifications & also to the enclosed specifications. The
work shall be executed as mentioned in the enclosed specifications or as directed by the Engineer-incharge.

Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted by EIC /
consultant should be removed / rectify without delay & with the cost & risk of contractor. The item
also includes cost of labour, material, its transportation, loading ,unloading, scaffolding, wastage, taxes
etc. All complete as per approval & instructions of Engineer in charge. (No extra payment will be paid
for design patterns).
Mode of Measurement & payment : The measurement shall be on No basis.
The contract rate shall be per No of Centre Table provided & fixed of specified size as per approved
drawings.
CHAIRS
Providing chairs of approved make as per type approved by Engineer in charge.
a) Executive Chair CH -EX
b) Exe. Visitor chair CH1
c)
SPM, Dy. Dir, Under Secretary & Reception (CH2)
d) SPM, Dy. Dir, Under Secretary Visitor's chair (CH3)
e)
Waiting Area, open office, cubicles (CH3A)
f)
Lounge Chair (CH4)
g) Conference Room & Dir General.(CH5)
h) Conference room (CH5A)
i)
Meeting Room Chair (CH6)
j)
Dining Chair (CH7)

The work shall be executed as per item wordings & as per the directions of Engineer-in-charge. The
materials used for the work shall conform to the relevant IS Specifications & also to the enclosed
Section VII. Works Requirements
120
specifications. The chair shall be got approved from Engineer-in-charge prior to supply. The chairs shall be
of approved make & of equivalent type as per item wording.
Mode of Measurement & payment : The measurement shall be on No basis. The contract rate shall be
per No of Chairs of specified type as per approval of Engineer In Charge.
Providing & supplying multi seater sofas with teakwood internal frame out of size min. 70x40mm as
mentioned in drawing with necessary spring /rubberised coir/32 density polyurethane foam/100%
latex rubber foam of appropriate quality & thickness as shown in the drawing with melamine polish
on all exposed wooden surface. 75mm thk. for seat & 50mm thk for back. 25mm polyurethane in it to
give required shape. The rate to include upholstery material of approved velvet (fabric) on outer side
& on the inner side white cloth of approved quality shade etc. The contractor shall use appropriate
size of frame work instead of mentioned to achieve desired shape & comfort as shown. All as per
instructions of Engineer-in-charge.
a) Single Seater Sofa
b) Two Seater Sofa
c)
Three Seater Sofa
The work shall be executed as per item wordings & as per the directions of Engineer-in-charge. The work
shall be carried out as per the specifications & drawings given by MSRLM. The materials used for the
work shall conform to the relevant IS Specifications & also to the enclosed specifications. The work shall
be executed as mentioned in the enclosed specifications or as directed by the Engineer-in-charge.
Mode of Measurement & payment : The measurement shall be on No basis. The contract rate shall be per
No of Sofas of respective type as per approved drawing.
===============================================================
MISCELLANEOUS WORKS
Jamb Lining (100 - 150 mm wide)
Providing & fixing in position jamb lining of 19mm thk. plywood & finished as below with
wooden moulding, exposed surfaces polished with 3 coats of melamine polish. All complete as per
drawing & instructions of Engineer-incharge
a)1.5 mm thk Laminate Finish
b) Veneer finish
The work shall be executed as per item wordings & as per the directions of Engineer-in-charge. The
work shall be carried out as per the specifications & drawings given by MSRLM. The materials used
Section VII. Works Requirements
121
for the work shall conform to the relevant IS Specifications & also to the enclosed specifications. The
work shall be executed as mentioned in the enclosed specifications or as directed by the
Engineer-in-charge.
Mode of Measurement & payment : The measurement shall be on Rmt basis.
The contract rate shall be per Rmt of Jamb lining of specified finish provided & fixed.
Soffit
Providing and fixing in position 19 mm thk. plywood for soffit finished with 4 mm thk veneer
including required teak wood frames, supports & mouldings, with exposed sides finished with
melamine polish. Item to be completed in all respects as per drawings & instructions from
Engineer In Charge.
a)Laminate Finish
b)Veneer Finish
General

The work shall be executed as per item wordings & as per the directions of Engineer-in-
charge. The work shall be carried out as per the specifications & drawings given by MSRLM. The
materials used for the work shall conform to the relevant IS Specifications & also to the enclosed
specifications. The work shall be executed as mentioned in the enclosed specifications or as directed
by the Engineer-in-charge.

Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted
by EIC / consultant should be removed / rectify without delay & with the cost & risk of contractor. The
item also includes cost of labour, material, its transportation, loading ,unloading, scaffolding, wastage,
taxes etc. All complete as per approval & instructions of Engineer in charge. (No extra payment will be
paid for design patterns).
Mode of Measurement & payment : The measurement shall be on Sqm basis.The contract rate shall
be per Sqm of soffit of specified finish provided & fixed.
Soft Board
Providing and fixing in position 12mm thick Soft Board paneling on partition surface including fabric
cover, wood beading finished with melamine polish of approved shade etc. complete as per detail
drawing, as specified and as directed by Architect/Engineer In Charge..

The work shall be executed as per item wordings & as per the directions of Engineer-in-
charge. The work shall be carried out as per the specifications & drawings given by MSRLM. The
materials used for the work shall conform to the relevant IS Specifications & also to the enclosed
specifications. The work shall be executed as mentioned in the enclosed specifications or as directed
by the Engineer-in-charge.
Section VII. Works Requirements

122
Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted
by EIC / consultant should be removed / rectify without delay & with the cost & risk of contractor. The
item also includes cost of labour, material, its transportation, loading ,unloading, scaffolding, wastage,
taxes etc. All complete as per approval & instructions of Engineer in charge. (No extra payment will be
paid for design patterns).
Mode of Measurement & payment : The measurement shall be on Sqm basis. The contract rate shall
be per Sqm of soft board provided & fixed.
Dust Bin (250mm Dia)
Providing & arranging in position dust bins out of perforated S.S Sheets (min Size 350 mm dia x
400 mm Height). Item to completed in all respect as per drg & direction of Engineer in charge.

The work shall be executed as per item wordings & as per the directions of Engineer-in-
charge. The work shall be carried out as per the specifications & drawings given by MSRLM. The
materials used for the work shall conform to the relevant IS Specifications & also to the enclosed
specifications.
Mode of Measurement & payment : The measurement shall be on No basis.
The contract rate shall be per No of Dust bin provided.
Cable Manager
Providing & fixing in position M - S powder - coated cable managers of dia. 75mm for table tops
/ side unit wherever directed. The item includes cutting necessary holes on glass / side unit / table
etc for fixing the cable manager.
General

The work shall be executed as per item wordings & as per the directions of Engineer-in-
charge. The work shall be carried out as per the specifications & drawings given by MSRLM. The
materials used for the work shall conform to the relevant IS Specifications & also to the enclosed
specifications. The work shall be executed as mentioned in the enclosed specifications or as directed
by the Engineer-in-charge.
Section VII. Works Requirements

123
Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted
by EIC / consultant should be removed / rectify without delay & with the cost & risk of contractor. The
item also includes cost of labour, material, its transportation, loading ,unloading, scaffolding, wastage,
taxes etc. All complete as per approval & instructions of Engineer in charge. (No extra payment will be
paid for design patterns).
Mode of Measurement & payment : The measurement shall be on No basis.
The contract rate shall be per No of Cable Manager provided & fixed.
=============================================================
12 mm thk Fully Glazed Partition
Providing and fixing in position 12 mm thick Toughened Clear Glass in partition panels by using
various glass fittings to be fixed with necessary fittings on the ceiling duly finished without
giving any load on the false ceiling by using necessary hardware what ever necessary and
required numbers to complete the job in all respect. Rate including cost of door opening with
approved hardware such as patch fitting lock, handle etc of approved make but with out cost of
floor spring. Contractor is advised to submit working drawing with details patch fitting, sizes of
glass panels etc and take approvals of consultants before execution of works. complete as per
detail drawing, as specified and as directed by Architect/Engineer In Charge.
General

The work shall be executed as per item wordings & as per the directions of Engineer-in-
charge. The work shall be carried out as per the specifications & drawings given by MSRLM. The
materials used for the work shall conform to the relevant IS Specifications & also to the enclosed
specifications. The work shall be executed as mentioned in the enclosed specifications or as directed
by the Engineer-in-charge.

Workability should be satisfactory to the EIC / consultant. Anything defective or not accepted
by EIC / consultant should be removed / rectify without delay & with the cost & risk of contractor. The
item also includes cost of labour, material, its transportation, loading ,unloading, scaffolding, wastage,
taxes etc. All complete as per approval & instructions of Engineer in charge. (No extra payment will be
paid for design patterns).
Mode of Measurement & payment : The measurement shall be on Sqm basis. The contract rate shall
be per Sqm of Fully Glazed Partition provided & fixed.
Item No.7: Blinds
Vertical Blinds - providing and fixing approved make vertical blinds shades. The blinds to be fixed
and commissioned as per manufacturers specification the work to be completed as per satisfaction and
approved of EIC.
Section VII. Works Requirements
124
The work shall be executed as per item wordings & as per the directions of Engineer-in-charge. The
work shall be carried out as per the specifications & drawings given by MSRLM. The materials used
for the work shall conform to the relevant IS Specifications & also to the enclosed specifications. The
work shall be executed as mentioned in the enclosed specifications or as directed by the Engineer-incharge.
Mode of Measurement & payment : The measurement shall be on Sqm basis. The contract rate shall
be per Sqm of Vertical blinds provided & fixed.
=============================================================
Frost Film
Providing & fixing in position approved make colour & shade frost film on glass complete as per
direction of manufacturer & instruction of Engineer - in - Charge.
The work shall be executed as per item wordings & as per the directions of Engineer-in-charge. The
work shall be carried out as per the specifications & drawings given by MSRLM. The materials used
for the work shall conform to the relevant IS Specifications & also to the enclosed specifications. The
work shall be executed as mentioned in the enclosed specifications The wood used for the frame work
shall be yen wood or as directed by the Engineer-in-charge.
Mode of Measurement & payment : The measurement shall be on Sqm basis.
The contract rate shall be per Sqm of frost film provided & fixed.
=============================================================
DETAILED SPECIFICATION FOR ELECTRICAL WORKS
General Requirement
The Technical Specifications in accordance with which the entire work described hereinafter shall be
constructed and completed by the Contractor in quoted rate.
Specifications given are in amplification OR in addition to the specifications/requirements indicated in Indian
Electricity Act 2003 and Local Power Authority rules and regulations.
The work shall be carried out with required alignments and line out. Tenderer has to provide his cost for all
materials and also utilise required labour for line outs. The cost of constructing pillars, platforms for temporary
works is also to be borne by the Tenderer.
Until unless stated elsewhere in this documents, all equipments like pipes, cables, transformers, generators,
panels, poles, lighting fixtures etc. are to be factory tested either in this country or abroad & same shall be
Section VII. Works Requirements
125
witnessed by the representative of engineer and employer (Total three persons). All incidental expenses
incurred for factory tests (travel, lodging, boarding etc) shall be deemed to have included in the offer quoted.
Scope
The scope of work generally comprises of supply, installation, testing & commissioning UPS, LT Panels,
Cables, Internal electrification, lighting fixtures, Voice & Data system, Fire detection & alarm system, Access
control system etc. with all allied equipments.
Work also involves required dismantling, rearrangement, additions and modification in the existing system
without disturbing the day to day working of the office set up.
The agency shall work in coordination with other agencies. Any damage done to the work of others, shall be
made good by the agency with out any extra cost.
2
wiring system
Scope
The scope of work under this section covers providing & commissioning of wiring system for lights, fans,
exhaust fans, power sockets etc. The wiring shall generally be carried out using 1.1 KV grade PVC insulated
stranded copper conductors FRLS wires in rigid PVC conduit laid on surface or concealed complete with
insulated earth wire, flushed modular switches, sockets etc.
Standards
The installation shall conform in all respects to Indian Standard Code of Practice for Electrical wiring
installation IS:732-1963 and IS:2274-1963. It shall also be in conformity with Indian Electricity Rules and the
Regulations, National Electric Code and National Building Code. CPWD specifications and requirements of the
Local Electric Supply Authority. In general, all materials, equipment and workmanship shall conform to the
Indian Standards, specifications and code. Some of the applicable codes/standards are as under:
IS 375
IS 2675
IS 1554
Marking and arrangements for switchgear : Bus bars, main connection and auxiliary
wiring
Specifications for enclosed distribution
Specifications for PVC insulated (heavy duty) electric cable Part-I for voltage upto
1100 volts.
Section VII. Works Requirements
IS 694
IS 5133
IS 1293
IS 1913
IS 374
IS 3043
IS 1646
IS 8623
126
Specifications for PVC insulated: Cables for voltage upto 1100V with Aluminium
conductors.
Boxes for the enclosure of electrical accessories
3 pin plugs and socket outlets
General and safety requirements for electric lighting fittings.
Electric ceiling fans and regulators.
Code of practice for earthing IS 3043
Electrical installation.
Factory built assemblies of switch gear & control gear.
Distribution Wiring Systems
General
The wiring systems should be suitable for the following systems depending on the requirement.
i. 3 phase, 4 wire, 440V, 50 Hz, AC.
ii. Single phase, 2/3 wire, 240V, 50 Hz, AC
Wiring systems
Depending on the requirement, the following systems are covered by this specification.
Concealed / Exposed systems using conduits laid / surface mounted in / on slabs, beams, walls, flooring etc. The
conduits should be of heavy duty rigid PVC.
Concealed wiring
i. Conduits using PVC pipes should be of not less than 20mm dia anywhere (wherever diameters of
conduits are specified, they should be read as inside diameter and not outside diameter) and of not
less than 2 mm thickness.
ii. The total overall area of cross section of wires drawn into any conduit should not exceed 40% of
the internal cross section of the conduit.
iii. All conduit accessories should be of the same material as the conduit appropriately selected for the
application required and necessary pull boxes of adequate size should be provided wherever
required at no additional price.
iv. During installation the following points should be taken care of:
a. Conduits in the ceiling slab should:
- be run as straight as possible and if a change in direction is required it should be done
with a gentle curve. Appropriate conduit accessories like various types of bends, should
be used when required to ensure easy drawing of wires.
- be laid on prepared shuttering work before concrete is poured and tied to reinforcement
bars at least at every half metre.
- be laid so that they protrude through the shuttering at the entry/exit points.
- have GI pull wires installed in them while laying the conduit and before casting the slab.
b.
Accessories such as concealed fan hook boxes, junction boxes, etc. should be firmly secured
and its rim pressed tightly against the shuttering to prevent cement slurry from entry into the
enclosure during concreting. Bitumen should be used around the rim as a further precaution.
c.
Bitumen, alongwith cotton waste fibres, should be used as a sealant (to prevent ingress of
cement slurry) at all screwed ends, joints, entry of conduits into accessories and at all places
where the entry of cement slurry during concreting, will cause interference with smooth
drawing of wires. Besides the use of bitumen, the Contractor should also use methods he
thinks fit to prevent ingress of cement slurry into areas where it is not supposed to penetrate.
d.
Since concealed termination boxes are limited in position by shuttering, extension collars
should be provided to make them effectively flush with finished wall or ceiling.
Section VII. Works Requirements
127
e.
Conduits laid below flooring should be kept in position by GI saddles fixed to the slab by
means of nylon plugs and MS screws, at intervals of not less than 75 cms and also at all
critical bends.
f.
Conduits recessed in walls should:
- be installed before plastering is done.
- be secured well by steel hooks or staples at intervals of 75 cms.
- be installed only after chases and grooves are made of proper dimensions to ensure that
all the conduits in the groove can be properly accommodated, so that the top surface of
any conduit should be at least 25 mm below the finished surface of the wall.
g.
All recessed control boxes, distribution boards, etc. should be firmly fixed in position by
nylon plugs, set in machine drilled holes, and plated screws.
h.
All pipe sleeves required to be put in place through slabs, beams, columns and other RCC
structures, will not be part of the electrical contractor’s works.
Surface Wiring
Conduits should generally run in square and symmetrical lines. They should be fixed by heavy gauge GI spacers
and saddles. The spacers should be fixed by means of plated screws in nylon plugs set in machined drilled
holes.
Conduits should be joined by means of couplers and required approved accessories.
Bends in conduit runs should be done by a bending machine, and care should be taken that the original cross
section area is largely maintained while making the bend. Inspection boxes or inspection bends should be used
wherever pipe bends cannot be used.
Crossing of surface conduits will not be permitted and, wherever this takes place, adaptor boxes are to be used.
Installation
The size of conduit shall be selected in accordance with the number of wires permitted under table given below.
The minimum size of the conduit shall be 20 mm Dia unless otherwise indicated or approved. Size of wires
shall be as specified in the schedule of work / SLD.
Nominal
dia of
wires
(mm)
Nominal
Cross sec.
area
(sqmm)
20
mm
25
mm
32
mm
38
mm
S
B
S
B
S
B
S
B
1/2.40
1.50
4
3
8
6
15
9
-
-
1/1.80
2.50
4
2
6
4
10
8
-
-
1/2.24
4.00
2
2
4
3
8
6
-
-
1/2.80
6.00
1
-
4
3
6
6
-
-
1/3.55
10.00
1
-
3
2
5
4
6
5
Section VII. Works Requirements
128
S- runs of conduits which have distance not exceeding 4.25 m between draw boxes & which do not
deflect from the straight by an angle more than 15 degree.
B- runs of conduits, which have, deflect from the straight by more than 15 degree.
Conduits shall be kept at a minimum of 100 mm from the pipes of other non-electrical services.
Separate conduits shall be used for each of the following :










Normal lights and 6A 3 pin sockets on lighting circuit
Power outlets - 16A 6 pin socket
Emergency lighting
Telephones
Data outlets
Fire alarm system
Public address system
Call bell wiring
CCTV system
Access Control
Conduit layout shall be as approved of the Engineer. Wiring for short extensions to outlets in hung ceiling or to
vibrating equipments, motors etc., shall be installed in flexible conduits. Otherwise rigid conduits shall be used.
No flexible extension shall exceed 1.25m.
Point Wiring
Definition
A point shall include all work necessary in complete wiring to the following outlets from the controlling switch
or MCB.
a. Ceiling rose or connector (in the case of points for ceiling / exhaust fan points, prewired light
fittings, and call bells).
b. Ceiling rose (in case of pendants except stiff pendants).
c. Back plate (in the case of stiff pendants).
d. Lamp holder (in the case of goose neck type wall brackets, batten holders and fittings which
are not prewired).
Scope
Following shall be deemed to-be included in point wiring.
a. Conduit/channel as the case may be, accessories for the same and wiring/cables between the
DB and switch box, switch box and the point outlet, loop protective earthing of each fan/light
fixture.
b.
All fixing accessories such as clips, screws, Phil plug, rawl plug etc. as required.
c.
Metal or PVC switch boxes for control switches, regulators, sockets etc, recessed or surface
type, and phenolic laminated sheet covers over the same.
d.
Outlet boxes, junction boxes, pull-through boxes etc. but excluding metal boxes if any,
provided with switchboards for loose wires/conduit terminations.
Section VII. Works Requirements
129
e.
Any special block required for neatly housing the connector in batten wiring system.
f.
Control switch or MCB, as specified.
g.
3 pin or 6 pin socket, ceiling rose or connector as required. (2 pin and 5 pin socket outlet shall
not be permitted).
h.
Connections to ceiling rose, connector, socket outlet, lamp holder, switch etc.
i.
Bushed conduit or porcelain tubing where wiring cables pass through wall etc.
Measurement
Point wiring (Other than socket outlet points)
a.
Unless and otherwise specified, there shall be no linear measurement for point wiring for light
points, fan points, exhaust fan points, call bell points and power point. These shall be
measured on unit basis by counting.
Point wiring for socket outlet points:
a.
The light (6A) point and power (16A) point wiring shall be measured on linear basis, from
the respective tapping point of live cable, namely, switch box, another socket outlet point, or
the sub distribution board as the case maybe, up to the socket outlet.
b. The metal/PVC box with cover, switch/MCB, socket outlet and other accessories shall be
measured and paid as a separate item.
Note: There shall normally be no "on the board" light plug point.
c.
The power point outlet may be 16A/6 A six pin socket outlet, where so specified in the tender
documents.
Group Control point wiring:
a. In the case of points with more than one point controlled by the same switch, such points shall
be measured in parts i.e. (a) from the DB to switch board & the switch to the first point outlet
as one point (Primary point )and for the subsequent points, the distance from that outlet to the
next one and so on, shall be treated as separate point ( Secondary point)
b.
No recovery shall be made for non-provision of more than one switch in such cases.
Socket Outlets:
i.
Socket outlets shall be 6A 3 pin, 16 Amp 3 pin or 16/6 Amp 6 pin. 5 pin socket outlets will not
be permitted. The third pin shall be connected to earth through protective (loop earthing)
conductor, 2 pin or 5 pin sockets shall not be permitted to be used.
ii.
Conductors connecting electrical appliances with socket outlets shall be of flexible type with an
earthing conductor for connection to the earth terminal of plug and the metallic body of the
electrical appliance.
Sockets for the power outlets of rating above 1 KW shall be of industrial type with associated
plug top and controlling MCB.
iii.
Section VII. Works Requirements
130
iv.
Where specified, shutter type (interlocking type) of sockets shall be used.
v.
Every socket outlet shall be controlled by a switch or MCB, as specified. The control
switch/MCB shall be connected on the `live' side of the line.
vi.
5A/6A and 15A/ 16A socket outlets shall be installed at the following positions, unless
otherwise specified.
a.
Non-residential buildings - 23cm above floor level.
b.
Kitchen - 23 cm above working platform and away from the likely positions of stove and
sink. Bathroom - No socket outlet is permitted for connecting a portable appliance thereto.
MCB/IC switch may be provided above 2 m for fixed appliances, and at least 1 m away
from shower.
c.
Rooms in residences - 23 cm above floor level, or any other level in special cases as desired
by the Engineer-in-charge.
d.
Unless and otherwise specified, the control switches for the 6A and 16A socket outlets shall
be kept along with the socket outlets.
Mains & Submains wiring
Submain & Circuit (Mains) wiring:
a.
Submain wiring:
Submain wiring shall mean the wiring from one main/distribution switchboard to another.
b. Circuit(Mains) wiring:
Circuit wiring shall mean the wiring from the distribution board to the tapping point inside
the switch box, from where point wiring starts.
Measurement of submain and circuit wiring:
i.
Circuit and submain wiring shall be measured on linear basis along the run of the wiring.
The measurement shall include all lengths from end to end of conduit or channel as the case
maybe, exclusive of interconnections inside the switchboard etc. The increase on account of
diversion or slackness shall not be included in the measurement.
ii.
The length of circuit wiring with two wires shall be measured from the distribution. Board
to the nearest switch box from which the point wiring starts. Looping of switch boxes also
will-be counted towards circuit wiring, measured along the length of conduit/channel.
iii.
When wires of different circuits are grouped in a single conduit/ channel, the same shall be
measured on linear basis depending on the actual number and sizes of wires run.
iv.
Protective (loop earthing) conductors, which are run along the circuit wiring and the sub
main wiring, shall be measured on linear basis and paid for separately.
Section VII. Works Requirements
131
Note: Conduit carrying submain will not carry circuit/point wiring. Similarly conduit carrying circuit wiring
will not carry submain/point wiring. Conduit carrying point wiring will not carry submain/circuit wiring.
Measurement of other wiring work:
Except as specified above for point wiring, circuit wiring and submain wiring, other types of wiring shall be
measured separately on linear basis along the run of wiring depending on the actual number and sizes of wires
run.
Wiring System:
i.
Wiring shall be done only by the looping system. Phase/live conductors shall be looped at the
switch box. For point wiring, neutral wire/earth wire looping for the 1 st point shall be done in the
switch box; and neutral/earth looping of subsequent points will be made from point outlets.
ii. In wiring, no joints in wiring will be permitted any where, except in switch box or point outlets,
where jointing of wires will be allowed with use of suitable connector.
iii. The wiring throughout the installation shall be such that there is no break in the neutral wire
except in the form of linked switchgear.
iv. Colour coding:Following colour coding shall be followed in wiring:-
v.
Phase
:
Red/Yellow/Blue.(Three phase wiring)
Live
:
Red (Single phase wiring)
Neutral
:
Black
Earth
:
Green.
Termination of circuit into switchboard:Circuit will consist of phase/neutral/earth wire. Circuit will terminate in a switch board in
following manner:Phase wire terminated in phase connector. Neutral wire terminated in neutral connector. Earth
wire, terminated in earth connector.
The switchboard will have phase neutral and earth terminal connector blocks to receive phase/
neutral/earth wire.
RUN OF WIRING
i.
The type of wiring shall be as specified in the tender documents namely, surface conduit/recessed
conduit, steel/PVC, channel.
ii. Surface wiring shall run as far as possible along the walls and ceiling, so as to be easily accessible
for inspection.
iii. Above false ceiling, in no case, open wiring shall be allowed. Wiring will be done in recessed
conduit or surface steel conduit.
iv. In recessed conduit system, routes of conduit will be planned, so that various inspection boxes
provided don't present a shabby look. Such boxes can be provided 5 mm above plaster level, and
they can be covered with plaster of paris with marking of junction boxes.
Section VII. Works Requirements
v.
132
Where number of electrical services like electrical wiring, telephone wiring, computer cabling,
pass through corridors, it may be proper to plan such service with properly designed
aluminium/PVC channels duly covered by a false ceiling, so that subsequently such service can be
maintained and additional cables can be provided.
vi. Generally conduits for wiring will not be taken in floor slabs. When it is unavoidable special
precaution to be taken to provide floor channels with provision for safety and maintenance.
Alternatively false flooring can be provided.
Passing through walls or floors
i)
When wiring cables are to pass through a wall , these shall be taken through at a protection
(Steel/PVC) pipe or porcelain tube of suitable size such that they pass through in a straight line
without twist or cross in them on either end of such holes. The ends od metallic pipe shall be
neatly bushed with porcelain, PVC or other approved material.
ii) All floor openings for carrying any wiring shall be suitably sealed after installation
JOINTS IS CABLES
i.
The type of wiring shall be as specified in the tender documents namely, surface
conduit/recessed conduit, steel/PVC, channel.
ii. Surface wiring shall run as far as possible along the walls and ceiling, so as to be easily
accessible for inspection.
iii. Above false ceiling, in no case, open wiring shall be allowed. Wiring will be done in recessed
conduit or surface steel conduit.
iv. In recessed conduit system, routes of conduit will be planned, so that various inspection boxes
provided don't present a shabby look. Such boxes can be provided 5 mm above plaster level, and
they can be covered with plaster of paris with marking of junction boxes.
v.
Where number of electrical services like electrical wiring, telephone wiring, computer cabling,
pass through corridors, it may be proper to plan such service with properly designed
aluminium/PVC channels duly covered by a false ceiling, so that subsequently such service can
be maintained and additional cables can be provided.
vi. Generally conduits for wiring will not be taken in floor slabs. When it is unavoidable special
precaution to be taken to provide floor channels with provision for safety and maintenance.
Alternatively false flooring can be provided.
Passing through walls or floors
i)
When wiring cables are to pass through a wall , these shall be taken through at a protection
(Steel/PVC) pipe or porcelain tube of suitable size such that they pass through in a straight line
without twist or cross in them on either end of such holes. The ends od metallic pipe shall be
neatly bushed with porcelain, PVC or other approved material.
ii) All floor openings for carrying any wiring shall be suitably sealed after installation
CAPACITY OF CIRCUITS
i)
Lighting circuit shall feed light/fan/ call bell points. Each circuit shall not have more man 800
Watt connected load or more man 10 points. However, in case of CFL points where load per point
may be less, number of points may be suitably increased.
ii) Power circuit in non-residential building will have only one outlet per circuit.
iii) Each power circuit in residential building can feed following outlets:
a)
Not more than 2 Nos. 16A outlets.
b) Not more than 3 Nos. 6A outlets.
Section VII. Works Requirements
c)
133
Not more than 1 No. 16A and 2 Nos. 6A outlets.
iv) Load more than 1KW shall be controlled by suitably rated MCB and cable size shall be decided as
per calculations.
v) Power wiring with Bus trunking:
It is permitted to meet large-scale power requirement in a hall, or floor, with use of single phase
or 3 phase bus bars running inside a metal enclosure. This, will be provided with careful design
and use of factory fabricated bus-trunking of reputed make, conforming to relevant BIS standards
and with standard accessories like End feed unit, tap off with necessary safety features like over
current, short-circuit and earth fault protection. Such trunking will be of specified breaking KA
rating.
Cables
i)
Copper conductor cable only will be used for submain/circuit/point wiring.
ii) Minimum size of wiring:
Light Wiring:
Power Wiring:
1.5sq.mm.
4.0sq.mm.
Power circuit rated: More than 1 KW,
Size as per calculation.
iii) Insulation:
Copper conductor-cable shall be PVC insulated, Fire retardant, low smoke (FRLS) type
conforming to BIS Specification.
iv) Multi stranded: Cables are permitted to be used
WIRING ACCESSORIES
a.
Control switches for point:
i)
Control switches (single pole switch) carrying not more than 16A shall be modular type. The
switch shall be 'On' when the knob is down.
ii) Modular type switches of reputed make along with matching mounting boxes, shall be used in
non-residential buildings and residential quarters of all types. Modular type sockets, stepped
type fan regulators shall be used. All such boxes, switches and accessories shall be of same
make of modular switch manufacturer.
iii) It is recommended to provide double pole MCB in proper enclosure as power out let for
window type AC units, geysers etc.
b. Switch Box:
i.
Switch box shall be hot dip galvanized, factory fabricated. Suitable in size for surface/ recess
mounting and suitable in size for accommodating the required number of switches and
accessories (where required to be used for applications other then modular switches/ sockets).
ii. Switch box also can be of non-metallic material. The technical sanctioning authority will
approve specified makes of reputed quality and specifications.
C. Switch box covers (for application other than modular type):
Phenolic laminated sheets of approved shade shall be used for switch box covers. These
shall be of 3mm thick synthetic phenolic resin bonded laminated sheet as base material and
conforming to grade P-I of IS: 2036-1974.
Note: Specification for switch boxes is covered in the chapters on the various types of
wiring.
Section VII. Works Requirements
134
d. Ceiling rose:
i)
A ceiling rose shall not be used on a circuit, the voltage of which normally exceeds 250V.
ii) Only one flexible cord shall be connected to a ceiling rose. Specially designed ceiling roses
shall be used for multiple pendants.
iii) A ceiling rose shall not embody fuse terminal as an integral part of it.
e.
Lamp holders:
i)
Lamp holders may be batten, angle, pendant or bracket holder type as required. The holder
shall be made of brass and shall be rigid enough to maintain shape on application of a nominal
external pressure. There should be sufficient threading for fixing the base to the lamp holder
part so that they do not open out during attention to the lamp or shade.
ii) Lamp holders for use on brackets and the like shall have not less than 1.3 cm nipple, and all
those for use with flexible pendant shall be provided with cord grips.
iii) All lamp holders shall be provided with shade carriers.
iv) Where center contact Edison Screw lamp holders are used, the outer or screw contact shall be
connected to the 'middle wire', or the neutral conductor of the circuit.
f.
Fan Regulators and Clamps
i)
The metallic body of regulators of ceiling fans/ exhaust fans shall be connected to earth by
protective conductor. Regulator shall be of electronic step type as indicated.
ii) The leading in wire shall be of nominal cross sectional area not less than 1.5 Sq.mm. & shall
be protected from abrasion.
iii) The down rod for ceiling fan shall be of length as required at site & shall be included in the
offer quoted.
CONDUITS
(i) All non-metallic conduit pipes and accessories shall be of suitable material complying with IS:
2509-1973 and 18:3419-1989 for rigid conduits and IS: 9537 (Part 5) 2000 for flexible conduits.
The interior of the con 46 Conduits shall be free from obstructions. The rigid conduit pipes shall
be ISI marked.
(ii) The conduits shall be circular in cross-section. The conduits shall be designated by their nominal
outside diameter. The dimensional details of rigid non-metallic conduits are given in Table-Il.
(iii) No non-metallic conduit less than 20mm in diameter shall be used.
(iv) Wiring capacity
The maximum number of P VC insulated aluminium/copper conductor cables of 650/1100V
grade conforming to IS: 694-1990 that can be drawn in one conduit of various sizes is given in
Table-I. Conduit sizes shall be selected accordingly.
Conduit accessories
(i) The conduit wiring system shall be complete in all respect including accessories.
(ii) Rigid conduit accessories shall be normally of grip type.
(iii) Flexible conduit accessories shall be of threaded type.
(iv) Bends, couplers etc. shall be solid type in recessed type of works, and may be solid or inspection
type as required, in surface type of works.
(v) Saddles for fixing conduits shall be heavy gauge non-metallic type with base.
Section VII. Works Requirements
135
(vi) The minimum width and the thickness of the ordinary clips or girder clips shall be as per Table III.
(vii) For all sizes of conduit, die size of clamping rod shall be 4.5 mm (7 SWG) diameter.
TABLEI
Maximum number of PVC insulated 650/1100 V grade aluminium / copper Conductor cable
conforming to IS: 694-1990.
Nominal cross Sectional
20mm
Area of Conductor in
25mm
32mm
38mm
51mm
64mm
sq.mm
S
1
1.50
2.50
4
6
10
16
25
35
50
70
2
5
5
3
2
2
-
B
3
4
3
2
-
S
4
10
8
6
5
4
2
-
B
5
8
6
5
4
3
2
-
S
6
18
12
10
8
6
3
3
B
7
12
10
8
7
5
3
2
S
B
S
B
S
B
8
9
10
11
12
13
8
6
5
3
6
5
3
2
10
8
6
5
4
7
6
5
3
3
12
9
8
6
5
8
7
6
5
4
Note:
1.
The above table shows the maximum capacity of conduits for a simultaneous drawing in
of cables.
2.
The columns headed'S' apply to runs of conduits which have distance not exceeding 4.25
m between draw in boxes and which do not deflect from the straight by an angle of more
than 15 degrees. The columns headed 'B' apply to runs of conduit, which deflect from the
straight by an angle of more than 15 degrees.
3.
Conduit sizes are the nominal external diameters.
TABLE II
Dimensional details of rigid non – metallic conduits
(All dimensions in mm)
Section VII. Works Requirements
Maximum
Nominal.
Sr. No.
outside diameter
(in mm)
1.
2.
3.
4.
5.
outside-
20
25
32
40
50
diameter
(in mm)
20 +0.3
25 +0.3
32 +0.3
40 +0.3
50 +0.3
136
Maximum
Minimum
inside-diameter
(in mm)
permissible
eccentricity
(in mm)
0.2
0.2
0.2
0.2
0.4
17.2
21.6
28.2
35.8
45.0
Maximum
permissible
ovality (in mm)
0.5
0.5
0.5
0.5
0.6
TABLE III
Ordinary Clips or girder clips
Size of Conduit
1) 20mm & 25mm
2) 32mm & above
Width
19 mm
25 mm
Thickness
20 SWG (0.9144 mm)
18 SWG (1.219 mm)
TESTING OF INSTALLATION:
Before a completed installation is put into service, the following tests shall be complied with:
INSULATION RESISTANCE:
The insulation resistance shall be measured by applying 500 volt megger with all fuses/ MCB in
places, circuit breaker and all switches closed.
The insulation resistance of an installation, measured shall not be less than 50 megohms divided by
the number of points on the circuit.
The insulation resistance shall be measured between
EARTH TO PHASE
EARTH TO NEUTRAL
PHASE TO NEURAL
PHASE TO PHASE
EARTH CONTINUITY PATH:
The earth continuity conductors shall be tested for electrical continuity and the electrical resistance
of the same along with the earthing lead but excluding any added resistance or earth leakage
circuit-breaker measured from the connection, with the earth electrode to any point in the earth
continuity conductor in the completed installation and shall not exceed the value specified in IS .
POLARITY OF SINGLE POLE SWITCHES :
A test shall be made to verify that every no-linked, single pole switch is connected to one of the
phase of the supply system.
Section VII. Works Requirements
137
COMPLETION CERTIFICATES:
All the above tests shall be carried out in presence of engineer in charge and the results shall be
recorded in prescribed forms. Any default during the testing shall be immediately rectified and that
section of the installation shall be re tested. The completed test result from shall be submitted to the
engineer in charge in required set of copies..
On completion of an electric installation a certificate shall be furnished by the contractor,
countersigned by the certified supervisor under whose direct supervision the installation was
carried out. This certificate shall be in a prescribed form as required by the local electric supply
authority.
Samples
Samples of the items to be supplied under the Contract shall be submitted for the approval of the Owner.
Material complying with the approved samples only shall be procured.
Drawings
All drawings should have the following data:
i. Client’s name.
ii. Project title.
iii. Purchase Order No. & Date.
The following drawings should be furnished by the contractor:
i.
General arrangement drawings showing principal dimensions, feeder arrangements, front view,
plan and foundation details for switchgear and control panels.
ii. Single line diagrams of power circuits giving rating of various equipment.
iii. Schematic and control wiring diagram for control circuits, also indicating ferrule & terminal
markings.
iv. Drawings giving the schedule of components incorporated, with details of rating, make,
catalogue/type number, etc.
v. Shop Floor Drawings
vi. `AS EXECUTED’ drawings for :
vii. substations showing positions of equipment, cable routing, earthing details, etc.
viii. all other works carried out, but not specifically mentioned above.
It is the duty of the contractor to get the installation approved by the competent authorities and for this purpose
all paperwork, drawings, etc. that are required, will have to be done by the contractor. The employer will
reimburse the statutory payments made for this purpose on production of receipts in original.
Four copies of general arrangement, single line, schematic & control wiring diagrams are to be submitted for
approval within 3 weeks of receipt of order. The manufacture should commence work only after receipt of
approval of drawings.
Documentation
Four sets of the following items should be submitted, each set duly bound (for all equipments, including bought
out components).
i.
ii.
iii.
iv.
Test certificates.
Instruction manuals for installation, operation and maintenance.
Spare parts list and prices.
AS EXECUTED’ drawings.
Section VII. Works Requirements
3
138
LOW VOLTAGE PANELS / APFC Panel
Scope
Scope of these specifications covers the design, material selection, manufacture, testing at manufacturer’s
works, insurance, packing, transportation, loading/unloading, supply at site, installation, testing and
commissioning of the low voltage panels / APFC panels covered in the BOQ, for indoor / outdoor installation.
Single line diagrams are shown on relevant tender drawings enclosed with the tender documents.
Codes and Standards
Some of the important applicable codes/ standards issued by the Bureau of Indian Standards are listed below for
the guidance of the Tenderers. Latest issues of the standards/codes shall be applicable:
IS: 13947
IS: 5578
IS: 11353
:
:
:
IS: 2147
:
IS: 2675
:
IS: 255
IEC60947
IEC60947
IS: 13947
:
:
:
:
IS: 1818
:
IS: 8623
:
IS: 8828
:
IS: 9926
:
IS: 2208
IS: 2705
IS: 3156
IS: 1248
IS: 722
IEC 60947 /
IS: 13947
IEC60947/
IS: 13947
:
:
:
:
:
:
IS: 3231
IS: 375
:
:
:
L.V. switchgear and control gear Part-I – 1993 General rules
Guide for marking of insulated conductors
Guide for uniform system of marking and identification of
conductors and apparatus terminals
Degree of protection provided by enclosures for low voltage
switchgear and control gears
Enclosed distribution fuse boards and cutouts for Voltages not
exceeding 1000 V
Danger notice plates
Circuit Breakers (Part- II)
Circuit breakers (Part-II)
Switches, Disconnectors, switch disconnector (Part - III) and
fuse combination units.
Alternating current isolators (disconnectors) and earthing
switches.
Factory built assembles of switchgear and control gear for
voltages upto and including 1000 V AC & 1200 V DC.
Miniature air break circuit breakers for voltages not exceeding
1000 V
Fuse wires used in rewirable type Electric fuses upto 1100
Volts
HRC fuse links
Current Transformers (Part- I, II & III)
Voltage Transformers (Part- I, II & III)
Indicating Instruments
Integrating Instruments
Control devices and switching elements (Part - 5) Section-1
Contactors and motor starter section 1 (Part - 4)
Electromechanical.
Section - 1
Relays
Marking and arrangement of busbarsIndian Electricity Act and
Rules
Section VII. Works Requirements
139
System Rating
All the Main Panels / Motor control centres / APFC panels shall be suitable for operation on three phase/ single
phase, 415/230 volts, 50 Hz neutral solidly grounded at transformer and short circuit level not less than 415
Volts at 35 KA / 25 KA.
All the Main Panels / Motor control centres / APFC panels shall be designed to withstand heaviest condition at
site, with maximum expected ambient temperature of 40ºC, 90-95 percent humidity and dusty weather.
Materials and Construction
Cubicle type LV Switchgears Panels:
Structure
The LV Switchgears panels shall be sheet steel enclosed cubicle pattern, floor mounted free standing, totally
enclosed dead front, compartmentalised multi-tier formation design. The panels shall be extensible type with
provision for bus bar extensions. Generally all panels shall be of front access only & suitable for bottom entry
of cables & top entry of bus duct unless otherwise specified.
All MS sheet steel used in the construction of panels shall be 2mm thick and shall be folded and braced as
necessary to provide a rigid support for all components. Sheet steel shrouds and partitions shall be of minimum
2 mm thickness. Joints of any kind in sheet steel shall be seam welded, all welding slag grounded off and
welding pits wiped smooth with plumber metal. The height of the panels should not be more than 2200 mm.
The operating levels of the top most cubicles shall not be more than 1800 mm. The operating level of the lower
most cubicles shall not be less than 500 mm.
The panels shall be totally enclosed, completely dust and vermin proof. Gaskets between all adjacent units and
beneath all covers shall be provided to render the joints dust proof. All doors and covers shall be fully gasketed
with foam rubber and/or rubber strips and shall be lockable. Doors shall have concealed hinges.
All panels and covers shall be properly fitted and secured 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 bolt
and nuts. Self threading screws shall not be used in the construction of the panels.
A base channel of 75mm x 40mm x 5mm thick shall be provided at the bottom. A clearance of 300mm between
the floor of the panels and the bottom of the lower most units shall be provided.
The Panels shall be preferably arranged in multi-tier formation. These shall be of adequate size with a provision
of 20 Percent spare space to accommodate possible future additional switch gear. The size of the boards shall be
designed in such a way that the internal space is sufficient for hot air movement, and the electrical component
do not attain temperature more than 40 degree Celsius.
Knockout holes of appropriate size and number shall be provided in the panels in conformity with the number,
and size of incoming and outgoing conduits/cables.
Alternatively the panels shall be provided with removable un-drilled sheet steel gland plates (3mm thick) at top
to drill holes for cable/ conduit entry at site. The panels shall be designed to facilitate easy inspection,
maintenance and repair.
The panels shall be sufficiently rigid to support the equipment without distortion under normal and short circuit
condition. They shall be suitably braced for short circuit duty. Provision shall be made for permanently earthing
the frames and other non-current carrying parts of the switchgear by two independent earth connections.
Section VII. Works Requirements
140
Protection Class
All indoor Panels shall have degree of protection conforming to class IP 52. Outdoor panels shall be weather
proof dust and water tight IP-66.
Metal Treatment & Finish
All sheet steel work used in the construction of switchboard shall undergo a process of degreasing, pickling in
acid, cold rinsing, phosphating, passivating and then spraying with a high corrosion resistant primer. The
primer shall be baked in an oven followed by finishing treatment of two coats of epoxy paint alternatively these
shall be powder coated to the specified shade of IS.5 of approved colour and stoved. Inside the doors shall be
matt finished. The total thickness of paint shall not be less than 25 microns.
Bus Bars
The Bus bars shall be of three phase four wire system with separate neutral and earth bar. The busbars, and
interconnection between busbars and various components shall be of high conductivity, high strength
aluminium alloy complying with the requirement of grade E91E of IS 5082. The busbar shall be of rectangular
cross section designed to withstand full load current for phase busbars and half rated current for neutral busbars
and shall be extensible on both sides. The busbar shall have uniform cross section through out the length.
Bus-bars shall be of electrolytic aluminium / copper as specified. Current density shall not exceed 1 Amps /
sq.mm for aluminium & 1.5 Amps / sq.mm for copper. (Or as specified in specific requirements)
The busbars and interconnections shall be coated with heat resistant sleeves & colour coding. The busbars shall
be supported on unbreakable, non hygroscopic insulated supports of FRP SMC supports at sufficiently close
intervals to prevent busbar sag and shall effectively withstand without damage electromagnetic stresses in the
event of short circuit. The neutral as well as earth bar shall also be capable of withstanding the fault level.
Temperature rise in bus-bars shall not exceed 40 deg. above ambient of 45 deg.C
Bus-bars sleeve is optional. Black mat finish of bus-bars is preferred for better heat dissipation.
Bus-bars shall withstand short-circuit capacity as mentioned. Number and spacing of supports shall be
designed accordingly.
Tapping of bus-bars shall have contact surface at least four times the cross-section of tapping. Cross section of
the risers/ tapping shall be rated for 150% of summated capacity of the switches on that section.
Bimetallic joints shall be avoided as far as possible. If provided, copper surfaces shall be tinned or coated with
thin film of corrosion inhibiting compound or provided with bimetal plate.
The busbars shall be housed in a separate compartment. The busbar shall be isolated with 3mm thick bakelite
sheet to avoid any accidental contact. All busbars connections shall be done by drilling holes in busbars and
connecting by chromium plated brass bolts and nuts. Additional cross section of bus bars shall be provided in
all Panels/ Distribution boards to cover up the holes drilled in the busbars. Spring and flat washers shall be used
for tightening the bolts.
All connections between busbars and circuit breakers/ switches and between circuit breakers/switches and cable
terminals shall be through solid copper strips of proper size to carry full rated current. These strips shall be
insulated with insulating heat resistant paint with colour coding.
Circuit Compartments
Each circuit breaker shall be housed in separate compartments and shall be enclosed on all sides. Sheet steel
hinged lockable door shall be duly interlocked with the breaker units in "ON" and "OFF" positions. Safety interlocks shall be provided for air circuit breaker to prevent the breaker from being drawn-out when the breaker is
in "ON" position.
Section VII. Works Requirements
141
The door shall not form an integral part of the drawout position of the circuit breaker. All instruments and
indicating lamp shall be mounted on the compartment door. Sheet steel barrier shall be provided between the
tiers in a vertical section.
Instrument Compartment
Separate and adequate compartment shall be provided for accommodating instruments, indicating lamps,
control contactors/relays, and control fuses etc., These components shall be accessible for testing and
maintenance without any danger of accidental contact with live parts of the circuit breaker units, bus bars and
connections.
Terminals
The outgoing terminals and neutral link shall be brought out to a cable alley suitably located and accessible
from the panel front. The current transformers for instruments metering shall be mounted on the terminal
blocks. No direct connection of incoming or outgoing cables to internal components of the Panels/Distribution
board is permitted,
Wire ways
A horizontal PVC wire way with screwed covers shall be provided at the top to take interconnecting control
wiring between different vertical sections.
Cable Compartments
Cable compartments of adequate size shall be provided in the Panels/Distribution Boards for easy termination
of all incoming and outgoing cables entering from bottom or top. Adequate supports shall be provided in the
cable compartments to support cables. All outgoing and incoming feeder terminals shall be brought out to
terminal blocks in the cable compartment.
Earthing
Copper earth bars of suitable size but not less than 25 mm x 3 mm shall be provided in the Panels/Distribution
Boards for the entire length of the panel. The frame work of the Panels/Distribution board shall be connected to
this earth bar. Provision shall be made for connection from this earth bar to the main earthing bar coming from
the earth pit on both sides of the Panels/Distribution board and to take tapping to the outgoing earthing strips to
connect to the main distribution boards.
The earth continuity conductor of each incoming and outgoing feeder shall be connected to this earth bar. The
armour shall be properly connected with earthing clamp, and the clamp shall be ultimately bonded with the
earth bar. CT earthing also shall be connected to this earth bar.
Labels
Engraved PVC labels shall be provided on all incoming and outgoing feeders. Single line circuit diagram
showing the arrangements of circuit inside the Panels/DBs shall be pasted on inside of the panel door and
covered with transparent laminated plastic sheet.
Internal Components
The Panels/ Distribution boards shall be equipped complete with all type of required number of circuit breakers,
contactors, relays, fuses, meters, instruments, indicating lamps, push buttons, equipment, fittings, busbars, cable
boxes, cable glands etc., and all the necessary internal connections /wiring as required and as indicated on
relevant drawings or as required. Components necessary for proper complete functioning of the
Panels/Distribution boards, but not indicated on the drawings or BOQ shall be supplied and installed on the
distribution boards.
All parts of the Panel/Distribution boards carrying current including the components, connections, joints and
instruments shall be capable of carrying their specified rated current continuously, without temperature rise
Section VII. Works Requirements
142
exceeding the permissible values as per the relevant specifications at any part of the Panel/Distribution boards.
All units of the same rating and specifications shall be fully interchangeable.
Painting for Steel Work
All steel work shall undergo a rust removal process comprising alkaline degreasing, decaling in dilute sulphuric
acid, cold rinsing, phosphating and passivating. The steel work shall then be powder coated, powder coating
thickness shall not be less than 50 micron. The paint shade for panel inside/ outside shall be RAL 7032 as per
IS 5.
Cable Entry
Cable entry for the incoming and outgoing feeders shall be as specified in the drawings/ to suit site conditions.
Removable sheet steel gland plates shall be provided for fixing the cable glands.
The space in cable alleys between gland plates and terminals for connecting the lugs must be adequate for the
specified size of cables. Manufacturer shall show these clearances on the general arrangement drawings and the
same shall be increased if so instructed by the Consultants, without extra price. The Tenderers may submit such
drawings with their tenders, if approval is required before finalising the order. Supports for clamping cable
cores and module identifying numbers shall be provided in cable alleys.
Specifications for Components & Accessories
Switchgear
Fuse switch units or circuit breakers as specified in the B.O.Q. shall be incorporated.
Shrouds shall be provided for live terminals in each module. Each terminal shall have spring washers. Cam
operated rotary switches with adequate terminal adaptors upto 25 AMP are acceptable but higher ratings switch
shall be heavy duty conforming to IS 13947. Minimum phase to phase and phase to earth clearances of 25 mm
and 20 mm respectively shall be provided. Phase barriers shall be provided.
Air Circuit Breakers (ACB)
General
Air circuit breakers, where specified, shall be sheet metal enclosed 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.
The ACB shall be 3 pole with brass neutral link or 4 pole as specified, of modular construction, manually or
electrically operated version as specified and shall be capable of providing short circuit, overload and earth fault
protection through micro processor based control unit, where specified.
The Circuit breaker shall be for continuous rating and service. Short Circuit Breaking capacity shall be 35 KA.
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 breaker panel and integral
with the breaker.
The contacts shall be of silver plated copper with a feature of contact wear inspection, indicating the life of the
contacts. The ACB shall have double insulation with moving and fixed contacts totally enclosed for enhanced
safety and in-accessibility to live parts. Electrical closing breaker shall be with electrical motor wound stored
energy spring charging mechanism with mechanical indicator.
Cradle
Section VII. Works Requirements
143
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. For earthing, scraping earth facility shall be provided.
There shall be four distinct and separate positions of the circuit breaker on the cradle.
Service Position
-
Test Position
-
Isolated Position
Maintenance
-
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.
Circuit breaker fully outside the panel ready for maintenance.
Protections
Microprocessor based release unit, where specified, shall be provided on circuit breaker for short circuit, over
current and earth fault protection with adjustable settings.
The release shall incorporate an 8-bit microcomputer 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:
- Overload or long time protection.
- Short circuit or short time protection with intentional delay.
- Instantaneous protection with no intentional delay.
- Ground fault protection.
The release shall sample the current at the rate of 16 times per cycle to monitor the actual load current
waveform following the system and shall monitor the true RMS value of the load current. It shall take into
account the effect of harmonics also. The Tenderer is required to bring-out in his tender the details of
protections proposed in the offered breaker, if they differ from those mentioned above.
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.
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 close-to-ideal protection curve.
Available pick-up and time delay settings shall have flexibility for over two million different I-t characteristics
to suit different applications.
Trip Indication
Electromechanical fault status indicators shall be provided to display the type of fault that caused a trip without
any auxiliary supply or battery, resulting in faster fault diagnosis and reduced system down time.
Test Facility
Test facility shall be provided to test the operation of the release in different protection zones by simulating CT
inputs externally through a testing kit.
Self-Powered
Section VII. Works Requirements
144
The release shall draw its power from the main breaker CTs and shall require no external power supply for its
operation.
Tripping of the Breaker
The release shall trip the breaker through a flux shift device, which shall directly act, on the breaker trip load.
Factory Settings
The release shall be set at the following values at the time of shipping, unless specified otherwise.
LTP = 0.5. LTD = 2s. STP = 9. STD = 100ms. IP = Infi.
GFP = 0.3. GFD = 100 ms. Memory = OFF
Under voltage relay for voltage less than 90% of the rated voltage (415V) shall be provided where specified.
Over voltage relay for voltage more than 110% of the rated voltage (415 V) shall be provided where specified.
Minimum 6 NO and 6 NC auxiliary contacts shall be provided on each breaker. The contacts shall be rated 5
amps.
Rated Insulation Voltage shall be 1000 volts AC.
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.
All current carrying parts shall be silver-plated and suitable arcing contacts with proper arc chutes shall be
provided to protect the main contacts. The heat generated in the contacts due to tripping under fault conditions
shall be very nominal.
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 breakers of two different thermal ratings.
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.
Arc Chute covers wherever necessary shall be provided.
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.
Moulded Case Circuit Breaker (MCCB)
MCCB shall be Current Limiting type and shall comprise Quick Make-break switching mechanism preferably
of Double Break Contact system. 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. All MCCBs rated 200 Amps and above shall have adjustable magnetic
short circuit pick-up. The MCCBs shall be 3 pole with link in the neutral, unless specified otherwise.
The trip command shall override all other commands. MCCB shall employ maintenance free double break
contact system to minimise the let thru energies and capable of achieving discrimination upto full short circuit
Section VII. Works Requirements
145
capacity of downstream MCCB. The manufacturer shall provide both discrimination tables and let thru energy
curves.
The breaking capacities specified will be ICU=ICS i.e type-2 Co-ordination as per IEC-947-2/ IS 13947.
The MCCBs shall be provided with rotary handle operating mechanism. The handle position shall give positive
indication of “ON OFF” or “Tripped” position thus qualifying to disconnection as per the IS/IEC indicating the
true position of all the contacts. In case of four pole MCCB the neutral shall be defined and capable of offering
protection.
All MCCBs shall be provided with thermal magnetic releases unless otherwise asked for differently in the
BOQ. MCCBs offered shall be capable of performing the desired duties such as motor control, capacitor control
etc.
Miniature Circuit Breaker (MCB)
Miniature Circuit Breaker shall comply with the relevant IS standard. Miniature circuit breaker shall be quick
make and break type for 230/415 V AC 50 Hz applications with magnetic thermal release for over current and
short circuit protection. The breaking capacity shall not be less than 10 KA at 415 VAC. MCBs shall be of DIN
mounting type. The MCB shall be Current Limiting type. MCBs shall be classified as per their Tripping
Characteristic curves defined by the manufacturer. The MCB shall have the minimum power loss (Watts) per
pole defined as per the IS/ IEC and the manufacturer shall publish the values. The MCBs shall be 1 pole, 3 pole
with link-in the neutral or 4 pole type as specified.
The housing shall be heat resistant and having a high impact strength. The terminals shall be protected against
finger contact to IP20 Degree of protection. All DP, TP and TPN miniature circuit breakers shall have a
common trip bar independent of the external operating handle. MCBs offered shall be capable of performing the
desired duties such as motor control, capacitor control etc.
Earth Leakage Circuit Breaker Current Operated Type (ELCB)
System of Operation
Earth Leakage Circuit Breaker (ELCB) shall work on the principle of core balance transformer. The incoming
shall pass through the torrodial core transformer. As long as the currents in the phase and neutral shall be the
same, no electro motive force shall be generated in the secondary winding of the transformer. In the event of a
leakage to earth, an unbalance shall be created which shall cause a current to be generated in the secondary
winding. This current shall be fed to a high sensitive miniature relay, which shall trip the circuit if the earth
leakage current exceeds a predetermined critical value. ELCB/ RCCB shall be current operated independent of
the line voltage. Current sensitivity of a minimum of 30 mA and a maximum of 100 mA at 240/415 volts AC
and shall have a minimum of 20000 electrical operations and suitable for the system designed.
Mechanical Operation
The moving contacts of the phases shall be mounted on a common bridge actuated by a rugged toggle
mechanism. Hence, the closing/ opening of all the three phases shall occur simultaneously. This also shall
ensure simultaneous opening of all the contacts under automatic tripping conditions.
Neutral Advance Feature
The neutral moving contact shall be so mounted on the common bridge that at the time of closing the neutral
shall make contact First before the phases and at the time of opening the neutral shall break last after allowing
the phases to open first. This is an important safety feature, which is also required by regulations.
Section VII. Works Requirements
146
Testing Provision
A test device shall be incorporated to check the integrity of the earth leakage detection system and the tripping
mechanism. When the unit is connected to service, pressing the test knob shall trip the ELCB and the operating
handle shall move to the “OFF” position.
Isolators
The isolators shall conform to the applicable Indian Standard and shall be suitable for operation on 415V, 3ph,
4wire, 50Hz supply. The isolators shall be of AC23 category. The design shall employ quick make and quick
break mechanism. ON-OFF mechanical position indications shall be marked. The isolators shall have
padlocking facility in OFF position. Unbreakable moulded plastic handles shall be provided. Isolators shall be 4
pole / 3 pole with brass neutral link as specified.
Contactors
Contactors shall conform to the applicable Indian Standards. Contactors proposed shall be capable of
performing the desired duties such as motor starting, capacitor control etc. Minimum 2 NO + 2 NC
auxiliary contacts shall be available. Contactor coils shall be suitable for operation on the stipulated
AC/Dc voltages. Contactors shall be of AC3 duty, unless noted otherwise.
Instruments
Instruments shall be digital flush mounting type. Digital Load Managers shall be provided for the parameters as
indicated in the SLD and B.O.Q. Energy meters shall be suitable for 3 phase 4 wire unbalanced load. Energy
meters shall be mounted flush and gaskets shall be used for making the door cut-out dust tight.
Current Transformers
Current transformers shall be bar primary type with accuracy class and VA burden as specified.
Wiring and Terminals
Flexible copper wires of 650V/ 1100V grade shall be used for wiring between components on the modules and
components on the doors. Solid copper wires shall be used for wiring between components on the modules. The
size of the copper control wires shall not be less than 1.5 sq.mm for control circuits and 2.5 sq.mm for power
circuits. C.T. section to be with minimum 2.5 sq. mm wires. Flexible copper wires shall be used for power
wiring. Colour coded wires shall be used for control and power wiring. For termination of conductors of sizes
higher than 25 sq.mm, terminals in the form of copper busbar pieces shall be provided. Terminal blocks shall be
minimum 16A size and suitable for upto 4 sq.mm core connection. Spring washers, zinc passivated or plated
bolts, lock nuts etc. shall be provided with such terminals. Lugs shall be used for terminating flexible copper
wires. Lugs shall be fitted by crimping method only. Ferrules shall be provided for every control terminal
including the terminals of the components. The ferrule number shall be the same as the control terminal
number. Automatic dropping type terminals or shorting facility shall be provided where CT secondary leads are
to be terminated.
Section VII. Works Requirements
147
Indicating Lamps & selector switch
Indicating lamp shall be of the cluster LED type of specified colour & selector switch shall be of the
rotary type with black handles.
Labels
Engraved PVC/ Black anodized labels shall be provided on all components and feeders. A common label shall
also be provided for the panel. Inscription on labels shall be finalised during detailed engineering. All
components shall have identification labels inside the panels also.
Space Heaters
Space heaters shall be provided with Caution-Live Terminals notice near them inside the panel. Space heaters
shall be controlled by HRC fuses and thermostats. Space heaters shall be of 40 W or 60W and suitable for
operation at 240 V single phase A.C supply. Power supply for the space heater shall be derived from the
upstream side of the incomer. Space heaters shall be provided in each cable alley, as applicable.
Interlocks
Suitable mechanical interlock castle key type shall be provided, if specified. For automatic operation, only
electrical interlocks shall be provided. Interlocking scheme shall be designed for automatic operation.
Specific Requirements for Automatic Power Factor Correction (APFC) Panels
Specifications covered in clause Nos. 11.1 to 11.5 above, as relevant, are applicable to these panels also.
Capacitors
i.
Capacitor units shall be of polypropylene film.
ii. Each capacitor unit shall be provided with built-in silver fuse.
iii. The watt loss shall not exceed 1.5 watt/ kVAR
iv. Capacitors shall be impregnated void-free.
v.
Capacitor units shall be housed in sheet steel containers and shall be connected to from a 3 phase
bank suitable for operation on 415 V, 3 ph, 50 Hz supply.
Discharge Resistors
The units shall be provided with permanently connected discharge resistors so that residual voltage shall be
reduced to 50 volts or less within one minute after the capacitor is disconnected from the source of supply.
Earthing
Two separate earthing terminals suitable for termination of 2 NOS X 25 x 6 mm GI flat or conductor of
specified size shall be provided for each bank, for bonding to earth.
Automatic Automatic Power Factor Correction (APFC) Panel
Sheet steel enclosed free standing, ‘APFC’ panel, suitable for top/ bottom entry of cables, shall house the
incoming/ outgoing MCCBs/ Isolators/ switch fuse units etc., of capacity control duty, capacitor duty
contactors, power factor correction capacitors, power factor measuring and controlling relays, associated control
Section VII. Works Requirements
148
circuitry and all other components/ accessories etc. required for the satisfactory operation of the system. The
constructional features shall be in line with those stipulated under Low Voltage Panels.
The total kVAR capacitor bank value shall be made using, standard 3 phase units of specified kVAR, space for
introducing specified no of banks in future, where specified shall be provided. Provision of power/ control
wiring, internal connections etc. for the bank/s to be added in future shall be made in the panel. The kVAR
ratings specified are values at 415 V and actual kVAR ratings offered shall suit the rated voltage. The section of
the panel, where capacitor banks are to be located, shall be provided with an exhaust fan (in the side panel, not
at the top) and louvers, at the bottom, backed by fine wire mesh, if required by the design.
It shall be possible to operate ACCP either in ‘Auto Mode’ or ‘Manual Mode’ through a mode selector
switches, to be provided on the panel.
For ‘Auto Mode’, the PF control relay unit shall be provided in ACCP incomer portion, the relay shall have
following features:




PF indication, digital to indicate actual system PF.
PF setting dial calibrated from about 0.5 lag to 0.5 lead.
Dead band feature (adjustable), to prevent hunting.
Under current blocking, to switch off all capacitors one by one and shutting down of relay, when
load current is below 20% with appropriate indication
available on the relay.
 Low PF and High PF indication.
When the PF falls below the setting, the capacitor banks shall be switched “on”, in a sequence at intervals of 4
to 8 second and when the PF rises above the setting, capacitor banks shall be switched “off” in the same
sequence.
The relay shall provide feature to provide an adjustable delay of about 0-120 seconds from change over from
“Capacitor Off” signal to “Capacitor On” signal to ensure the capacitors are fully discharged before they are
switched in, to prevent dangerous transient over voltages.
The relay shall provide “LED” indications, to indicate to the operator the full status of relay, like Auto-manual,
low and high PF, Test Mode, indications for the banks switched on & any other “LED” necessary for operator
convenience and safe/ proper operation.
The relay shall be flush mounting type on the ACCP door and shall have removable transparent glass or acrylic
cover, also avoiding inadvertent/ unauthorized tampering of relay controls, once set.
It is the responsibility of the Tenderer to bring out deviations, if any, in meeting the above requirements.
If Mode selection switch is kept in ‘Manual’ Mode, it shall be possible to switch the capacitor banks on and off
in any sequence, through push button provided for each bank. Each bank shall also be provided with ‘On’
Indication Lamp.
In the ‘Manual Mode’ the following features shall be present:
 Between switch-on operation of banks, there shall be a time delay of about 70 seconds.
 Similar time delay shall be present from bank switching off to bank switching
on to ensure
full discharge capacitor condition to prevent dangerous system
disturbance.
 Time delays as above shall be adjustable from 0-120 secs.
 A common indication lamp, “Ready for Manual Switching: dependent on the
timers shall
indicate to the operator the readiness, of the bank for switching- on.
 The “Manual” operation of ACCP shall be available in the case of failure of
PF control
relay.
Section VII. Works Requirements
149
An emergency stay put type mushroom head push button “Emergency Off” shall be available to de-energise all
the contactors and also switch off the incoming MCCB both in Auto and manual positions of the selector
switch.
The control voltage of APFC panel shall be 230 V AC, with all operating coils of contactors etc. rated for 230 V
AC.
MCCBs / MCBs shall be used in the control circuits for protection and isolation.
Safety Annunciation Features
The ACP Panel shall have the followings located at top:




Two Tone Hooters.
Fault Indication Lamps (audio/ visual).
‘ACCP Out of Circuit’ Indicating Lamp.
Set of Accept, Test and Reset push button.
If MCCB is kept off or trips during its operation the hooter should come along with lamp and continue to
operate till ‘Accept’ push button, present on the ACCP, is pressed to cancel the audio/ visual alarm.
However, the ‘ACCP out of Circuit’ lamp will continue to flash till the MCCB is closed and ACCP is put in
operation, drawing attention of operators to the situation.
The flashing feature is to be derived by adjustable cyclic Electronic-timer type.
Drawings/ Data
Drawings/ Data for Panels
Before fabrication of the panels, Contractor shall submit 4 sets of detailed general arrangement drawings, single
line diagrams and schematic diagrams for all circuits/ modules for approval. G.A. drawings shall show
foundation/ fixing details also.
G.A. drawings shall indicate the list of components with manufacturer’s reference scheme/wiring diagram and
detailed bill of materials.
Minor changes suggested by the Consultants during approvals shall be without any price variation.
Drawings/ Data for APFC
Following drawings/ data shall be furnished for approval by the Owner:
 G.A. drawing of the ACCP showing Plan, Elevation and Sectional views, foundation details,
BOQ, constructional features etc.
 Single line diagram, control schematic and annunciation system diagram.
 A detailed write-up on the operational and control scheme.
 Data sheet for capacitor banks and GA drawing for the same.
Testing at Manufacturer’s Works
Panels
The panels in fully wired and assembled condition shall be offered for inspection by the Owner at
manufacturer’s works. During inspection, following tests / measurements/checks shall be carried-out:
i.
Dimensional checks and verification of BOQ.
Section VII. Works Requirements
iii.
150
ii. Mechanical and Electrical operation tests.
High voltage test at 2.5 kV for 1 min.
ii. Insulation resistance measurement before and after HV test.
For bought-out items, manufacturer’s test certificates shall be furnished.
APFC Panel
The APFC Panel in fully wired and assembled condition and the capacitor banks shall be offered for separate
inspection by the Owner. During the inspection, following tests/ measurements/ checks will be carried-out :
i.
APFC Panels – Tests/ measurements/ checks, as relevant listed under Panels/ Boards shall be
carried-out.
ii. Capacitor Banks – Routine & Acceptance tests as per applicable I.S.
For bought-out items, manufacturer’s test certificates shall be furnished.
Section VII. Works Requirements
4
151
DISTRIBUTION BOARDS
Scope
The scope of work shall cover the supply, installation, testing and commissioning of lighting and power
distribution boards. Associated minor civil works required for the erection of the DB’s such as opening in wall
etc. are also included in the scope of work.
System
The MCB distribution boards shall be suitable for operation on 400/440 volt, 3 phase, 4 wire, 50 Hz A.C.
supply system or 220/250 volt, 1 phase, 2 / 3 wire, 50 Hz A.C. supply system.
Codes and Standards
Some of the important applicable codes/ standards issued by the Bureau of Indian Standards are listed below for
the guidance of the Tenderers. Latest issues of the standards/codes shall be applicable:
1)
IS:2675-1983
Enclosed distribution fuse boards and cutouts for
Voltages not exceeding 1000V.
2)
IS:375-1963
Marking and arrangement of Switchgear busbars
main connec- tions and auxiliary wiring.
3)
IS:8828-1978
Miniature circuit Breakers
4)
IS:2607-1976
Air break Isolators for voltages not exceeding
1000V.
5)
IS:9926-1981
Fuse wire used in Rewirable type Electric fuses
up to 650 volts.
Indian
6)
Electricity Act 1910 and rules issued there under.
General
The DB's shall be factory made and preferably of those manufacturers whose MCBs, ELCB's are to be used.
General arrangement layout of the DB's shall be approved by the Construction manager/Consultant before
manufacture.
Distributions boards along with the controlling MCB’s or Isolator as shown shall be fixed in a mild steel
Box with hinged lockable door suitable for recessed / surface mounting in wall. Distribution boards shall be
made of 16 SWG sheet steel duly rust inhibited through a process of degreasing, acid pickling, phosphating and
powder coated to an approved colour over a primer.
The DB shall be cubicle, compartmentalized, wall/floor mounted and dead front operated. The DB shall be
totally enclosed and made dust, vermin and weather proof such that it meets IP 54 of IS 2147 protection
classification. A detachable cover plate of 2mm thick CRCA sheet to be provided on front of the board such that
all live parts of the electrical accessories mounted on the board can be accessible only on removal of the said
cover plate.
Further, the cover plate shall also, have suitable cut out so that dolly of the MCB's can be operated even if the
cover plate is in position. A transparent plastic protection cover shall be provided on the cut out portion of the
cover plate. The cover plate shall also provide right above the respective cut outs a suitable arrangement to label
the electrical circuit details of the MCB's mounted on it as well as to affix a danger plate in legible manner. The
cover plate shall be fixed to the board with adequate size zinc passivated machine screws.
Above the detachable cover plate, one additional hinged door of 2mm thick CRCA sheet covering the MCB's
etc., shall be provided with a suitable locking arrangement. The hinged door shall be provided with a suitable
gasket capable of withstanding corrosive & humid atmosphere and to meet degree of enclosure protection IP 54
Section VII. Works Requirements
152
as per IS : 2147. The DB's shall undergo the process of painting as described under cubicle type main/sub main
distribution boards. The DB shall have top/bottom entry arrangement for incoming and outgoing
cables/conduits. All hardware to be used in manufacture of the DB shall either be of mild steel zinc passivated
or otherwise be treated to prevent corrosion due to humid atmosphere.
All components shall be mounted on DIN rails and covered totally with a sheet steel cover rendering it fingersafe. Access to the internal connections shall be only through removing the cover sheet.
Three phase boards shall have phase barriers and a wire channel for internal wiring. All DB’s shall be
internally prewired using copper insulated high temperature PVC wires brought to a terminal strip of
appropriate rating for outgoing feeders.
Conduit knockouts shall be provided as required/shown on drawings and the entire board shall be rendered dust
and vermin proof with necessary sealing gaskets.
MCB’s shall have quick make and break non-welding self wiping silver alloy contacts for 9KA short circuit
both on the manual and automatic operation. Each pole on the breaker shall be provided with inverse time
thermal over load and instantaneous over current tripping elements, with trip-free mechanism. In case of
multiple breakers, the tripping must be on all the poles and operating handle shall be common. Breakers must
conform to IS 8828 with facility for locking in OFF position. Pressure clamp terminals for stranded/solid
conductor insertion are acceptable upto 4 sqmm Aluminium or 2.5 sqmm copper and for higher ratings, the
terminals shall be suitably shrouded. Wherever MCB isolators are specified they are without the tripping
elements.
Boards shall meet with the requirements of IS 2675 and marking arrangement of busbars shall be in accordance
with IS 375. Bus Bars shall be of copper and rated for the incomer switch rating and sized for a temperature
rise of 30 deg. C over the ambient. Neutral and earth bars shall be of copper and rated as follows:
Neutral
Earth Bar
LDB’s
Same as phase
Same as phase
PDB’s
1.5 x phase bar
Same as neutral bar
There shall be one earth terminal for single phase boards and 2 for 3 phase boards. Circuit diagram indicating
the load distribution shall be pasted on the inside of the DB as instructed.
All outgoing feeders shall terminate on a terminal strip which in turn is prewired to the MCB by means of
insulated single conductor high temperature PVC copper wires.
In the case of Dimmer DB’s, the DB’s shall incorporate the Dimmer panels as a part of the DB generally as
shown on drawing and as approved.
Installation & Testing
All distribution boards shall be mounted on wall or recessed, with necessary angle iron frame work. All
mounting frames shall have one prime coat and two finish coats after the completion of the work. All
distribution boards shall be touched up for damaged painting.
All boards shall be meggered phase to phase and to neutral using 1000V megger with all switches in closed
position. the megger value should not be less than 2.5 megohms between phases and 1.5 megohms between
phase and neutral.
Fabrication drawings of all boards shall be approved by the Consultants before fabrication and the boards
inspected before dispatch, unless waived in wiring.
Section VII. Works Requirements
5
153
LT Cable
General
The scope of this specification covers manufacture, supply, inspection, testing at works, packing and
forwarding of 1100V grade LT XLPE Power cables & installation including commissioning at site.
Cables shall be aluminium, XLPE insulated, PVC sheathed and round armoured of 3 / 3-½ core and 4 core of
sizes specified and suitable for 230 / 415 volts, 1 / 3 phase 50 Hz power supply. The cables shall be suitable for
the rated voltage 1100 volts conforming to IS 7098 with latest amendments.
Cables shall be of approved make only. Each drum or coil of cable shall be accompanied by a certificate stating
the manufacturer's name, rating of cable, result, and date of tests.
All cables shall be delivered with cable ends effectively sealed. When a cable is cut from a drum both ends
shall be immediately sealed to prevent ingress of moisture. Cables shall not be transported to site in loose coils
but a number of short lengths of cable may be transported on the same drum. The Contractor shall be wholly
responsible for the purchase and/or hire costs of all cable drums and for the removal of these drums from site
after use.
Cables shall be adequately rated for current carrying capacity under normal and short time fault conditions at
the specified voltage.
The voltage drop for any circuit from origin of the installation (i.e. supply authority's terminals) and the load
under steady state conditions shall not exceed ±6% of the nominal voltage.
The Contractor shall submit cable schedules for approval detailing ratings, sizes, lengths, method of installation
and function of all individual cables. Cables shall be laid in uncut / single lengths from one termination to the
other.
All cables will be identified close to their termination point by cable numbers as per cable schedule. Cable
numbers will be punched on aluminium straps (2 mm thick) securely fastened to the cable and wrapped around
it. Alternatively cable tags shall be circular in construction to which cable numbers can be conveniently
punched. Each underground cable shall be provided with identity tags of lead securely fastened every 30 M of
its underground length with atleast one tag at each end before the cable enters the ground. Unpaved area, cable
trenches shall be identified by means of markers as per standards.
Section VII. Works Requirements
154
Standards
The cables offered shall conform to the latest revision of relevant Indian Standard Specifications Some of these
standard are list below
Sr
.
N
Indian
Standard
1
2
3
4
7098
8130
5831
3975
5
2633
6
7
3961
1753
Title
o.
XLPE insulated electrical cables for working voltages upto 1100V
Conductors for insulated electric cables and flexible cords.
PVC insulation & Sheath of electric cables.
Mild steel wires, strips and tapes for armouring of cables.
Methods of testing weight, uniformity of coating, thickness on hot dip
galvanised articales.
Recommended current ratings for cables- PVC insulated and PVC sheathed.
Aluminium conductors for insulators cables.
Principal Parameter
a.
b.
The LT XLPE power cables shall be used outdoors/indoor, directly burried, through pipes/duct, or
laid over the tray / wall etc.
The cable shall meet the requirement of IS specifications listed above and the general technical
requirement detailed below.
General Technical Requirement
a.
b.
c.
d.
e.
f.
g.
h.
The cables shall be brand new. It shall be suitable for laying in provided trenches or in provided
DWC/RCC pipes or laid over the tray / wall etc.
All LT XLPE power cables shall be 1100 V grade with aluminium Conductor, XLPE insulated,
inner sheathed, armoured & over all PVC sheathed.
The construction of the conductors shall be stranded for aluminium cables. Conductors of nominal
area of 25sq.mm shall be circular. Those above may be circular or oval shaped.
The core insulation shall be with XLPE compound applied over the conductor by extrusion duly &
shall conform to the type A compound of IS –5831.
The inner sheath shall be applied over the laid up cores by extrusion and shall be of XLPE
confirming to the requirements of type ST1 PVC compound. The extruded inner sheath shall be of
uniform thickness of 0.5 mm upto 16 sq.mm 0.8mm upto 120sq.mm & 1.0mm above 120sq.mm
conductor size.
The armoring shall be by single round galvanized steel wires for cable diameter upto 13 mm and
galvanized round steel for cables diameters above 13mm.
The outer sheath of the cables shall be applied by extrusion and shall be of PVC compound.
Suitable chemicals shall be added to the PVC compound of the outer sheath to protect the cable
against rodent and termite attack.
The dimensions of the insulation armour and outer sheath materials shall be governed by IS
specification.
Cable Laying
Cables should be reeled / released out from their drums in such a way that no kinks are formed; and damage,
twists, excess band of the cables is not allowed. The drums should be mounted on a rollers / jack, which is
supported on two ends in such a way, that the drum is lifted off the ground and is free to rotate.
Section VII. Works Requirements
155
Standard cable grips and real shall be used for cable pulling. Care shall be taken to avoid damage to the cable /
insulation or stressing the cable beyond manufacturers recommendations.
Where groups of power and control cables are to be laid along the same route, suitable barriers to segregate
them physically shall be employed.
Cables should be laid in single layer wherever possible. In each cable run, some extra length shall be kept at
pole location & as directed by Engineer Incharge.
Where lengths of more than 10 m are being rolled off a drum, cable runners (roller assemblies) should be used
to prevent abrasion damage to the cables.
Cables shall be laid in provided Trench / DWC / RCC Pipe or laid over the tray / wall etc.
In Ground
Once the excavation of trench is completed, then sand bedding of thickness not less then 75 mm shall
be laid uniformly all along the width of the trench. The cable/s is/are laid on the bedding of sand by
maintaining requisite space in between. To maintain the spacing between cables, RCC spacers as
shown shall be used at an interval of 10mtr. On completion of laying of first layer of cables, another
layer of sand bedding of thickness not less then 75 mm shall be laid uniformly over the cable so that
the cable is covered properly. RCC tiles or RCC half round cover with embossing of HT cable, month
and year of laying shall be placed in continues length over the cable .For laying of second and third
layer cable, procedure followed for first need to be repeated completely. Once all the cables are laid
and covered with RCC titles or Half round RCC pipe then remaining portion of the trench shall be
filled with excavated soil and then the surface is to be compacted, levelled by using water and
ramming.
Along with above procedure, it is also necessary to follow and comply with other requirement laid
down in IS code of practice IS: 1255/1983 amended up to date. For laying HT cable using good
engineering practices.
At road crossing, Cables shall run through hume pipes connected each other with cemented collars so
the cables are protected from injury by a pick axe or any sharp implement which could be used later on
for excavation wherever road crossing is involved.
In built-in Trench
Where ever the cable is to be laid in built-in trench, the cable shall be laid with required support by maintaining
the bending radius specified.
On Trays / on Wall
Where ever the cable is to be laid on tray or on wall, the cable shall be laid in an approved manner with
all clamps, ties labeling & other allied accessories.
Testing
All routine, type, acceptance tests & special test such as, oxygen, temperature index & inflammability
test shall be carried out as specified in IS. The tenderer shall furnish copy of result of successful Type
test as carried over the cable of same design, size and type mentioned in BOQ to prove that the design
has successfully passed through required tests. These tests should be carried out in CPRI. The Type
Test Certificate should not be more than five years old from the date of opening of tender. The tenderer
shall confirm that the material supplied would be exactly inline with the design for which type tests
have been conducted.
Section VII. Works Requirements
156
Following type tests, acceptance tests and routine tests are to be carried out in accordance with IS 7098
(Pt-I)/1988, with its latest amendments as indicated below:-
The following shall constitute type tests:For requirement
Ref. to
For Test method
Ref. to part No. of
IS: 10810
Conductor Resistance Test
IS: 8130 – 1984
5
B)
Test for thickness of insulation and
Sheath:
9 & 14
6
C)
Physical Test for Insulation :
IS : 7098 Table – 1
7
b. Ageing in Air Oven
--do--
11
c. Hot Test
--do--
30
d. Shrinkage Test
--do--
12
e. Water absorption (gravimetric)
--do--
33
Sr.
No.
Tests
A)
Test on Conductor
a. Tensile Strength and elongation at
break
D)
Physical Test for Outer Sheath :
a.
Tensile Strength and elongation at
break
IS: 5831/1984
7
b.
Ageing in Air Oven
--do--
11
c.
Loss of mass in air oven
--do--
10
d.
Shrinkage Test
--do--
12
e.
Hot deformation
--do--
15
f.
Thermal stability
--do--
14
IS: 7098 Table 1
IS: 7098 clause
16.2
IS: 7098 clause
16.3
43
E)
Insulation
Resistance
Resistivity Test)
F)
High Voltage Test
G)
Flammability Test
(Volume
The following shall constitute acceptance tests:-
1.
2.
3.
4.
5.
Conductor resistance test,
Test for thickness of insulation and sheath,
Hot set test for insulation,
Tensile strength and elongation at break of insulation and sheath,
High voltage test,
45
53
Section VII. Works Requirements
157
6. Insulation resistance (volume resistivity) test.
All the above acceptance tests will be carried out by in the presence of Engineer Incharge as per
relevant IS at the time of material inspection.
The following shall constitute routine test:-
1. Conductor Resistance test,
2. High voltage test,
3. Partial discharge test.
Termination
All XLPE cables upto 1.1KV grade shall be terminated at the equipments by means of cable glands. They shall
have a screwed nipple with conduit electrical threads and check nut.
Cable leads shall be terminated at the equipment terminals, by means of crimped type lugs. When crimping the
lug to the cable, proper crimping tool to suit the size of lug / cable is to be used.
Section VII. Works Requirements
158
6
EARTHING
Scope
This chapter covers the essential requirements of earthing system components and their installation. For details
not covered in these specifications IS code of Practice on Earthing (IS: 3043-1987) shall be referred to.
Application
(i) The electrical distribution system in the Department is with earthed neutral (i.e. neutral earthed at
the transformer / generator end). In addition to the neutral earthing, provision is made for earthing
the metallic body of equipments and non-current carrying metallic components in the sub-station,
as well as in the internal/external electrical installations.
(ii) Earthing system is also required for lightning protection, computer installations and hospital
operation theaters, etc. for functional reasons.
(iii) Earthing requirements are laid down in Indian Electricity Rules, 1956, as amended from time to
time, and in the Regulations of the Electricity Supply Authority concerned. These shall be
complied with.
(iv) Application for Internal E.I.
a)
Every sub-main will have earth continuity conductor to run along with sub-main wiring. In case of
3-phase sub-main wiring two earth continuity conductors shall be provided.
b) Every circuit will have its earth continuity conductor to run along -with circuit
case of 3-phase circuit two earth, continuity conductors shall be provided.
c)
wiring. In
Looping of earth is allowed only in case of point wiring.
d) When 2/3 power outlets are looped to one circuit, earth looping of these outlets is permissible.
Types of Electrodes & Material
The type of earth electrode shall be any of the following.
(a) Pipe earth electrode.
(b) Plate earth electrode.
(c) Strip or conductor earth electrode.
Electrode Materials and Dimensions
(i)
The materials and minimum sizes of earth electrodes shall be as per Table shown below
Materials and sizes of earth electrodes:
(ii)
Type
Electrode
of
Material
Size
Section VII. Works Requirements
Type
Electrode
Pipe
of
Material
GI medium class
159
Size
40mm
dia
3.45m
long
(Without any
joint)
Plate
(i) GI
(ii) Copper
60 cm x 60 cm x 6 mm thick
Strip
(i) GI
(ii) Copper
100 sq.mm section
Conductor
(i) Copper
60 cm x 60 cm x 3 mm thick
40 sq .mm section
4mm dia (8 SWG)
Note: Galvanization of GI items shall conform to Class IV of IS: 4736-1986.
(ii) GI pipe electrodes shall be cut tapered at the bottom, and provided with holes of 12mm dia,
drilled-not less than 7.5 cm from each other upto 2 in of length from the bottom.
(iii) The length of the buried strip or conductor earth electrode shall be not less than 15 in. This length
shall suitably be increased if necessary, on the basis of the information available about soil
resistance, so that the required earth resistance is obtained. Prior approval of the Engineer-inCharge shall be taken for any such increase in length.
(iv) All hardware items used for connecting the earthing conductor with the electrode shall be of GI in
the case of GI pipe and GI plate earth plectrodes, and forged tinnedbrass in case of copperplate
electrodes.
Earthing Conductor & sizes
(i) The earthing conductor (protective conductor from earth electrode up to the main earthing
terminal/earth bus, as the case may be) shall be of the same material as the electrode, viz. GI or
copper, and in the form of wire or strip as
specified.
(ii) The size of earthing conductor shall be specified, but this shall not be less than the following (For
calculating the size of the earthing conductor in design, Appendix F pars 3.5.1).
(a) 4mm dia. (8 SWG) copper wire.25mni x 4mm in the case of GI strip, or,
(c) 20mm x 3mm in the case of copper strip.
(iii) Earthing conductor larger than the following sectional areas need not be used, unless otherwise
specified.
(a) 150 sq.mm. in case of GI, or,
(b) 100 sq.mm. in case of copper.
Earth continuity / loop earthing conductor & sizes
(i)
The material and size of protective conductors shall be as specified Below (for criteria in
design of these appendix F may be referred to):
-----------------------------------------------------------------------------------------------------------Size of
Size of protective conductor
Section VII. Works Requirements
160
phase
of the same material as
conductor
phase conductor
-----------------------------------------------------------------------------------------------------------Upto 4 sqmm
4 sq.mm.
Above 4 sqmm up to 16 sq.mm. Same size as phase conductor
Above 16 sqmm up to 35 sq.mm. 16 sq.mm.
Above 35 sq.mm. Half of the phase conductor
-----------------------------------------------------------------------------------------------------------Location for Earth Electrodes
(i) Normally ail earth electrode shall not be located closer than 1.5 m from any building. Care shall be
taken-to see that the excavation for earth electrode does not-affect the foundation of the building;
in such cases, electrodes may be located further away from the building, with the prior approval of
the Engineer-in-Charge.
(ii) The location of the earth electrode will be-such that the soil has a reasonable
chance of
remaining moist as far as possible. Entrances, pavements and roadways, should be avoided for
locating earth electrodes.
Installation
Electrodes
Various types of electrodes
(i) (a) Pipe electrode shall be buried in the ground vertically with its top at not less than.20.cm below
the ground level. The installation shall be named out
(b)
In locations where the full length of pipe electrode is not possible to be installed due to
meeting a water-table, hard soil or rock, the electrode may be to reduced length, provided the required
earth resistance result is achieved with or without additional electrodes, or any alternative method of
earthing may be adopted, with the prior approval of the Engineer-in-charge. Pipe electrodes may also be
installed, in horizontal formation in such-exceptional cases.
(ii)
Plate electrode shall be buried in ground with its faces vertical, and its top not less than 1.5 m below
the ground level. The installation shall be carried out.
(iii)
When more than one electrode (plate/pipe) is to be installed, a separation of not less than 2 m shall be
maintained between two adjacent electrodes.
(iv)
(a) The strip or conductor electrode shall be buried in trench not less than 0.5 m deep.
(b) If conditions necessitate the use of more than one strip or conductor electrode, they shall be laid as
widely distributed as possible, in a single straight trench where feasible, or preferably in a number
of trenches radiating from one point.
(c) If the electrode cannot be laid in a straight length, it may be laid in a zigzag manner with a
deviation upto 45 degrees from the axis of the strip. It can also be laid in the form of an arc with
curvature more than 1 m or a polygon.
Section VII. Works Requirements
161
Artificial treatment of soil
When artificial treatment of soil is to be resorted 'to, the same shall be specified in the schedule of work. The
electrode shall be surrounded by charcoal / coke and salt as indicated in Fig. 11 and 12 In such cases,
excavation for earth electrode shall be increased as per the dimensions indicated in these figures.
Watering arrangement
(i) In-the case of plate earth electrodes, a watering pipe 20-mm dia. Medium class pipe shall be
provided and attached to the electrodes as shown in Fig. 9 and 10.A furniture with mesh shall be
provided on the top of this pipe for watering the earth.
(ii) In the case of pipe electrodes, a 40 mm x 20 mm reducer shall be used for fixing the funnel with
mesh.
(iii)
The watering funnel attachment shall be housed in a masonry enclosure of size not less than
30 cm x 30 cm x 30 cm.
(iv) A cast iron / MS frame with MS cover, 6mm thick,
arrangement shall be suitably embedded in the masonry enclosure.
and
having
locking
Earthing conductor (Main earthing lead)
(i)
In the case of plate earth electrode, the earthing conductor shall be securely terminated on to
the plate with two bolts, nuts, check nuts and washers.
(ii)
In the case of pipe earth electrode, wire type earthing conductor shall be secured using a
through bolt, nuts and washers and terminating socket.
(iii)
A double C-clamp, arrangement shall be provided for terminating tape type earthing
conductor with GI watering pipe coupled to the pipe earth electrode. Galvanized "C" shaped
strips, bolts, washers, nuts and check nuts of adequate size shall be used for the purpose.
(iv)
The earthing conductor from the electrode up to the building shall be protected from
mechanical injury by a medium class, 15mm dia. GI pipe in the case of wire, and by 40mm
dia, medium class GI pipe in the case of strip. The protection pipe in ground shall be buried at
least- 30 cm deep (to be increased to 60 cm in case of road crossing and pavements). The
portion within the building shall be recessed in walls and floors to adequate depth in due coordination with the building work.
(v)
The earthing conductor shall be-securely connected at the other end to the earth stud/earth bar
provided on the switch board by:
(a) Soldered or preferably crimped lug, bolt, nut and washer in the case of wire, and
(b) Bolt, nut and washer in case of strip conductor. In the case of substations or alternators, the
termination shall be made on the earthing terminal of the neutral point on the equipment and/or
the-:earth bus, as the case may be.
Loop Earthing/Earth. continuity Conductor,...
Section VII. Works Requirements
162
(i)
Earth terminal of every switchboard in the distribution system shall be bonded, to-the earth
bar/terminal of the upstream switch board by protective conductor.
(ii)
Two protective conductors shall be provided for switchboard carrying 3phase switchgear
thereon.
(iii) Loop earthing of individual units will not be however necessary in the case of
switchboards.
cubicle type
iv) The earth connector in every distribution board (DB) shall be securely connected to the earth
stud/earth bar of the corresponding switch board by a protective-conductor.
(vi)
The earth pin of socket outlets as well as metallic body of fan regulators shall be connected to
the earth stud in switch boxes by protective conductor. Where the switch boxes are of non'metallic type, these shall be looped at the socket earth terminals, or at an independent
screwed connector in, side the switch box. Twisted earth connections shall not be accepted in
any case.
Earth Resistance
(i)
The earth resistance at each electrode shall be measured. No earth electrode shall have a
greater ohmic resistance than 5 ohms as measured by an approved earth testing apparatus. In
rocky soil the resistance may be up to 8 ohms.
(ii)
Marking
(i)
Where the above stated earth resistances is not achieved, necessary improvement shall be
made by additional provisions, such as additional electrode(s), different type of electrode, or
artificial chemical treatment of soil etc., as may be directed by the Engineer-in-Charge.
Earth bars/terminals at all switch boards shall be marked permanently, either as "E" or as
(ii) Main earthing terminal shall be marked "SAFETY EARTH -DO NOT DIS-CONNECTT".
Section VII. Works Requirements
163
7
LIGHTING FIXTURES
Scope
The scope of work shall cover the supply, installation and testing of various types of light fixtures. The
scope also includes the supply of heavy duty exhaust fan and ceiling fan.
Standards
The following standards and rules shall be applicable :
IS 3646
IS 1913
-
1960 Code of practice for interior illuminator.
1969 General and Safety requirements for electric lighting fittings.
Indian Electricity Act and Rules issued there under.
All codes and standards mean the latest. Where not specified otherwise the installation shall generally
follow the Indian Standard Code of Practice or the relevant British Standard Code of Practice in the
absence of Indian Standard.
General Requirements
Fixtures and lamps shall be as per the catalogue number, where indicated in the bill of quantity.
Fixtures and lamps shall be provided with such accessories as are required to satisfy the working
condition whether specifically mentioned in the specifications, drawings or not.
The fixtures shall be provided with power factor improvement capacitors, as applicable, to improve the
power factor upto 0.9 lag.
All fixtures shall be complete with accessories and fixings necessary for installation whether so
detailed under fixture description or not.
Fixture housing, frame or canopy shall provide a suitable cover for the fixture outlet box of fixture
opening.
Fixture shall be installed at mounting heights as detailed on the drawings or instructed on site by the
client's representative.
Fixtures and/or fixture outlet boxes shall be provided with hangers to adequately support the complete
weight of the fixture. Design of hangers and method of fastening specified shall be submitted to the
client's representative for approval.
Fixture shall be completely wired and constructed to comply with the regulations and standards for
Electric Lighting Fixtures, unless otherwise specified. Fixtures shall bear manufacturer’s name and the
factory inspection label unless otherwise approved.
Wiring within the fixture and for connection to the branch circuit wiring shall be not less than 1.5 sq.
mm. copper for 250 Volt applications. Wire insulation shall suit the temperature conditions inside the
fixture and wires bypassing the choke shall be heat protected with a heat resistant sleeve.
Metal used in lighting fixtures shall be not less than 22 SWG or heavier if so required to comply with
specifications or 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 burrs and tool marks. Solder shall not be used
as mechanical fastening device on any parts of the fixture.
Ferrous metal shall be galvanized and given a corrosion resistant phosphate treatment or other
approved rust inhibiting prim coat to provide a rust-proof base before application of finish.
Non-reflecting surfaces such as fixture frames and trim shall be Aluminum die cast.
All the fixtures are as per the IP - 54 insulation class or specified .
Section VII. Works Requirements
164
Lighting fixtures shall be designed for minimum glare and for continuous operation under specified
atmospheric condition.
All fixtures shall be complete with accessories like power factor improvement capacitors, ballast,
ignitor etc.
Fluorescent fixture shall be of sheet steel casing with corrosion resistance finish. It shall be provided
with separate wiring channel with cover plate and an earth terminal. All screw shall be chromium brass
only. Lamp and starter holders shall be of tough molded plastic with spring loaded rotor type
connector. Condensers shall be low loss paper impregnated hermetically sealed. Internal wiring shall
be neatly clipped and where by passing the ballast, a suitable heat resistance barrier or sleeve shall be
provided.
Reflector
Light reflecting surface shall be mirror finished having the reflection factor of not less than 80%. All
parts of reflector shall be completely covered by finish and free from irregularities. It shall be capable
of withstanding a 6 mm. radius bend without showing sign of cracking, peeling or loosening from the
base metal. Finish shall be capable of withstanding 72 hours exposure to ultra violet sun lamp placed
10 cm. from the surface without discoloration, hardening or warping and retain the same reflection
factor after exposure. Test result shall be furnished for each lot of fixtures.
Lighting fixture reflectors shall generally be manufactured from sheet steel of aluminum of not less
than 20 SWG. They shall be readily removable from the housing for cleaning and maintenance without
disturbing the lamps and without the use of tools. They shall be security mounted to the housing by
means of positive fastening devices of a captive type.
Polystyrene egg-box type louvers shall be provided whenever specified. Appropriate captive type
fixing devices shall be incorporated for securing these.
Ballast
Lighting fixtures ballasts shall be designed manufactured and supplied in accordance with the relevant
standard IS 6616 and shall function satisfactorily under site conditions specified. The ballasts shall
have a long service life and low power loss.
Ballasts shall be mounted using self-licking, anti-vibration fixings and shall be easy to remove without
removing the fittings.
Ballast shall contain a thermosetting type compound not subject to softening or liquefying under any
operating conditions or upon ballast failure. The ballasts shall be of the inductive
and heavy
duty type Filled with polyester of equivalent. They shall be free from hum and protected from the
atmospheres. Ballasts which produce a humming sound shall be replaced free of cost by the supplier.
HPMV lamp ballasts shall be provided with suitable tapping. Wherever available the fittings are to be
supplied with electronic ballast.
Starters
Lighting fixtures starters shall be of the safety type (i.e. if the lamps fails to ignite at the first start, no
further starting must be possible without attending to the tube light. Starters shall have bimetal
electrodes and high mechanical strength.
Starters shall be replaceable without disturbing the reflector or lamps and without the use of any tool.
Starters shall have brass contacts and radio interference capacitor.
Section VII. Works Requirements
165
Capacitors
Lighting fixture capacitors shall have a constant value of capacitors and shall be connected across the
supply of individual lamp circuits.
Each capacitor shall be suitable for operation at 240 volts ± 5% single phase 50 Hz with a suitable
value of Capacitance ( Mfd) so as to correct the power factor of lists corresponding lamp circuit to the
extent of 0.98 lag.
The capacitors shall be hermetically sealed preferably in metal container to prevent seepage of
impregnating material and ingress of moisture.
Lamp Holders
Lamp holders for fluorescent tubes shall be of the spring loaded, low contact resistance, bi-pin rotor
type, resistant to wear and suitable for operation at the specified temperature, without deterioration in
insulation valve, contact resistance of lamp holding quality. shall hold the lamp in position under
normal condition of shock and vibration.
Lamp-holders for incandescent and HPSV lamps, Metal Halide Lamp shall be manufactured in
accordance with relevant standards and designed to give long and satisfactory service.
Luminaries
Metal Halide , HPSV fixture shall be of single die cast aluminum made out of LM6 Housing / canopy,
anodized high purity aluminum reflector, toughened glass at the front and die cast aluminum control
gear box complete with all accessories mention in 3.22 with pre wired up to connector block and loop
in and loop out facilities.
Canopy Lighting / Industrial low bay fitting shall be of die cast aluminum housing, high purity Al.
Reflector, acrylic cover and wire guard.
Lamps

Lamps shall be supplied and installed in all lighting fixtures furnished under this contract.

Lamps used for temporary lighting service shall not be used in the final lamping of fixture units.

Lamps shall be of wattage and type as per schedules. Where not shown, the details shall be
ascertained from the client before procurement.

Lamps for permanent installation shall not be placed in the fixtures until so directed by the Client's
representative, and this shall be accomplished directly before the respective portions are ready for
occupation.
Test
The following routine tests shall be conducted as per the relevant Indian Standards:
a)
Each fixture shall be tested at 1500 volts r.m.s. 50 Hz for one minute and no flashover of
breakdown shall occur between current carrying parts and ground.
b) Insulation resistance of each fixture shall be tested at 500 V.D.C. and the insulation resistances so
measured shall not be less than 2 mega ohms between all current carrying parts and ground.
c) Each fixture complete with its proper lamp/lamps shall be shown to operate satisfactorily at its
normal voltage and frequency.
d) Each fixture shall be examined visually to ensure that it is complete in all respects and
satisfactorily finished.
Section VII. Works Requirements
e)
166
Type and routine test certificates shall be submitted for tests conducted as per relevant IS/BS for
the fixture and accessories.
Section VII. Works Requirements
8
167
TELEPHONE SYSTEM
SCOPE
Scope of this section covers the supply, laying and testing of telephone conduits, MDF, Telephone Tag
Blocks, Telephone cables in conduits & EPABX. Telephone cables shall be supplied and laid for intercommunication system as required.
TELEPHONE CABLES
Telephone cables shall be 4 pair 0.5 sq mm FR PVC insulated copper conductor, unarmoured telephone cable
as specified.
The type, size and pairs shall be as given in the Bill of Quantities.
All telephone distribution cables shall be laid in G.I./M.S./PVC Conduits as stipulated in the B.O.Q. Separate
conduits shall be used for external and intercommunication systems. The extended runs of conduits shall be
fitted with 150 mm x 75 mm MS pull boxes. Pull boxes shall be suitably painted for easy identification and
shall be provided at intervals of 5 Meters. Pull boxes shall be of the surface mounting type or flush-mounting
type as specified.
Telephone cable should be solid annealed tinned electrolytic copper high conductivity
conductor
insulated and sheathed with PVC compoundas per BS: 6746, unarmoured twisted pairs with proper colour code
bundled together in concentric layers and wraped with melinix or PVC tape with nylon ripcord. Ripcord is layed
longitudinally under the sheath as an effective means of slitting the sheath to facilitate removal. The lay is
chosen so as to minimize cross talk in cable. Manufactured to standard for indoor telephone wiring conductor
resistance at 20 deg celcius max 98 ohms/Km, conductor diameter 0.5 mm.
Tag blocks
The telephone tag blocks shall be KRONE or equivalent suitable for the multicore telephone cables and shall
accommodate tin-plated phosphor bronze connectors providing economical and reliable splicing. Connectors
shall splice unskinned cables upto 0.6 mm dia and shall terminate both ‘in’ & out lines.
The tag blocks shall be mounted inside fabricated galvanised sheet steel boxes with removable hinged covers
and shall be fully accessible.The enclosure shall be painted with 2 coats of red oxide and stove enameled.
SYSTEM OF CABLING
All cabling, wiring for the telephone system shall be provided in conduits.
Main Distribution Frame (MDF)
Manufactured by reputed manufacturer of specified capacity, facility for wall mounting, with door & lock,
aluminium frame for fixing of KRONE, duly enclosed in cabinet made from 18 SWG CRCA sheet with powder
coating of required colour.
The work includes supply, installation & commissioning with all accessories.
EPABX (Digital type)
Manufactured by reputed manufacturer and approved by Telephone Engineering Certificate (TEC) of specified
extensions, having following features:
Section VII. Works Requirements






168
Direct inward dialling (DID) with voice guidance facility.
Caller line Identification (CLI) on Analog as well as digital extension.
Call Billing software (CB)
Dynamic STD locking
Conferencing facility Tor specified extensions.
Provision of battery back-up and power failure line transfer.
PBX (Analogue type)
Manufactured by reputed manufacturer and approved by Telephone Engineering Certificate (TEC) of specified
extensions, having following features:





Direct inward dialling (DID) with voice guidance facility.
Caller line Identification (CLI) on Analog as well as digital extension.
Call Billing software (CB)
Dynamic. STD locking
Conferencing facility for specified extensions.
RJ 11 SOCKET
PVC / box with LED indicator,RJ 11 jack, facility for fixing on the wall
Section VII. Works Requirements
9
169
DATA & NETWORKING
Scope
This document defines the cabling system and subsystem components to include cable, termination hardware,
supporting hardware, and miscellany required to furnish, and to install a complete cabling infrastructure
supporting data. The intent of this section is to provide pertinent information to allow the vendor to bid the
labour, supervision, tooling, materials, and miscellaneous mounting hardware and consumables to install a
complete system. However, it is the responsibility of the vendor to propose any, and, all items required for a
complete system whether or not it is identified in the specification, drawings and bill of materials attached to
this specification.
Applicable Documents
The cabling system described in this specification is derived in part from the recommendations made
in industry standard documents. The list of documents below (or the latest revisions) has bearing on
the desired cabling infrastructure are incorporated into this specification by reference:
1)
2)
4)
5)
6)
This Technical Specification and Associated Drawings
ANSI/TIA/EIA 568-B Commercial Building Telecommunications Cabling Standard – March
2001
ANSI/EIA/TIA-569-A Commercial Building Standard for Telecommunications Pathways and
Spaces - February, 1998
ANSI/EIA/TIA-606 Administration Standard for the Telecommunications Infrastructure of
Commercial Buildings - February, 1993
ANSI/TIA/EIA-607 Commercial Building Grounding and Bonding Requirements for
Telecommunications - August, 1994
Cabling System and Component Specifications
Unshielded Twisted Pair, Category 6, TIA / EIA 568-B.2
1
2
3
4
5
Conductors
Insulation
Jacket
Pair Separator
Approvals
6
7
8
9
10
11
Operating temperature
Frequency tested up to
Packing
Delay Skew
Impedance
Performance characteristics to be
provided along with bid
23 AWG solid bare copper or better
Polyethylene
Flame Retardant PVC
Cross-member fluted Spline.
UL Listed
ETL verified to TIA / EIA Cat 6
-20 Deg. C to +60 Deg. C
Minimum 600 MHz
Box of 305 meters
45ns MAX.
100 Ohms + / - 15 ohms, 1 to 600 MHz.
Attenuation, Pair-to-pair and PS NEXT,
ELFEXT and PSELFEXT, Return Loss, ACR
and PS ACR
Section VII. Works Requirements
170
UTP Jacks
Type
Durability
Modular Jack
Wire terminal
Accessories
Materials
Housing
Wiring blocks
Jack contacts
Approvals
Performance
Characteristics to be
provided with bid
PCB based, Unshielded Twisted Pair, Category 6, TIA / EIA 568B.2
750 mating cycles
200 termination cycles
Strain relief and bend-limiting boot for cable
Integrated hinged dust cover
Polyphenylene oxide, 94V-0 rated
Polycarbonate, 94V-0 rated
Phosphorous bronze, plated with 1.27micro-meter thick gold
UL listed
Attenuation, NEXT, PS NEXT, FEXT and Return Loss
UTP Patch Panels
Type
Ports
Port arrangement
Category
Circuit Identification
Scheme
Port Identification
Height
Durability
Modular Jack
Wire terminal (110
block)
Accessories
Materials
Housing
Wiring blocks
Jack contacts
Panel
Approvals
Termination Pattern
Performance
Characteristics to be
provided along with
bid
24-port / 12-port, PCB based, Unshielded Twisted Pair, Category
6, TIA / EIA 568-B.2
24 / 12
Modules of 6-ports each, arranged 1port x 6.
Category 6
Icons on each of 24-ports
9mm or 12mm Labels on each of 24-ports (to be included in supply)
1 U (1.75 inches)
750 mating cycles
200 termination cycles
Strain relief and bend limiting boot for cable
Polyphenylene oxide, 94V-0 rated
Polycarbonate, 94V-0 rated
Phosphhorous bronze, plated with 1.27micro-meter thick gold
Black, powder coated steel
UL listed
TIA / EIA 568 A and B;
Attenuation, NEXT, PS NEXT, FEXT and Return Loss
Workstation / Equipment Cords
Type
Unshielded Twisted Pair, Category 6, TIA / EIA 568-B.2
Section VII. Works Requirements
Conductor
Length
Plug Protection
Warranty
Category
Plug
Housing
Terminals
171
24 AWG 7 / 32, stranded copper
7-feet
Matching colored snag-less, elastomer polyolefin boot
25-year component warranty
Category 5
Clear polycarbonate
Phosphor Bronze, 50 micron gold plating over selected area and gold
flash over remainder, over 100 micron nickel underplate
PBT polyester
PVC
Flame Retardant Polyethylene
Load bar
Jacket
Insulation
Warranty
Owner seeks warranty for the installed cable plant from the OEM equipment supplier. Bidder shall ensure that
the OEM norms for supply, installation, testing and documentation as specified by the OEM
supplier shall be adhered to, provided those are in line with TIA / EIA standards and Owner
requirement specifications. The warranty shall be provided by the OEM vendor to Owner and
shall be administered in India. The duration of the warranty shall be for a minimum of 25 years
and shall cover the system performance, application assurance and the costs of the supply of
components and installation.
UTP PATCH CORD
Material:
Assembly (conforming to EIAITIA 568B-2-1) of Cat 6 type 4 unshielded twisted pair 2426AWG (0.51mm-0.40mm), each pair separated by a PE former (Star shaped) 100 ohms stranded wire PVC
insulated cables with modular RJ-45 polycarbonate UL94V housing 15milliohms gold over nickel contacts
(superior three piece connector) crimped on both ends with T568A & T568B wiring schemes with 8P8C
connection. The cord shall be branded. The cords shall be used in structured cabling in accordance with
following table
Sr. No.
1.
2.
3.
4.
5.
Length
Usein
1
1m
from switch to patch panel
2
3m
from computer to information outlet
All patch cords shall exceed TIAIEIA and ISOIIEC Category 6/Classs E specifications.
All patch cords shall be backward compatible with Category 5 and Category 5E systems.
The patch cords shall incorporate an anti-snag feature that provides maximum protection from
snagging during moves and re-arrangements.
Patch cords shall be UL listed, UL-C certified and AUSTEL approved.
Patch cords shall support network line speeds in excess of 1 gigabit per second.
Method of construction:
The patch cord shall be erected for making connections from switch to patch panel or from computer to
information outlet.
Section VII. Works Requirements
172
UTP CONNECTOR (RJ 45)
Material:
Assembly of Gold over nickel contacts with 1.5A current carrying capacity, 30V with 15milli ohms contact
resistance, 8P8C connection easy to crimp with crimping tool in polycarbonate UL94V housing.
Method of construction:
The UTP cable shall be spliced, untwisted not more than 12mm, inserted into the connector with sequence as
per EIAITIA 568 8.2-1 & crimped firmly with crimping tool. For connecting computers to wired LAN or
external wireless Ethernet interface in Wireless LAN.
LIGHTGUIDE INTERCONNECT UNIT
Material:
Wall mount, type Lightguide Interconnect Unit with dimensions shown in the table, an interfacing unit for fibre
cables coming in from field & those originating from the equipments. consisting of fibre spools to provide
minimum bending radius & splice trays as splice cover for pigtail splicing, two compartment design with
adaptor panel in the centre, compartmentalizing the box, complete aluminium housing, fully powder coated, two
doors enclosure with lock & key, rubber grommets at the cable entry points for tight sealing; Splice trays of 140
x125 x 10mm complete aluminium body fully powder coated with provision for fibre splices fully cushioned
splice holder containing grooves for fixing splice protective sleeves; FR grade high impact resistance plastic
two halves design stackabie sufficient room for excess cable.
Sr.
No.
1
2
Ports
Dimensions
Fibre Splices
12
24
300 x 300 x 80 mm
370 x 350 x 80mm
6
12
Hardware:
Sheet Metal (SM) screws of required sizes, plugs, wooden gitties, etc.
Method of Construction:
Supplying & erecting Lightguide Interconnect Unit (L1U) on wall with cable termination complete with sheet
metal screws of required size, plugs / wooden gitties.To couple two connectors together i.e. to provide optical
connectivity between fibre cable & fibre switch! / fibre module.
POWER OVER ETHERNET ADAPTOR
Material:
The output voltage of 5V DC or 12V DC (selectable) with input of 48V DC consists of Power over Ethernet
base unit, Power over terminal unit, AC to DC power adaptor, DC power cable & Ethernet cable.
Method of Construction:
Supplying & connecting Power over Ethernet Adaptor with all its connections of base unit, terminal unit & AC
to DC power adaptor for supplying power to Access Point, Router or Wireless Ethernet Transceiver complete.
Section VII. Works Requirements
173
10
TELEVISION SYSTEM
The office area shall be provided with Television outlet points at certain locations viz. the cabins of
directors , reception area etc.
The scope of work shall include providing TV outlet points at cabins and reception areas.The RG 11
wiring shall be done from the antenna to the Main Splitter and RG 6 wiring shall be done from the
Main splitter to the TV outlets in raceways or conduits.
11
7.5 kva inverter SYSTEM
The office area should comsists of lights on emergency supply when the main supply fails.These lights should
be fed by a 7.5 KVA Inverter(1 phase IN and 1 phase OUT) for 15 minutes.
Following are the Specifications of the 7.5 % KVA Inverter system to be selected:
Sr No
1
2
3
4
5
Description
ac inpuT voltage
230Volts +20 to 30%
frequency
50hz (+10% to -10%)
phase
1 phase
charging time
12 hrs for 90% of full capacity
charger type
cvcc controlled rectifier
battery voltage and capacity:
The battery voltage should be 180 V for the 7.5 KVA Inverter selected.
specification of the inverter:
Sr No
1
2
3
4
5
6
7
8
9
Desciption
technology
output voltage
voltage regulation
frequeny
waveform
harmonic distortion
inverter efficiency
power factor
overload
10
11
crest factor
audible noise
igbt
230 v ac single phase
+/- 2%
50 hz +/-0.5 hz
pwm sinewave
<3%
>90%
0.8
a)<105% continuous
B)105% TO 150 % 30 SEC
3:1
<45 db at 1 mtr
Mertering:
Microprocessor based digital LED for output voltage,output current,output frequency,load percentage ,DC
voltage,Battery percentage.
Section VII. Works Requirements
Sr No
1
2
3
174
general requirements:
description
dimension
650mm X 250 mm X 500 mm(l X D X H)
operating temperature
0 to 50 deg c
humidity
max 95% non condensing
protections:
Output overload and short circuit,output under and over voltage,DC under and over voltage.
indications and lamps:
Sr No
1
2
3
4
5
Description
Mains On
Inverter On
Battery Low
Fault conditions
Output voltage
Indication
Indication
Indication and Alarm
Indication and Alarm
Indication and Alarm
changeover:
The changeover should happen by a static switch.
Section VII. Works Requirements
175
12
UPS SYSTEM
TECHNICAL SPECIFICATONS OF 1NO OF 40KVA UPS SYSTEM
Three-Phase Input Three Phase Output
TECHNICAL SPECIFICATIONS FOR SUPPLY AND INSTALLATION OF AN UNINTERRUPTIBLE
POWER SYSTEM COMPOSED OF THREE-PHASE INPUT THREE PAHSE OUTPUT 1 Nos OF 40 KVA
UPS OPERATING INDEPENDENTLY WITH BUILT IN ISOLATION TRANSFORMER
Scope of Supply:
This specification is set for the design, manufacture, testing at manufacturer’s works, supply, erection, testing,
Installation and commissioning of 1 No. of 40 KVA Uninterruptible Power System (UPS) connected
independently.
Scope and type of contract
The present special contract specifications constitute a call for best offers for the supply of:
Uninterruptible Power System (hereinafter referred to as UPS) rated at 40 KVA featuring valve-regulated leadacid batteries (VRLA) housed in one or more external racks and providing a minimum autonomy as defined
under "Batteries" herein.
The present specifications contain minimum requirements. All offers must be completed strictly in accordance
therewith, either by confirming data or by filling in the spaces provided, where requirements are not met.
Any deviations or exceptions to, the minimum requirements must appear in the offer.
Where no exceptions are shown, the requirements of the present specifications will be considered as accepted.
Scheme of Operation:
The UPS offered must be True On-Line Double Conversion type i.e. VFI technology (Voltage and Frequency
independent, according to the standard IEC 62040-3.2.16): output frequency and voltage must be independent
from the input.
40 KVA UPS unit should be consisting of :
 A three-phase rectifier-charger ( input voltage 380/400/415 V )
 Battery Backup
Separate Battery backup of 30 Minutes back-up for 40 KVA UPS at full load 40 KVA should
be provided.
 Inverter
- A 40 KVA three phase Inverter for 40 KVA UPS
(output voltage 415 V +/- 1%)
 A by-pass circuit consisting of
- automatic by-pass without interruption (static contactor)
- manual by-pass for maintenance
Section VII. Works Requirements
176
UPS COMPONENTS DESCRIPTION
Rectifier Charger
The rectifier should be adjusted to supply the inverter with nominal power while simultaneously maintaining the
level of battery charge, or to recharge the battery after a period of back-up to suit the manufactures requirement .
The rectifier should be consists of the following elements in particular :
An anti-mains harmonic feed-back filter (RFI)
A rectifier bridge controlling the output voltage
The ripple of on the battery should be limited to < 1 % during charging condition.
The residual AC component must not affect the battery life span.
Battery health control and monitoring facility
In order to avoid mains inrush current during voltage return, it should be possible to individually stagger each
rectifier start up using a time delay, and the power build-up is progressive (longer than 10 seconds).
Stopping battery recharge should be possible without stopping the rectifier, using external data (dry contacts).
When running off generator sets to ensures that the battery is not recharged before returning to normal mains.
Total Input Harmonic Distortion (THD) and Power Factor (PF):
The maximum voltage THD (THDv) permitted on the rectifier input (either from the utility or generator) will be
15% (normal operation is guaranteed up to 8%). The maximum current THD injected into the mains (THDi)
will be less than 3% at maximum input power and input voltage THDv < 1% (nominal input voltage and
current). Under these conditions the input power factor (PF) will be > 0.99.
Please note: Rectifier is IGBT based for 40 KVA UPS (Deviation is not acceptable).
BATTERY BANK:
The battery should be Sealed Maintenance Free (SMF) lead acid VRL type and should be designed to
provide 30 minutes back-up at full load for each UPS.
All the batteries shall be stacked one over other. The scope includes termination and bus bar shrouding for battery
terminals and interconnections of battery cells. Battery isolator should be provided for battery protection.
Batteries
The valve-controlled, sealed lead acid battery shall have an enclosure made of a self-extinguishing material.
The battery shall be housed in racks and shall be protected by fuses located on each pole and through an
appropriate non automatic circuit breaker.
To maximise battery operating life, the float voltage shall be automatically adjusted as a function of the ambient
temperature.
In the event of total failure of the main power source, batteries of 40KVA UPS will guarantee the supply of
nominal UPS output power for a minimum autonomy of 30 minutes.
Section VII. Works Requirements
177
Inverters
The inverter design enables the tolerances of different output parameters (voltage, distortion rates, frequency) to
be maintained.
The operating principle should be based on Pulse Width Modulation (PWM) and consists of a three-phase
frequency converter fitted with :
A power converter bridge with IGBT (Insulated Gate Bipolar Transistor).
A parallel series filter.
The oscillator should provide the frequency reference and should be synchronized with the mains frequency when
this is within tolerance. It should operate autonomously when the mains is out of tolerance or absent (operating
on battery).
It should also be possible to desynchronize its operating when, for example the UPS supply is provided by a
generator set, the stability of which is incompatible with the load requirements.
Short circuit and discrimination :
In cases of sharp current build and before the inverter voltage exceeds its tolerance :
Mains present : the load should transferred to the mains without interruption (automatic by-pass).
Once returned to a normal state, the load should automatically supplied by the inverter.
Mains absent : the inverters should be able to generate minimum short-circuit current of 3 times nominal current
for a duration of 10 ms in order to ensure discrimination.
In the case of a non-discriminated short-circuit, the inverters must be shut-off by their electronic protection
without any deterioration.
After the inverter has stopped after full battery discharge, the UPS should restart automatically when the mains
supply is restored.
Automatic By-Pass :
For certain operating man oeuvres or anomalies (overload, downstream short circuit, abnormal local temperature
rise, malfunction), the UPS should be fitted with an automatic by-pass without interruption in order to transfer the
load to the mains and vice-versa. The configuration should be provided with one central bypass in case of failure
of more than one UPS.
The automatic transfer should be instantly activated when the output voltage is out of tolerance. In cases of
repeated transfers, the change over switch should be locked. It should also possible to operate the by-pass
manually.
The UPS should also carry out an automatic transfer with micro cut-off, only in case of a serious inverter failure,
and in the absence of synchronisation with the by-pass mains.
The neutral conductor of the UPS should be rated for 2 times that of phase to cater for harmonics unbalance
currents. The Synchronising range of inverter with bypass should be ± 2 Hz.
Section VII. Works Requirements
178
Manual By- Pass :
The UPS will be fitted with an internal maintenance bypass switch which enables a load transfer to bypass
supply. As a result, there will be no interruption to the power of the critical load when it is necessary to take
the UPS out of service for maintenance or repair. Bypass isolation will be complete and all serviceable
components such as fuses, power modules etc will be isolated. Transfer/retransfer of the critical load may be
accomplished by automatic synchronization of the UPS to the bypass supply and by paralleling the inverter
with the bypass source before opening or closing the bypass switch as appropriate.
Indications, Monitoring, Alarms :
The UPS should be provided with Microprocessor based unit status display to optimise UPS operation and
maintenance, a control panel with a mimic and alphanumeric display.
Displaying electrical measurements :
Input:
Voltage between phases
Bypass Frequency
Load output :
Load rate (%)
Load power consumption (KVA & kW)
Voltage
Current
Frequency
DC:
Voltage
Battery Temp.
Battery current
Battery Backup time
Available battery capacity
Status display: Showing at least the following information :
Rectifier ON /OFF
Booster ON / OFF
Battery Connected / Disconnected
Battery Charger ON / OFF
Inverter ON / OFF
Bypass ON / OFF
Load on Inverter / Bypass / maintenance by-pass
Automatic Battery testing:
The operating condition of the batteries will be automatically tested by the control unit at selectable intervals, e.g.
weekly, fortnightly or monthly. A short-time discharge of the battery will be made to confirm that all the battery
blocks and connecting elements are in good working order. In order to preclude a faulty diagnosis, the test, at the
earliest, will be launched 24 hours after the latest battery discharge. The battery test will be performed without
any risk to the load, even if the battery is completely defective. Users will be alerted to a detected battery fault.
The battery test will not cause any degradation in terms of the battery system life expectancy.
Section VII. Works Requirements
179
OPERATING MODES
This section describes the different operating modes of the Uninterruptible Power System.
Normal operating mode
The supply of the loads connected to the Uninterruptible Power System (UPS) shall always be supplied by the
inverter which shall be supplied by the primary
line through the rectifier/battery charger.
The rectifier shall also provide the power necessary to keep the battery in the
fully charged condition.
The inverter shall be synchronised with the bypass line so that the load can be transferred from the inverter to
the bypass supply on account of an overload or
inverter stop without any interruption in the power supply
to the load.
Inverter stop or overload
In the event of an inverter stop (whether manual or caused by a UPS protection),
the load shall be
automatically transferred to the bypass supply without interruption. Similarly, when a temporary overload
downstream of the UPS occurs, the load shall be automatically transferred to the bypass supply without
interruption and then returned to the inverter when the overload condition ceases. This capability shall
permit the inclusion of loads whose inrush current is greater than the supply capacity of the inverter, provided
always that the bypass supply is within accepted limits.In the event of an overload with an unsuitable
supply, the Uninterruptible Power System shall not transfer the load and shall continue to supply it
from the inverter for a period of time dependent upon the
extent of the overload and the characteristics of
the UPS.
Emergency (mains failure)
Upon failure or reduction of the primary AC source, the load shall be supplied by
the battery through
the inverter. During this stage, power shall be drawn from the battery whose charge will be reduced. Visible
and audible signal shall alert the user to this operating state. The remaining autonomy time shall be
calculated by
a diagnostic algorithm.
Restoration of primary AC source
Upon return of the primary AC source to within tolerance limits, the Uninterruptible Power System shall
start operating in normal mode again. Even if
the battery is completely discharged, the rectifier/charger
shall automatically
restart, "walk in" and gradually assume both the inverter and battery recharge
loads.
Maintenance bypass switch
The UPS shall be equipped with a system of bypass switches capable of
transferring the load to the
bypass supply without interruption so as to enable the
UPS to be switched off and isolated for
maintenance operations.
Control and diagnostics
Section VII. Works Requirements
180
Control of the power electronics modules will be optimised in order to provide:
Optimum three-phase supply of the load Controlled battery charging minimum phase effects on upstream
supply network UPS has the most advanced digital control. This platform combines the advantages of a double
DSP which executes all the vector control algorithms and the Microcontroller which gives maximum
communication flexibility whilst interfacing all internal and external signals. UPS will achieve the most
powerful control in UPS industry.
Vector control
To ensure the quick and flexible processing of measuring data, special arithmetic algorithms will be
implemented in DSP, rapidly generating controlled variables as a result. This will thus render possible the realtime control of the inverter electronics, resulting in obvious advantages in the performance of the power
components. These advantages will be:


Improvement of short circuit behavior, as individual phases can be more quickly controlled
Synchronism or phase angle precision between UPS output and bypass supply even in the case of a
distorted mains voltage minimum phase effects

High flexibility in parallel operation: parallel blocks may be housed in separate rooms. Several
algorithms included in the Vector Control firmware
ENVIRONMENT:
Installation, operating and maintenance should only be carried out via frontal access (without either rear or side
access)
The manufacturer shall indicate:
The equipment dimensions and weight maximum temperature not to be exceeded in UPS site (Indicate the
permissible temp.) maximum temperature not to be exceeded in battery site. (Indicate the permissible temp.)
INSTALLATION:
The entire system shall be installed as per manufacturer’s recommendations & instructions including all
interconnections for supply & control circuits.
A minimum working space shall maintain around the equipment as per drawings, Consultants reference drawings
& relevant standards.
All components shall be clearly identified using labels including battery cells
individually.
Services of authorised representative or manufacturer for supervision of
& adjustment shall be provided.
installation, connections, testing
TESTING AND COMMISSIONING:
Under supervision of manufacturer’s representative all system functions, operations, protective features shall be
checked & preset to ensure compliance of specifications.
CLEANING:
Section VII. Works Requirements
181
On completion of installation, testing of the system all components, cabinets etc. shall be cleaned & unwanted
material, debris shall be removed from site. Scratches dents if any shall be cleaned and touched up to match the
original finish.
COMMUNICATIONS
The UPS shall allow for flexibility in communications. The UPS shall be able to communicate through two
communications ports simultaneously; the media of either communications port may change without affecting
the operation of the UPS. The UPS should have SNMP Ready with RS 485 port along with software for
monitoring on LAN.
WARRANTY:
The entire UPS system to be installed in the Hospital should be inclusive of comprehensive warranty for 1 year.
DATA SHEET
TO BE SUBMITTED ALONG WITH THE OFFER
UPS TYPE :
Power rating at load PF 0.8 lagging :
Name of Manufacturer
(Indicate the permissible temp.)
:
Product Model
:
Capacity
:
40 KVA
Configuration
:
Static by Pass required.
Direct paralleling of output upto 8
units possible.
:
RECTIFIERS :
Type
Three-phase input voltage
:
:
IGBT type. (Deviation not Acceptable)
380 V / 400 V / 415 V ± 10 %
Frequency
:
45 - 65 HZ
Soft start
:
1 to 90 sec
Input power factor
:
> 0.99
Maximum mains inrush current
Automatic start up at mains return
RFI filter :
:
1 In (1 X Nominal current)
:
Section VII. Works Requirements
Output voltage stability
182
:
Battery recharge stop without
stopping rectifier
± 1%
of RMS
:
<3%
:
Input current distortion
BATTERY :
Technology :
Backup
Sealed Maintenance Free lead-acid VRL type batteries.
:
Battery Rack:
30 Minutes back up at full load
Vertical Mounting type (VRL) with battery isolator.
Battery Capacity :No. of Batteries and voltage per cell :-
12 Volts / Cell, No. of cells.
Autonomy at nominal power :
Automatic adjustment of floating voltage
according to temperature:
Protection against risk of slow discharge :
Programmable automatic availability test
carried out without stopping rectifier :
INVERTER :
Three-phase output voltage
415 V ± 1 %
Output frequency :
50 Hz ± 0.1 % self clocked
Live Clocked +/- 1%, +/- 2% (Selectable)
Type of power switching devices
Three-phase IGBT bridge
Filtering transformer at frequency converter output :
Short-circuit current
:  3 times nominal current for 10 ms
Rated output
: 40 KVA
Overload
: 110 % for 60 Min
: 125 % for 10 Min
: 150 % for 1 Min.
Output phase displacement
: 120 ± 1 deg. for balance load.
120 ± 2 deg. for unbalanced load.
Voltage Tolerances
Steady state ±1% at balance load ±3% at 100%
Section VII. Works Requirements
183
Unbalanced load transient ±4% for 100% load
step change
Output waveform
Sinusoidal
with Linear load  1 % at nominal power :
with 100% non linear load < 5 %
Harmonic Distortion
Admissible Crest Factor
3:1 without downgrading
Overall Efficiency of UPS
 94 -96 % at 25% to 100% load
Please note: Deviation Not Acceptable.
Automatic de-synchronization when operating On Generator-set
Out Put Power Factor :-
0.8 to Unity
Rate of Frequency Change :-
0.1% Hz/Sec Min
Inbuilt Isolation Transformer at output of Inverter: Required
Note:If the Isolation transformer are not available inbuit for a particular make or model, the transformer can be
provided externally.
BY-PASS :
Three-phase output voltage with neutral :
Output frequency :
Output Frequency Range :
Built-in maintenance by-pass :
ENVIRONMENT :
Manufacturer’s ISO 9001 certification
yes
no
IEC 146 - 4 compliance :
yes
no
Battery site maximum temperature :
°C
UPS site maximum temperature :
Installation, operation without rear or side access :
Equipment dimensions:
°C
yes
no
Section VII. Works Requirements
UPS unit :-
184
length
mm
height
mm depth
mm
Battery unit : length.
mm
height.
mm depth.
mm
Cable Entry
: BOTTOM
Degree of Protection
: IP 20
Colour
: RAL 7021
Acoustic Noise level
: 63 to 70 db
Operating Temperature: 0 to 40 Degree Centigrade
Relative Humidity
: 95 % Non – condensing.
13
CABLE TRAYS / RACEWAY & ACCESSORIES
Scope
Scope of these specifications covers the design, material selection, fabrication, testing at manufacturer’s works,
insurance, packing, transportation, loading/unloading, supply at site and installation of cable trays,
trunking(Raceway) and accessories covered herein.
Material and construction (Cable tray)
Construction
Cable trays and accessories shall be manufactured to comply with the specifications of National Electrical Code
(NEC) and National Electrical Manufacturers’ Association (NEMA).
Cable trays and accessories shall be fabricated using mild steel sheets and hot dip galvanized in accordance with
B.S.729 after fabrication. All bolts, nuts and washers shall also be galvanized. The zinc coating shall be
uniform, smooth and free from imperfections such as flux & ash, black spots, blisters etc. Cable trays and
accessories shall undergo a process of degreasing, pickling in acid & cold rinsing prior to galvanisation.
Cable trays shall be of the following type:
i.
Ladder type with rungs
ii. Perforated type.
Perforated cable trays shall be generally of channel type and the perforations shall be 10x30 mm oval holes.
Perforated cable trays shall also be galvanised. Galvanising shall be in accordance with that specified above for
ladder type cable tray.
Ladder type cable trays shall be made from 2mm thick sheet formed in `C’ section of 75mm height and inward
flanges of 15mm as side runners and 30mm wide x 10mm high rungs (`C’ shaped) from a 1.5mm thick sheet.
Perforations as mentioned above shall be provided in the width of the rungs. Pitch of the rungs shall not exceed
250 mm center to centre. Rungs shall be tack welded to the side members.
The thickness of sheet steel for perforated trays shall be 1.6 mm and they shall be of the formed channel shape.
Section VII. Works Requirements
185
Cable trays shall be of following dimensions as specified in BOQ.
Accessories
Following accessories and hardware, as required, shall be supplied with cable trays :






Coupler plates
bends
Tees
Reducers
4-way cross
Fasteners (Hardware)
Material and construction (Trunking)
Construction
Unless noted otherwise, trunking and accessories shall be manufactured to comply with the specifications of
National Electrical Code (NEC) and National Electrical Manufacturers’ Association (NEMA).
Trunking is proposed to be installed concealed under the floor finish.
Trunking shall be fabricated from 1.6mm thick GI sheet. Overall sizes of trunking and compartments to be
provided in each shall be as follows :
Sr. No.
Overall Trunking Size(mm)
No. of compartments & size (mm)
i.
ii.
iii.
iv.
200 x 38
175 x 38
100 x 38
100 x 38
1 x 100 + 1 x 50 + 1 x 50
1 x 75 + 1 x 50 + 1 x 50
1 x 50 + 1 x 50
1 x 50 + 1 x 25 + 1 x 25
Trunking shall be complete with partition plates and covers.
Accessories
Trunking of each size shall be supplied with following accessories




4 way junction boxes with removable covers
Vertical access boxes
Couplers
End caps.
Any other accessories, if required, for satisfactory installation shall also be included as part of supply.
Trunking shall be supplied in standard length of 2.44 metres.
Testing at manufacturers work
The material for cable trays and accessories shall be offered for stage inspection by the Owner as follows:
 Prior to fabrication and galvanising.
 After fabrication but before galvanising.
Section VII. Works Requirements
186
 After galvanising but prior to dispatch.
During inspection, thickness of sheets, dimensions and weight of zinc coating will be measured. Items not
conforming to specifications shall be rejected.
Prior to fabrication, sheets to be used for fabrication of trunking/accessories shall be offered for inspection.
Subsequent to fabrication, but prior to galvanising, trunking/accessories shall be offered for inspection. Items
not conforming to specifications shall be rejected.
14
CHAPTER: A
INTELLIGENT FIRE ALARM SYSTEM
GENERAL
A.1
SCOPE OF WORK
A.1.1
These specifications shall cover the Design, Supply, Erection, Testing, and Commissioning of
Intelligent Addressable Fire Alarm Systems
A.1.2
The work is to be carried out is illustrated in the drawings attached. These drawings are open to as per
suitable design submitted by the tendered.
A.2.2
The tender drawings indicate only the general scheme of requirement and the extent of work covered
in this contract. The equipment and their associated works such as Cabling, etc. may be re-arranged in
the space allotted subject to the approval of Engineer-in-charge. It is the Contractor’s responsibility to
ensure that his work is coordinated with the work of other agencies/client.
A.2.
SCHEDULE OF REQUIREMENTS
A.2.1
Intelligent Addressable Fire Alarm System requirements are shown in the tender drawings and
described briefly in other chapter of these specifications.
A.2.2
Tenderers are advised that the location of detectors and other accessories etc. as given in these
drawings and specifications are indicative and for tenderers guidance.
A.2.3 It is the intent of these specifications to define a state-of-art integrated Fire Alarm System, which is
user friendly, modular, flexible and expandable. The system is to be designed, installed, customised,
tested, commissioned and supported by a local office or agent of the manufacturer by Engineers skilled
in providing functional and efficient solutions to the needs of the Engineer in charge.
A.2.4
The contractor shall have an in-place support facility in Mumbai equipped with Competent Support
Staff, Spare Parts Inventory and all the necessary Test and Diagnostic Equipment to provide support
within 24 hours of any breakdowns.
A.3.5
All electronic equipment shall conform to the pertinent regulations governing radio frequency
electromagnetic interference and should be so labelled.
A.3.6
All system components and sub-systems are to be fault tolerant and provide satisfactory operation
without damage at + 10% of the rated voltage and at + 3 Hz variation in line frequency.
Section VII. Works Requirements
187
A.3. TECHNICAL DATA
A.3.1
The Tenderer shall submit comprehensive technical information for all the equipment and material.
This must include but not necessarily be restricted to, all data as
A.3.2
Technical catalogues and performance Tables/ Curves of all equipment and machines must be
submitted with the offer.
A.3.3
Information given by the tenderer under chapter "SCHEDULE OF TECHNICAL DATA" is meant for
general information only. In case of discrepancies between tender specifications and details given by
the tenderer under chapter "SCHEDULE OF TECHNICAL DATA", the decision of Engineer-incharge will be final and binding on Contractor unless departures are indicated by the Tenderer
A.4. PERFORMANCE GUARANTEE AND TESTING
A.4.1
The Contractor shall execute the work on the basis of indicative designs hereby given and accepted by
him with or without modifications or new designs submitted by him at the tender stage and accepted
by Engineer in charge, as the case may be. All Variations, i.e. additions, omissions or substitutions
necessitated at anytime for any reason whatsoever, shall be deemed to have been accepted by the
Contractor as not vitiating the performance based nature of this contract. If any such variations,
irrespective of whether such variations are intended to be executed by other agencies employed by the
Engineer-in-charge, have any bearing on the performance of this Contract, the same shall immediately
be brought to the notice of Engineer-in-charge by the Contractor in writing. In any case the Contractor
shall have to guarantee for due and proper performance of the works agreed to be so erected.
A.4.2
The Fire Detection installation shall be designed and guaranteed to perform as indicted in other parts of
these specifications and drawings read in conjunction with statutory requirements.
A.4.3
All equipment shall be tested at manufacturer's Works as per latest relevant BIS specifications or in the
absence of IS specification approved testing methods shall be followed and Test Certificates/ Reports
submitted to the Engineer-in-charge. The contractor shall intimate in advance the probable date of such
tests to the Engineer-in-charge to enable their representatives to witness the tests if they so desire. But
under no circumstances shall this absolve the Contractor of his responsibility for Performance of the
Equipment or System.
A.4.4
In addition to the above, all equipment and systems shall be tested after installation as required by
various statutory authorities, certifying agencies and as required by various sections of these
specifications.
A.4.5 The Contractor shall take full responsibility for proper operation of the entire system including
debugging and proper calibration of each component and sub-system.
A.4.6
The Contractor shall leave necessary provisions required for fixing instruments, gauges, meters, etc.
for testing the installation even if these are not shown on the drawings. All such instruments, services
etc. needed for the tests shall be arranged by the Contractor at his own cost.
A.4.7
It is the sole responsibility of Contractor to obtain all the necessary approvals from the statutory
authorities, either prior to, during or after installation as required. All tests specified herein-after and
witnessed/ approved by Engineer-in-charge, may be deemed to be invalid at the option of Engineer-incharge, if the requisite, final and unconditional approvals from the concerned statutory authorities are
not obtained by the Contractor.
Section VII. Works Requirements
188
A.4.8
The Contractor shall intimate in writing to Engineer-in-charge as and when individual components of
the installation are ready for tests required for further progress of erection. All such tests shall be
carried out as per these specifications and/ or as directed by Engineer-in-charge and recorded in the
presence of Engineer-in-charge or his authorized representatives.
A.4.9
On completion of erection, the contractor shall thoroughly clean all the equipment, inspect and check
the entire installation for correctness and completeness and furnish a detailed report on all components
of the installation to Engineer-in-charge.
A.4.10 The Contractor shall intimate in writing to Engineer-in-charge, the proposed date of initial startup.
A.4.11 The Contractor shall, on approval of Engineer-in-charge, proceed with necessary pre-commissioning
activities and tests and put the installation initial operation and start-up during which preliminary
adjustments and addressing shall be carried out.
A.4.12 Based on preliminary observations during the initial operation described above, necessary modifications/
repairs/ replacements/ etc. if any shall be carried out by the Contractor to the entire satisfaction of
Engineer-in-charge. On successful completion of initial operation, the Contractor shall proceed with
trial runs.
A.4.13 Not withstanding approval of tests or equipment or materials by Engineer-in-charge etc., up to the tests
in static state as described here-in above, the Contractor shall be required to perform site tests to prove
correctness of ratings and performance of equipment and materials supplied and installed by him, in
normal operating condition.
A.4.14 All equipment shall be capable of performing the duties specified in these specifications without
damage, distortion or failure of any component.
A.4.15 The performance of various equipment individually shall not be less than quoted ratings and
consumption of power shall not exceed the ratings quoted by the tendered, when tested in normal
operating condition. Otherwise the equipment / material are liable for rejection.
A.4.16 All test instruments shall be calibrated for accuracy prior to taking the performance tests.
A.4.17 Failing satisfactory performance of equipment and/ or overall installation after rectification etc. as stated
above, the Engineer– in-Charge, at his sole discretion, reserves the option of charging liquidated
damages for such non-performance or demand supply and installation of new installation all at no extra
cost to Engineer-in-Charge or demand for full refund of all "On Account" payments made to the
Contractor for that part of the work which has failed to perform, and the Contractor shall be obliged to
do so as directed by the Engineer-in-Charge.
A.5.
CODES & STANDARDS
A.5.1
The Fire Alarm system shall comply with latest requirements of EN54/IS standard
A.5.2
In general the system and all components shall have EN54/VDS Approval.
A.6.
A.6.1
INSTALLATION:
Installation shall be in accordance with the local and state codes, as shown on the drawings, and as
recommended by the equipment manufacturer.
Section VII. Works Requirements
189
A.6.2
All fire detection and alarm system devices, control panels and remote enunciators shall be flush
mounted or surface mounted as per instructions of the Engineer-in-charge.
A.6.3
Manual call boxes shall be suitable for surface mounting or semi-flush mounting and shall be installed
at a height of not less than 1,000 mm, or more than 1200 mm above the finished floor level.
A.6.4
At the final inspection, a factory-trained representative of the manufacturer of the major equipment
shall demonstrate that the system functions properly in every respect.
A.7
DEMONSTRATION:
A.7.1
The Contractor shall completely check out, calibrate and test all connected hardware and software to
ensure that the system performs in accordance with the approved specifications and sequences of
operations submitted.
A.7.2
This demonstration shall consist of the following:
a) Display and demonstrate each type of data entry to show site specific customizing capability.
b) Demonstrate parameter changes.
c) Demonstrate scan, update and alarm responsiveness.
A.8
MANUALS
The following manuals shall be provided at the time of Handing over:
A.8.1
An Operator’s Manual shall contain graphic explanations of keyboard use for all operator functions
specified under Operator Training.
A.8.2
Computerized printouts of all data file layouts including all point processing programming details,
flowcharts, etc.
A.8.3
On completion of works "As Built" drawings for completed installation shall be prepared by the
Contractor and (5) Five copies of the same will be supplied to the Engineer-in-Charge. In addition, (5)
Five sets of all Operation Manuals, Technical Literature for the various components of equipment,
Controls and Accessories installed, Recommended Spares and Services Manuals will be supplied by
the Contractor to the Engineer-in-charge.
A.9.
TRAINING & HANDING -OVER
A.9.1
All training by the Contractor shall utilize manuals and as-built documentation and the on-line help
utility.
A.9.2
Operator training shall include:
a)
b)
c)
d)
e)
f)
g)
A.9.3
Sequence of Operation review
Sign ON - Sign OFF
Selection of all displays and reports
Commanding of points, keyboard
System initialization
Trouble shooting of sensors (determining bad sensors)
Password modification
Supervisor training shall include:
Section VII. Works Requirements
a)
b)
c)
d)
e)
190
Password assignment/modification
Operator assignment/modification
Operator authority assignment/modification
Point disable/enable
Terminal and data segregation/modification
A.10
Guarantee
A.10.1 The contractor shall guarantee/warranty the entire Intelligent Addressable Fire Alarm system installation
as per specifications both for components and for system as a whole. All equipment shall be
guaranteed for One year from the date of handed over to the Department against unsatisfactory
performance or breakdown due to defective design, manufacture and/or installation. The installation
shall be covered by the conditions that the whole installation or any part thereof found defective within
one years from the date of completion shall be replaced or repaired by the contractor free of charge as
decided by the Engineer-in-Charge.
A.10.2 The guaranty shall cover the following:a) Quality, strength and performance of materials used.
b) Safe mechanical and electrical stress on all parts under all specified
Operation.
conditions of
c) Satisfactory operation during the guarantee period.
d) Performance figures and other particulars as specified by the tendered under
A.10.3 Labour to trouble shoot, repair, reprogram or replace system components shall be furnished by the
contractor at no charge to the Engineer-in-charge during the guarantee period.
A.10.4 All corrective software modifications made during guarantee period shall be updated on all user
documentation.
A.11. MISCELLANEOUS:
A.11.1 The onus of incorporating the statutory requirements as per local rules and obtaining necessary
approval for the fire alarm systems shall rest fully with the Contractor.
A.11.2 The installation shall be carried out using new Equipment/ Materials complying with applicable
standards in a workmanship like manner. Engineer-in-charge reserves the right to reject any part of
installation having poor workmanship.
A.11.3 All minor Masonry, Carpentry and Civil works such as cutting / opening in Masonry Walls/ Internal
Partitions, Chasing on Walls, etc. and making good the same to match existing surface shall be done by
the Contractor, wherever asked for by the Engineer-in-charge or his authorized representative. Nothing
extra shall be paid on this account.
CHAPTER B:
SYSTEM DESCRIPTION
Section VII. Works Requirements
191
B.1 SCOPE OF WORK AND EXCLUSIONS
The work shall comprise entire labour including supervision and all materials necessary to make a complete
installation to the entire satisfaction of the department. The term complete installation shall mean, not only
major items of equipment covered by these specifications, but also incidental sundry components necessary for
complete execution and satisfactory performance of the installation, with all labour charges, whether or not
these have been mentioned in detail in the tender documents. The work shall include data entry, programming,
start up test and demonstration, training of personnel for maintenance and operation, submission of construction
and installation drawings and wiring diagrams, as built documents and system guarantee.
B.1.1
The Contractors’ scope of work will include all items of work as per these specifications, drawings,
terms and conditions of contract etc. and briefly described in schedule of quantities. This shall include,
but not be restricted to the following:a)
Intelligent Addressable Optical /Thermal type Multisensor Smoke Detectors
b)
Intelligent Addressable Thermal Detectors
c)
Addressable Manual Call Points ( Resetting Type )
d)
Microprocessor Based Modular Intelligent Addressable Main Fire Alarm Control Panel for
connecting and monitoring the Fire Detectors and other devices.
e)
Low /High Intensity Hooters activated from the Panel.
f)
Providing suitable compatibility in the Main Fire Alarm Control Panel for the Public Address
System, audio Amplifiers, speakers & required wiring.
g)
Electrical works, including Cabling, Earthing etc. for the installation.
h)
B.1.2
Unless otherwise indicated in Schedule of Quantities and drawings, the Contractor's scope of work will
exclude only the following items of work and services, which will be arranged by the Engineer-incharge through other contractors, if required.
a)
B.2
All other works associated with above items as per specifications, drawings and conditions of
contract and the Fire Brigade requirements except those specifically excluded in Schedule of
Quantities.
Provisions of adequate AC, single/ three phase, 230/415 V, 50 HZ supply with earthing for
Fire Control Panels etc.
GENERAL DESCRIPTION OF INTELLIGENT FIRE ALARM SYSTEM
Section VII. Works Requirements
1.1
1.2
192
The detectors shall be Addressable Intelligent optical/ Thermal detectors.
The number of detectors and location shall confirm to relevant standards but not less than one detector
per 120-sq. meter area at 16m height. Addressable intelligent optical detectors shall be used. The
detectors shall give the visual and audible alarm at the respective control Panel. The panels shall be
located in the respective ground floor control rooms.
1.3
The fire alarm panel shall operate 240V+ 10% 50Hz. The FDAS shall also be provided with a
dedicated stand by power supply system (battery and charger) capable of maintaining the system for a
period of not less than 24 hours after failure of ac power supply after which
sufficient battery shall remain
to provide full load operation for at least 30 minutes in line with
IS 2189.
1.4 The FRLS cables shall be used from detectors to the alarm panel confirming to the relevant IS and from
reputed manufacture.
1.5
The system should be able to detect any type of smoke, fire and heat in the respective site
area.
B.3. DETAILED DESCRIPTION OF THE SYSTEM COMPONENTS:
BASIS OF DESIGN
An Intelligent Modular/ Expandable Fire Alarm System (IFAS) shall be provided to effect total control
over the life safety services required in the building.
The system shall be provided with Addressable fire alarm initiating, annunciating and control devices.
The addressable and intelligent system shall be such that smoke sensors, thermal sensors, manual call
points, etc., can be identified with point address.
The FAS shall be able to recognize normal and alarm conditions, below normal sensor values that reveal
trouble condition, and above normal values that indicate either a alarm condition or the need of
maintenance.
Read-out or address an actual detector location. The operator shall also be able to adjust alarm and alarm
thresholds and other parameters for the smoke sensors.
Provide a maintenance/pre-alert/fault alarm capability at smoke sensors to prevent the detectors from
indicating a false alarm due to dust, dirt etc.
Provide alarm verification of individual smoke sensors. Systems that perform alarm verification on a zone
basis shall not be acceptable. Alarm verification shall be printed on the printer at the Control Station’s
printer to enhance system maintenance and identify possible problem areas.
Provide local numeric point address and LED display of device and current condition of the point.
Each detector shall use state-of-the-art Microprocessor Circuitry with error, detector self-diagnostics and
supervision programs.
The detection of the fire shall be taken at the detector level.
Multi-Criteria Detectors shall be offered where by the system logic activation is based on any three inputs
from the detector i.e. smoke, fixed heat or rate of rise heat.
Provide outputs that are addressable, i.e. outputs shall have point address. The operator shall be able to
command such points manually or assign the points to Logical Point Groups (Software Zones) for preprogrammed operation.
Section VII. Works Requirements
193
In the event of a fire alarm, but not in a fault condition, the following action shall be performed
automatically.
a.
The System Alarm LED on the main fire alarm control panel shall flash.
b.
A local sounder shall be sounded.
c.
The LCD display on the main fire alarm control panel shall indicate all information associated
with Fire Alarm condition including the type of alarm point and its location within the
premises.
d.
Printing and history storage equipment shall log the information associated with the Fire
Alarm Control Panel condition, along with the time and date of occurrence.
e.
All system output programs assigned via control-by-event programs that are to be activated by
a particular point in alarm shall be executed, and the associated system outputs (alarm
notification appliances and/or relays) shall be activated.
FIRE ALARM CONTROL PANEL (FACP)
The Addressable Fire Alarm Control Panel (FACP) shall be networkable type. FACP shall has its own
microprocessor, software and memory. In the event of failure of the central or communication breakdown
between the central station and the FACP, the FACP shall automatically operate on stand-alone mode
without sacrificing any functions.
The networking should be peer to peer type wherein all information is available on all the panels
The panel should be modular microprocessor based in nature and should be expandable from single loop to
up to 32 loops with each loop capable of up to 250 detectors.
FACP shall supervise detection circuits and shall generate an alarm in case of abnormal conditions.
FACP shall provide general purpose inputs for monitoring such functions as low battery or AC power
failure. FACPs shall provide tamper protection and commendable outputs, which can operate relays or
logic level devices.
Smoke detectors shall be powered using the FACP-based smoke detection circuits. FACPs shall provide for
resetting smoke detectors, fault-isolation and sensor loop operation. It shall be possible to mix different fire
devices within the same FACP to optimize field wiring.
It shall be possible for the panel to have a loop length with different modules offering up to 3 km Loop
length of devices from the panel.
FACPs shall provide monitoring and control of one floor or area or for multiple floors or areas. FACPs
shall meet the following requirements to assure the integrity and reliability of the system :
a.
The FACP shall be Vds listed independently as a fire alarm control panel.
b.
The FACP should have integrated power distribution module and fixed cabling done
internally to guarantee a clear and tidy cable feed.
Section VII. Works Requirements
194
c.
The panel should have a LCD touch screen Megapixel screen with white background lighting
and keypad. The display should enable a flexible design of the operating menu with variable
keys and message windows.
d.
FACP should have menu Based operation.
e.
All materials and components used in the panel are specified as per Vds Certification.
f.
The panel should have a 120V/230V AC power supply unit in plug-in design with rack and
panel connector is a 24VDC/6A single.output power supply. The module should be protected
against overvoltage and reverse polarity. The output voltage is monitored and regulated
externally.
g.
LCD display at the FACP shall be provided to indicate point in alarm or trouble. In such
systems, means for manually scanning the points in trouble shall be provided and a trouble
and alarm LED shall be used to indicate that there are points in alarm/trouble. The
alarm/trouble LED shall only extinguish when all alarm/troubles are cleared from the loop.
h.
It shall be possible to command test, reset and alarm silence from the FACP .FACP should
have freely configurable detector zone displays from 1 to 32,000
i.
FACP should have a programmable software timer for automatic switching of day operation
mode to night operation mode, switching of mode of operation of automatic multi-criteria fire
detectors
j.
FACP one freely programmable key switch with 2 switch positions for code mode, day
operation, switch-off and reset
k. FACP modules encapsulated for rugged handling as EMC protection for electronics.
l.
Programming & logging in of all panels in network is possible from any panel.
m. FACP should have at least 10,000 history logs.
n.
The fire panel must display the mixed operation of bidirectional, digital data transmission
between detector and control panel for uniform switching of fire peripherals via a two-wire
stub and/or loop topology in a local security network (LSN) and direct current line technology
(conventional zone
o.
direct connection of a stub line to a loop at any location without additional interfaces.
p.
graphics-capable touch screen with white background lighting and screen size of at least
14.5 cm for display and operation of alarm messages, malfunctions, switching and control
procedures and plain text displays of customer-specific data such as location data
q.
programmable software timer for automatic switching of day operation mode to night
operation mode, switching of mode of operation of automatic multi-criteria fire detectors
r.
individual detector and detector zone switch-off
s.
output of stored messages in plain text on touch screen.
t.
linking of detector information for generating switch commands, e.g. to panels, as well as
activation of monitored LSN control elements
u.
one freely programmable key switch with 2 switch positions for code mode, day operation,
switch-off and reset
Section VII. Works Requirements
v.
195
The FACP shall have Drift Compensation facility to compensate for environment.
w. The display on FACP shall provide indication for AC Power, System Alarm, System
Trouble/Security Alarm, Display Trouble and Signal Silence. This would mean that in the
event of change of any logic, detector / zone sequence alteration, the operator can initiate
these by use of the LCD touch pad & alpha-numeric keys on the FACP panel to reconfigure
the above parameters.
DETECTORS & ADDRESSABLE DEVICES
General features common to all detectors:
Built-in-response indicator: Each detector shall incorporate indicator “LED” at the detector which shall
blink in normal condition and glow steady on actuation of the detector to locate the detector which is
operated while on fire. The detector shall not be affected by the failure of the response indicator lamp. The
Led should be visible from a 360 deg view
Maintenance: All detectors shall be fitted either with plug-in system or bayonet type connections only,
from the maintenance and compatibility point of view.
Construction: The components of the detectors must not be damaged by static over voltage.
Addressable Optical/Thermal Smoke Detectors
Smoke detectors shall be addressable devices, and shall connect with two wires to one of the Fire Alarm
Control Panel loops. The detectors shall be ceiling mounted type
The detectors shall provide electronic address-setting by means of configuration software.
The area covered by each smoke/heat detector shall be as per EN - 54 guidelines.
Each detector shall have in built fault isolation unit.
Addressable Thermal Detectors
Thermal detectors shall be intelligent and addressable devices, and shall connect with two wires to one of
the Fire Alarm Control Panel loops.
The detectors shall use an electronic detector to measure thermal conditions caused by a fire and shall, on
command from the control panel, send data to the panel.
Each detector shall have in built fault isolation unit.
Addressable Optical/Thermal/Chemical Detectors (Multi Criteria)
Smoke detectors shall be addressable devices, and shall connect with two wires to one of the Fire Alarm
Control Panel loops. The detectors shall be ceiling mounted type The main function of the gas detector is to
detect carbon monoxide generated due to fire, after the service life of a gas detector it should continue to
function as OT detector.
The detectors shall provide electronic address-setting by means of configuration software.
The area covered by each smoke/heat detector shall be as per EN - 54 guidelines.
Each detector shall have in built fault isolation unit.
Section VII. Works Requirements
196
Addressable Dualray Optical Smoke Detectors
Smoke detectors shall be addressable devices, and shall connect with two wires to one of the Fire Alarm
Control Panel loops. The detector should have a earliest detection of lightest smoke (TF1) with the doubleoptical smoke detectors with InfraBlue technology. All sensor signals should analyze continually by the
internal evaluation electronics (Intelligent Signal Processing – ISP) and are linked with each other via an
inbuilt microprocessor. The detectors shall be ceiling mounted type
The detectors shall provide electronic address-setting by means of configuration software.
The area covered by each smoke/heat detector shall be as per EN - 54 guidelines.
Each detector shall have in built fault isolation unit.
Addressable Invisible Detectors
Smoke detectors shall be addressable devices, and shall connect with two wires to one of the Fire Alarm
Control Panel loops. The detectors shall combine the advantages of the improved LSN technology with the
aesthetic benefits of flush-mounted installation and the option to choose the color. The detector is available as a
scattered light smoke detector or as a multi-sensor detector with an additional gas sensor. The detectors shall
provide electronic address-setting by means of configuration software.
The area covered by each smoke/heat detector shall be as per EN - 54 guidelines.
Each detector shall have in built fault isolation unit.
Addressable Duct Detector
Addressable automatic fire detector for monitoring of ventilation ducts which can perform alarm pattern
analysis (pattern comparison of fire characteristics), with even response sensitivity for all fires with smoke
development. For installation in special housing, such that the trigger display remains visible after
installation.
Evaluation of characteristics according to signal increase rate and signal strength. There is a significant
reduction in deceptive alarms where detection equipment is constant.
Features:
- Contamination detection
- Detector remote inquiry
- Self-monitoring
- Automatic addressing
- Additional manual addressing for the use of existing networks with stub branches
- Integrated isolators at input and output so that all elements in the loop maintain operational availability, even
if there is a short circuit. This means that no cable is required to maintain functionality.
Special Housing for accommodating a special detector that detects smoke in ventilation ducts, with input
and output for air sample extraction, streamlined connection pipes for optimum air flushing of the detector,
with dust-proof connection board for the loop outside the air flow, with air intake and exhaust pipe, seals
and the required installation material
Features:
- Air intake and exhaust pipe, extendable up to 3m
- Detector's trigger display visible when housing is closed
- Simple mounting to ventilation duct via expanding nuts (supplied)
- Filter in air intake and exhaust route
- Cover can be monitored when housing is open
Section VII. Works Requirements
197
Beam Type Smoke Detectors :
With transmission, receiver, and evaluation units, for detecting light and dark smoke
over a distance of min. 10 m and max. 100 m with extra width of up to 14 m
- Stable metal housing
- Volume control with 15 increments for self-activated Compensation for contamination and
intentional aging
- Separate outputs for alarm and malfunction
- Measurement output for calibration and service mode
- Connection to detector’s primary line using potential-free relay double-throw contacts
Protection category:
IP 54
Operating temperature range: -20 C to +55 C
Response sensitivity: 40% VdS compliant
Response time:
Alarm
5s
Malfunction 1s
Aspiration System
Aspirating smoke detector basic device for the incorporation of two highly-sensitive smoke detectors and for
the connection of two pipe networks, with integrated isolators in the intake and discharge for maintenance of
operational readiness of all elements of an LSN ring even in case of short-circuit. General features
 Incorporation of two detector modules

Different detection sensitivity with module selectable up to 0.05 % light obscuration / m

4 status displays on the front of the housing for “operation”, “alarm 1”, “alarm 2” and “malfunction”

Potential-free alarm and malfunction contacts

Free slots for easy integration of expansion modules

Connection for a remote, optical response indicator

Includes pipe connection for air return

Protected area of max. 2880m² for one detector

Monitoring of the pipe for breaks and blockage with activation threshold that can be set and with
adjustable delay time for transmission

Airflow monitoring with air pressure-dependent calibration

False alarm suppression

Diagnostic over cable connection to diagnostic tool

To be integrated in Detector Loop

Programmable via Software

Addressing of detector module either automatically or via code switch
Section VII. Works Requirements
198

VdS and EN 54 certified

Power supply to detector unit via 4-wire line(line supply, separate auxiliary voltage needed)

Flexible Piping structure in I-, U-, double U- and M-pipe projection
Linear Heat Detector
The Linear Heat Detector for detecting the change in resistance of an electrical conductor caused by a rise in
temperature. The four copper wires on the sensor cable are each surrounded by a color-coded (orange, white,
red, blue) material with a negative temperature coefficient and encased in a thermally resistant external coating.
In the event of an interruption or short circuit, the control unit outputs a trouble message. If the temperature
raises, the electrical resistance between the two loops changes. The control unit detects this change and triggers
the alarm if the defined response temperature is exceeded.
Addressable Manual Stations
Addressable manual stations shall be provided to connect to the Fire Alarm Control Panel loops.
The manual stations shall on command from the Control Panel send data to the panel representing the state
of the manual station.
Stations shall be suitable for surface mounting.
Addressable Monitor Modules





Programming of the input normal state "open" or "closed" independently selectable for each input
Pulse contact monitoring for detection of high resistance contacts
Monitoring of contacts for "open" and "closed" states on lines
For flush mounting in standard electrical boxes
Addressing of interface either automatically or via code switch (allowing unique assignment of
installation location to address)
Addressable Control Module :




Output should electrically isolated from loop
Switching of currents and voltages up to 1 A at 30 V DC & Max of 6 A/30 V DC or 10 A at 120
VDC/230V AC/24V DC
owner supply to interface via two-wire line (line supply)
Addressing of interface either automatically or via code switch (allowing unique assignment of
installation location to address)
Addressable Sounder Base
 The Addressable Sounder Base shall be compatible with the Fire detection and alarm panel offered.
 It shall be roof mounted or wall mount type.
 It shall be microprocessor based intelligent, addressable type .
 It shall work at the same operating voltage of detectors.
 It shall generate audio alarm on command from the fire detection and alarm panel.
 It shall be able to carry out self diagnosis and automatic device mapping.
 It shall be able to withstand ambient temperature upto 50 deg.C.
 It should be able to generate at least 32 different types of tones.
Technical specifications
Section VII. Works Requirements
199

Operating voltage 15 V DC. . 33 V DC

Current consumption < 5 mA at maximum sound pressure level

Maximum sound pressure level is 100 dB(A) according to EN54-3

32 tones programmable from the fire detector control panel

Frequency range of 450 Hz to 2 900 Hz

Various signals for pre-alarm and alarm

Protection category according to DIN 60529: min IP 42

Operating temperature range min -25°C to +85°C

High resistance to electromagnetic effects. Approved for DIN EN 61000-4-4 Electrical fast
transient/burst immunity test with 2 KV Delivery and installation ready for use
Flasher
The flasher should support have flexibility to accept detector base or Sounder base with no additional cabling or power
supply, synchronized flash rate of 1Hz.
Response Indicators
Remote Response Indicator shall be installed outside the areas normally kept closed to identify the
detectors response even if the room is locked. These indicators shall be able to indicate the status
of the corresponding detectors in these areas.
PC based Graphical user interface
The system shall be provided with a PC based Graphical user interface. It shall comprise of hardware and
software i.e, GUI.
a)
Hardware: Listed below are the specification of the hardware of PC
Hardware Description
COM port : Max. 4 (one COM port per control panel)
Inputs: USB/LPT, CD-ROM, 3.5" disk drive
CPU :min. 2 GHz
RAM:1024 MB (server), 512 MB (client)
Hard drive memory : 10 GB
Network card :100 Mbit
Software Description
Operating system :Windows 2000 SP4, Windows XP SP2,
Windows 2003 server
Internet Explorer : Version 5.5 SP1 or 6.0
MSDE :Version MSDE 2000 SP3a
Microsoft :IIS Version 5.0 (Windows 2000, Windows XP)
Version 6.0 (Windows 2003 server)
b) Software: A brief description of the GUI is given below.
Section VII. Works Requirements








200
It shall display the plant layouts with building, floor, zone and location details.
It shall display the alarm status of the detectors, manual call points
It shall check, display and log the health of different components in the system.
It shall be able to generate and print alarm status reports, fault status reports.
It shall have facility for alarm acknowledgement, reset and test functions.
It shall communicate with the fire detection and alarm panel via RS-232/RS-485 serial
port or Ethernet port.
It shall facilitate the programming of the fire detection and alarm panel and other
components.
It shall be possible to program and display different messages of normal, fault and
alarm conditions.
Installation
Installation shall be in accordance with the IS 2189, NEC, NFPA 72, EN 54,local and state codes, and as
recommended by the major equipment manufacturer.
All fire detection and alarm system devices, control panels and remote annunciators shall be flush mounted
or surface mounted as per direction given by E-in-C.
Manual fire alarm boxes shall be suitable for surface mounting or semi-flush mounting.
Commissioning Procedure shall be carried out in a methodical sequence as follows
Start-up,
Configuration,
Operability adjustment, Stable operation, Final adjustment
The Contractor shall finalize captured FDAS data to be recorded and the manner in which the data is to be
taken.
Instruction
Instruction shall be provided 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."
The fire alarm panel,detectors,modules,hooter,MCP should be manufactured grobally and can be UL
or EN-54 listed.
Testing and Commissioning
The agency has to obtain necessary approval from local fire officer before commencement of work &
after completion of work. All tests as required by the fire officer shall be complied. A certificate for the
completion of work & fitness of installation meeting the local fire regulation need to be obtained from
concerned fire officer.
Section VII. Works Requirements
201
15
Access Control System
Description
This specification shall be the guideline for Supply, installation, testing and commissioning of Access Control
System installed in the designated floor Areas.
The Access Control System & Alarm Management comprises of a Networkable Door Access Controller (DAC),
Entry & Exit Card Readers, proximity Cards & Software. The DAC & card readers will be installed at various
doors as depicted in drawing.
Scope
The Access Control System supplier shall supply,install,test and commission only the requisite wiring of the
Access control system.
Documentation:
The Access Control system contractor, upon completion of the commissioning activity, shall hand
over the system to the customer.
At the time of hand over, the contractor shall provide the customer with the following documentation:
1.
2.
3.
4.
6.
7.
8.
9.
Copy of detailed report
Component and equipment list
Product description sheets
System design drawing(s)
System schematic diagram(s)
System operating manuals
Software Operation Manual
Database Managemnet Operation Manual
Handover :
Prior to final acceptance, the installing contractor shall provide complete operation and maintenance
instruction manuals to the owner. All aspects of system operation and maintenance shall be detailed,
including wiring diagrams of all circuits, a written description of the system design, sequence of
operation and drawing(s), illustrating control logic and equipment used in the system. Checklists and
procedures for emergency situations, maintenance operations and procedures shall be included in the
manual.
Training:
The contractor shall provide the customer with details of the training required by personnel to operate
and maintain the AC & AM System.
The Contractor and the customer shall jointly agree the number of staff to attend the training courses.
MAINTENANCE:
Routine maintenance should be carried out in accordance with relevant customers requirements.
All performance checks undertaken should be recorded in the system log book.
Section VII. Works Requirements
202
As a minimum, the following performance checks must be undertaken on each maintenance visit.
Carry out verification checks as detailed in the commissioning instructions.
Remove dust and dirt from the DAC/Readers/Switches exterior using a soft brush or a lint cloth. A
solvent which is harmless to the finishes of metal and plastic may be applied to more stubborn stains.
Examine the exterior of the enclosure for any signs of damage or loose cable glands and rectify any
faults found.
Remove any dust or dirt form the interior of the DAC using a soft brush or a vacuum cleaner.
Examine the printed circuit boards for signs of over heating, dry joints and/or damaged tracks.
Examine the battery terminals for secure connection and for any signs of
corrosion. Replace or repair as required
Section VII. Works Requirements
16
203
INSTALLATION, TESTING AND COMMISSIONING
General
Scope
The Scope Includes Supply ( wherever called for) install, test and commissioning of entire electrical
work from the point of connection of LT cable to the LT Panel till all points of power , light and
earthing utilizations. The scope includes, supervision work for civil work for electrical. The scope
includes the liaison work for requirement of approval from licensee, statutory authorities for the scope
of electrification under this tender.
The all required material supply, except for free supply items from Employer shall be included in the
scope of work of contractor even if not mentioned, but required to complete the electrification work
under this work shall be included. No separate claim for such item shall be claimed by contractor. If
such items are identified by contractor for any clarifications, ambiguity, the same shall be clarified
prior to final offer from Contractor. Contractor shall not claim on any extra item than after.
Equipment Erection Details
For equipment interconnection, the surfaces of equipment terminal pads, copper tube, conductor &
terminal clamps and connectors shall be properly cleaned. After cleaning, contact grease shall be
applied on the contact surfaces of equipment terminal pad, copper tube /conductor and terminal clamps
to avoid any air gap in between. Subsequently bolts of the terminal pad/terminal connectors shall be
tightened and the surfaces shall be cleaned properly after equipment interconnection.
Cutting of the pipes wherever required shall be such as to avoid flaring of the ends. Hence only a
proper pipe cutting tool shall be used. Hack saw shall not be used.
Handling of equipment shall be done strictly as per manufacturer’s/supplier’s instructions/instruction
manual.
Handling equipment, sling ropes etc. should be tested periodically before erection for strength.
The slings shall be of sufficient length to avoid any damage to insulator due to excessive swing,
scratching by sling ropes etc.
Storage
The Contractor shall provide and construct adequate storage shed for proper storage of equipments,
where sensitive equipments shall be stored indoors. All equipments during storage shall be protected
against damage due to acts of nature or accidents. The storage instructions of the equipment
manufacturer/Owner shall be strictly adhered to.
Earthing
Scope
The scope includes supply, install, test and commissioning with all items required for earthing.
Section VII. Works Requirements
204
The earthing shall be done in accordance with requirements given here under and drawings.
Measurement of soil resistivity and earth mat design calculations for switchyard area shall be
submitted by contractor for review by client. The main earth mat shall be laid in the switchyard area in
accordance with the approved design requirements.
Neutral points of systems of different voltages, metallic enclosures and frame works associated with all
current carrying equipments and extraneous metal works associated with electric system shall be
connected to a single earthing system unless stipulated otherwise.
Earthing and lightning protection system installation shall be in strict accordance with the latest
editions of Indian Electricity Rules, relevant Indian Standards and Codes of practice and Regulations
existing in the locality where the system is installed.
a) Code of practice for Earthing IS: 3043
b) Code of practice for the protection of Building and an allied structure against lightning IS: 2309.
c) Indian Electricity Rules 1956 with latest amendments.
d) National Electricity Safety code IEEE publication.
Earthing Conductor Layout
Earthing conductors in outdoor areas shall be buried at least 900 mm below finished ground level
unless stated otherwise.
Tap-connections from the earthing grid to the equipment/structure to be earthed shall be terminated on
the earthing terminals of the equipment/structure as per “Earthing Details”.
Earthing conductors or leads along their run on cable trench, ladder, walls etc. shall be supported by
suitable welding/cleating at intervals of 750 mm. Wherever it passes through walls, floors etc.,
galvanised iron sleeves shall be provided for the passage of the conductor and both ends of the sleeve
shall be sealed to prevent the passage of water through the sleeves.
Earthing conductor around the building shall be buried in earth at a minimum distance of 1000 mm
from the outer boundary of the building. In case high temperature is encountered at some location, the
earthing conductor shall be laid minimum 1500 mm away from such location.
Earthing conductors crossing the road shall be laid 300 mm below road or at greater depth to suit the
site conditions.
Earthing conductors embedded in the concrete shall have approximately 50 mm concrete cover.
Equipment and Structure Earthing
Earthing pads shall be provided for the apparatus/equipment at accessible position. The connection
between earthing pads and the earthing grid shall be made by two short earthing leads (one direct and
another through the support structure) free from kinks and splices. In case earthing pads are not
provided on the item to be earthed, same shall be provided in consultation with Owner.
Whether specifically shown in drawings or not, steel/RCC columns, metallic stairs etc. shall be
connected to the nearby earthing grid conductor by two earthing leads. Electrical continuity shall be
ensured by bonding different sections of hand-rails and metallic stairs.
Section VII. Works Requirements
205
Metallic pipes, conduits and cable tray sections for cable installation shall be bonded to ensure
electrical continuity and connected to earthing conductors at regular interval. Apart from intermediate
connections, beginning points shall also be connected to earthing system.
Metallic conduits shall not be used as earth continuity conductor.
Wherever earthing conductor crosses or runs along metallic structures such as gas, water, steam
conduits, etc. and steel reinforcement in concrete it shall be bonded to the same.
Jointing
Earthing connections with equipment earthing pads shall be bolted type. Contact surfaces shall be free
from scale, paint, enamel, grease, rust or dirt. Two bolts shall be provided for making each connection.
Equipment bolted connections, after being checked and tested, shall be painted with anti corrosive
paint/compound.
Connection between equipment earthing lead and main earthing conductors and between main earthing
conductors shall be welded type. For rust protections, the welds should be treated with red lead and
afterwards coated with two layers bitumen compound to prevent Corrosion.
Steel to copper connections shall be brazed type and shall be treated to prevent moisture ingression.
Resistance of the joint shall not be more than the resistance of the equivalent length of the conductor.
All ground connections shall be made by electric arc welding. All welded joints shall be allowed to
cool down gradually to atmospheric temperature before put- ting any load on it. Artificial cooling shall
not be allowed.
Bending of earthing rod shall be done preferably by gas heating.
All arc welding with large dia. conductors shall be done with low hydrogen content electrodes.
The 50x6mm GS flat shall be clamped with the equipment support structures at 1000mm interval.
Power Cable Earthing
Metallic sheaths and armour of all multi core power cables shall be earthed at both equipment and
switchgear end. Sheath and armour of single core power cables shall be earthed at switchgear end only.
Earthing Conductors
General
All conductors buried in earth and concrete shall be of galvanised steel. All conductors above ground
level and earthing leads shall be of galvanised steel, except for cable trench earthing.
Constructional Features of Galvanised Steel
a) Steel conductors above ground level shall be galvanised according to IS: 2629.
b) The minimum weight of the zinc coating shall be 610 gm/sq. m. and minimum thickness shall be
85 microns.
c)
The galvanised surfaces shall consist of a continuous and uniformly thick coating of zinc, firmly
adhering to the surfaces of steel. The finished surface shall be clean and smooth and shall be free
from defects like discoloured patches, bare spots, unevenness of coating, spelter which is loosely
attached to the steel globules, spiky deposits, blistered surfaces, flaking or peeling off etc. The
Section VII. Works Requirements
206
presence of any of these defects noticed on visual or microscopic inspection shall render the
material liable to rejection.
Tests
In accordance with stipulations of the specifications galvanised steel shall be subjected to four one
minute dips in copper sulphate solution as per IS: 2633.
Procedure for Soil Resistivity Measurement
Soil resistivity measurement should be carried out with the earth tester. Please check the calibration
report before performing the measurement. Also check
The measurement should be strictly followed as per procedure given in IS 3043 (Wenner method of
measurement)
Some Guidelines














The depth of burial of electrode 1/20th of electrode separation
Electrodes to be in straight line & co-planar
Minimum spacing 0.5 m to 1.0 m
Preferred electrode spacing;
0.5, 1, 2, 4, 8, 16, 20, 32 (Small station) or
0.5, 1, 2, 5, 10, 20, 50 (Large station) etc
Resistivity should be measured in all 8 directions
For good contact stand electrode in tamped mud or pour a little water around it
If resistivity reading is inconsistent repeat it by varying ‘s’
Ensure current and potential circuits do not have excessive resistance due to poor connection or
excessive resistance near electrodes
Lay wires to electrodes to minimize mutual inductance
Avoid recently filled area
Resistivity measured for electrode spacing ‘a’ is a measure of resistivity up to depth ‘a’
Prepare graph of resistivity versus electrode spacing, which reflects variation of soil resistivity
with respect to depth
LT panels, Distribution Boards, Control Panels & Bus ducts
Erection
Electrical panels and bus duct shall be delivered in convenient shipping section. The contractor shall
make his own arrangement for safe transportation of all the items to the erection site and also carry out
complete loading/unloading during transportation. The contractor shall be responsible for final
assembly and inter connection of bus bar / wiring. Foundation channel shall be grouted in the flooring
by the contractor. Switchgear shall be aligned and leveled on their base channels and bolted or tack
welded to them as per the instructions of the Engineer-in-charge. The earth bus shall be made
continuous throughout the length. Loosely supplied relays and instruments shall be mounted and
connected on the Switchgear. The contacts of the draw-out circuit breakers shall be checked for proper
alignment and interchangeability.
After erection the switch board shall be inspected for dust and vermin proof. Any hole which might
allow dust or vermin etc. to enter the panel shall be plugged suitably at no extra cost.
Section VII. Works Requirements
207
If the instrument transformers are supplied separately they shall be erected as per the direction of the
Engineer-in-charge. The contractor shall fix the cable glands after drilling the bottom/ top plates of all
switch boards with suitable holes at no extra cost.
Range of overload relays/timers etc. shall be checked with requirement of motor actually to be
connected at site and shall be provided accordingly.
The bus duct shall be suitably supported between switchgear and transformer. The opening in the wall
where the duct enters the switchgear room shall be sealed to avoid rain water entry. The foundation of
the switchgear shall be raised suitably for minor adjustment to ensure proper alignment and connection
of the bus duct at no extra cost. Expansion joints, flexible connection, etc. supplied by the
manufacturer / contractor of the bus duct shall be properly connected.
TESTING:
Before electrical panel is energised, the insulation resistance of each bus shall be measured from phase
to ground. Measurement shall be repeated with circuit breakers in operating positions and contacts
open.
Before switchgear is energised, the insulation resistance of all control circuits shall be measured from
line to ground.
The following tests shall be performmed on all circuit breakers during erection.
i.
Contact alignment and wipe shall be checked and adjusted where necessary in accordance
with the breaker manufacturer's instructions.
ii.
Each circuit breaker shall be drawn out of its cubicles, closed manually and its insulation
resistance measured from phase to phase and phase to ground.
iii.
All adjustable direct acting trip devices shall be set using values given by the Engineer-incharge / manufacturer.
iv.
Close and trip the circuit breaker from its local control switch push button or operating handle.
Switch gear control bus may be energized to permit test operation of circuit breaker with AC
closing with prior permission of the Engineer-in-charge.
v.
Test tripping of the electrically operated circuit breaker by operating mechanical trip device.
vi.
Test proper operation of circuit breakers latch, check carriage limit switch if provided.
vii.
Test proper operation of lock-out device in the closing circuit. Wherever provided by simulating
conditions which would cause a lock-out to occur.
viii.
Trip beaker either manually or by applying current or voltage to each of its associated protective
relays.
ix.
Before switchgear is energised, the tests covered above shall be repeated with each breaker in its
normal opera-ting position.
x.
Capacitor banks shall be tested as per manufacturer's instructions. In addition, test for
output and /or capacitance, Insulation resistance test and test for efficiency of discharge device
shall be carried out.
xi.
All electrical equipment alarms shall be tested for proper operation by causing alarms to
sound under simulated abnormal conditions.
Section VII. Works Requirements
208
PROFORMA FOR LT PANELS, DB, AND CONTROL PANEL TEST.
i. Insulation resistance test (contacts open, Breaker racked in position).




between each phase of bus
between each phase & earth
DC and AC control & auxiliary circuits.
between each phase of CT/PT and
:
:
:
:
Mega ohm
Mega ohm
Mega ohm
Mega ohm
ii. Between CT & PT circuit if any



iii.
iv.
v.
vi.
vii.
viii.
CT ratio.
CT secondary resistance.
CT polarity check.
Check for contact alignment and wipe.
Check / Test all releases / relays.
Check mechanical interlocks.
Check electrical interlocks.
Check switchgear / control panel wiring.
Check breaker / contractor circuit for




closing-local and remote (wherever applicable)
Tripping-local and remote (wherever applicable)
Opening time of breaker/ contractor
Closing time of breaker/ contractor
This proforma shall be jointly signed by the Engineer-in-charge and the contractor in duplicate.]
Cabling Along With Accessories
CABLING
The scope of HT cabling is from INDOOR SUB STATION/ source station of supply authority to 11
KV VCB BREAKER PANEL at Sub station within the premises. The HT Cable shall be laid
underground in an approved Manner.
TRENCHING for LAYING OF CABLES (UNDERGROUND SYSTEM):
The cable trench work involves earth excavation in all types of soil, murum, hard rock and asphalted
road surface. back filling and removal of excess earth from site. The work site shall be left as clean as
possible.
Cables shall be so laid in trench in such away, that it shall not interfere with other underground
structure. Like water pipes, sewage lines or other structures. The services which become exposed by
excavation shall be properly supported and protected from injury until the filling has been rammed
solidly in places under and around them. Any telephone or other cables coming in the way are to be
properly shielded / diverted as directed by the engineer in charge
Cable shall be laid at minimum depth of 1200 mm. for H.T and LT cable from ground level. The width
of trench shall be sufficient for laying of required no. of cables.
Sand bedding 75 mm. thick shall be made below and above the cables. Layer of precast RCC tiles shall
be laid above sand bedding to cover cable completely. More than one cable can be laid in the same
Section VII. Works Requirements
209
trench by providing adequate clearance between two cables. However, the relative location of cables in
trench shall be maintained till termination. The surface of the ground after back filling the earth shall
be made good so as to conform in all respects to the surrounded ground and to the entire satisfaction of
the engineer in charge / consultant.
For all underground cables, route markers should be used:
a) Separate route markers should be used for LT, HT and telephone cables.
b) Cable markers should be installed at an interval not exceeding 30 mtr. Along the straight routes
of cables at a distance of 0.5 mtr. Away from centre of cable with the arrow marked on the
cable markers plate indicating the location of cable. Cable markers should also be used to
identify change in direction of cable route and for location of every joint in underground cable.
RCC hume pipe for crossing road in cable laying shall be provided by employer. No deduction shall be
made for cable laying in hume pipe for not providing tiles , sand and excavation. RCC hump pipe at
the ends shall be sealed by bituminous compound after laying and testing of cables by electrical
contractor without any extra charge.
The trench shall be excavated using manual and mechanical methods as per field conditions. Most
main roads are of asphalt surface and some of the roads with cement concrete surface.
An air compressor with pneumatic drill or equivalent mechanical tool will be essential if the road
crossings are to be speedily made. Special system of laying hume pipe under road without digging the
surface may be adopted if feasible.
Where paved footpaths are encountered, the pavement slabs shall be properly stored and reinstated.
Identification markers of other services shall be properly stored and restored.
The sides of the excavated trenches shall, wherever required, be well shored up with timber and
sheeting.
Suitable wooden/ sheet steel barriers should be erected between the cable trench and pedestrian/
motorway to prevent accidents. The barrier could be made out of sheet steel or wood planks. These
could be portable types of size 1.5 m long by 1.2 m (height). These should be painted with red and
white coloured cross stripes. Warning and caution boards should be conspicuously displayed. Red
lights as warning signal should be placed along the trench during the nights.
The excavated material shall be properly stored to avoid obstruction to public and traffic movement.
The bottom of the excavated trench should be leveled flat and free from any object, which would
damage the cables. Any gradient encountered shall be gradual.
CABLE TAGS AND MARKERS
Each cable and conduit run shall be tagged with numbers that appear in the cable and conduit schedule.
The tag shall be of aluminum with the number punched on it and securely attached to the cable conduit
by not less than two turns of 20 SWG GI wire conforming to IS: 280. Cable tags shall be of rectangular
shape for power cables and of circular shape for control cables.
Location of cables laid directly underground or in PVC ducts shall be clearly indicated with cable
marker made of galvanized iron plate/cast iron (applicable).
Location of underground cable joints shall be indicated with cable marker with an additional
inscription “Cable joints”.
Section VII. Works Requirements
210
The marker shall project 150 mm above ground and shall be spaced at an interval of 30 meters and at
every change in direction. They shall be located on both sides of road and drain crossings.
Cable tags shall be provided on all cables at each end (just before entering the equipment enclosure),
on both sides of a wall or floor crossing, on each duct/conduit entry and at each end & turning point in
cable tray/trench runs. Cable tags shall be provided inside the switchgear, motor control centers,
control and relay panels etc., wherever required for cable identification, where a number of cables
enter together through a gland plate.
Cable Supports and Cable Tray Mounting Arrangements
The Contractor shall provide embedded steel inserts on concrete floors/walls to secure supports by
welding to these inserts or available building steel structures.
The supports shall be fabricated from standard structural steel members.
Insert plates will be provided at an interval of 750 mm/ as required , wherever cables are to be
supported without the use of cable trays, such as in trenches, while at all other places these will be at
an interval of 2000 mm or as per site condition ..
CABLE TERMINATION AND CONNECTIONS
The termination and connection of cables shall be done strictly in accordance with cable and
termination kit manufacturer’s instructions.
The work shall include all clamping, fittings, fixing, plumbing, soldering, drilling, cutting, taping, heat
shrinking (wherever applicable), connecting to cable terminal, shorting and grounding as required to
complete the job.
Supply of all consumable, material, shall included in the scope of work and quoted offer by the
Contractor.
The equipment will be generally provided with un-drilled gland plates for cables/conduit entry. The
Contractor shall be responsible for drilling of gland plates as required using proper tools, painting and
touching up. Holes shall not be made by gas cutting.
Control cable cores entering control panel/switchgear/ MCCB/MCC/miscellaneous panels shall be
neatly bunched, clamped and tied with nylon strap or PVC perforated strap to keep them in position.
The Contractor shall tag/ferrule control cable cores at all terminations, as instructed by the engineer in
charge. In panels where a large number of cables are to be terminated and cable identification may be
difficult, each core ferrule may include the complete cable number as well.
Spare cores shall be similarly tagged with cable numbers and coiled up.
All cable entry points shall be sealed and made vermin and dust proof. Unused openings shall be
effectively closed.
Double compression type nickel plated (coating thickness not less than 10 microns) brass cable glands
shall be part of the quoted work .All power and control cables shall be provided with dust and weather
proof terminations.
The cable glands shall conform to IS: 6121. They shall comprise of heavy duty brass casting, machine
finished and nickel plated, to avoid corrosion and oxidation. Rubber components used in cable glands
shall be neoprene and of tested quality. Cable glands shall be of approved make.
Section VII. Works Requirements
211
The cable glands shall also be suitable for dust proof and weather proof termination. The test
procedure, for cable gland shall be as per manufacturer.
If the cable-end box or terminal enclosure provided on the equipment is found unsuitable and requires
modification, the same shall be carried out by the Contractor, as directed by the engineer in charge.
Crimping tool used shall be of approved design and make.
Cable lugs shall be tinned copper solder-less crimping type conforming to IS-8309 & 8394. Bimetallic
lugs shall be used depending upon type of cables used.
Solder-less crimping of terminals shall be done by using corrosion inhibitory compound. The cable
lugs shall suit the type of terminals provided.
STORAGE AND HANDLING OF CABLE DRUMS
Cable drums shall be unloaded, handled and stored in an approved manner .Rrolling of drums shall be
avoided as far as possible. For short distances, the drums may be rolled provided they are rolled slowly
and in proper direction as marked on the drum.
DIRECTLY BURIED CABLES/ CABLES LAID IN DUCTS UNDERGROUND
The Contractor shall construct the cable trenches required for directly buried cables. The scope of work
shall include excavation in all type of soils, hard rock, murum and road, preparation of sand bedding,
soil cover, supply and installation of pre cast concrete protective covers, PVC/RCC Pipes, back filling
and ramming, supply and installation of route markers and joint markers and construction of chamber
etc.. The Bidder shall ascertain the soil conditions prevailing at site, and include the costing in the
quoting.
The cable (power and control) between LT stations, control room, DG set/ building and fire lighting,
pump house shall be laid in the cable trenches. In addition to the above, for lighting purpose also,
buried cable trench can be used in outdoor area with cables laid in ducts, underground etc.
Cable route and joint markers and RCC warning covers shall be provided wherever required. The
voltage grade of cables shall be engraved on the marker.
Cables wherever are to be placed in ducts shall be placed on cable jacks. They shall be guided through
the ducts by means of the draw rope where possible. Threading shall be from one manhole or joint box
or hand hole or chamber to the adjacent one, one span at a time. Cable shall not be allowed to rub
excessively against the walls of the duct whilst being threaded in to avoid damage. The cable ends
must be properly sealed. Any joints when necessary must be made at the manhole or joint box only and
on no account will there be a joint outside these. Cables must have straight runs between manholes or
chambers.
Tension as specified by the cable manufacturer for a particular type of cable shall only be put on a
cable whilst pulling it into a duct.
INSTALLATION OF CABLES
Cabling in the control room shall be done on ladder type cable trays while cabling in switchyard area
shall be done on angles in the trench and for Electrical to container terminal it will be done in PVC
conduits laid underground.
All cables from bay cable trench to equipments including and all internal, cables (both power and
control) for all equipment, shall be laid in PVC pipes of required diameter as per IS: 4985 which shall
Section VII. Works Requirements
212
be buried in the ground at a specified depth below finish formation level. Separate PVC pipes shall be
laid for control and power cables.
Cables shall be generally located adjoining the electrical equipment through the pipe insert embedded
in the floor. In the case of equipments located away from cable trench either pipe inserts shall be
embedded in the floor connecting the cable trench and the equipment or in case the distance is small,
notch/opening on the wall shall be provided. In all these cases necessary to maintain the bending radius
as recommended by the cable manufacturer.
Cable racks and supports shall be painted after installation with two coats of metal primer (comprising
of red oxide and zinc chromate in a synthetic medium) followed by two finishing coats of aluminum
paint. The red oxide and zinc chromate shall conform to IS: 2074.
Suitable arrangement should be used between fixed pipe / cable trays and equipment terminal boxes,
where vibration is anticipated.
Power and control cables in the cable trench shall be laid in separate tiers. The order of laying of
various cables shall be as follows, for cables other than directly buried.
a) Power cables on bottom tiers.
b) Control instrumentation and other service cables in top tiers.
Power and control cables shall be securely fixed to the trays/supports with self locking type nylon ties
with de-interlocking facility at every 5 meter interval for horizontal run. Vertical and inclined cable
runs shall be secured with 25 mm wide and 2 mm thick aluminum strip clamps at every 2m.
Cables shall not be bent more then the minimum permissible limit. The permissible limits are as
follows:
Cable and Minimum bending radius
Power cable 12 D, above 60mm dia15 OD
Control cable 10 D
D is overall diameter of cable
In each cable run some extra length shall be kept at a suitable point to enable one (for LT cables)/two
(for H.T. cables) straight through joints to be made in case the cable develop fault at a later date.
Selection of cable drums for each run shall be so planned as to avoid using straight through joints.
Cable splices will not be permitted except where called for, unavoidable or where permitted by the
engineer in charge. If straight through joints are unavoidable, the Contractor shall use the straight
through joints kit of reputed make. The cost of the same shall be deemed to have included in the
respective cable item
Control cable terminations inside equipment enclosures shall have sufficient lengths so that changing
of termination in terminal blocks can be done without requiring any splicing.
Metal screen and armour of the cable shall be bonded to the earthing system of the station, wherever
required. Rollers shall be used at intervals of about two meters while pulling cables.
All due care shall be taken during unreeling, laying and termination of cable to avoid damage due to
twist, kinks, sharp bends, etc.
Cable ends shall be kept sealed to prevent damage. In cable vault, fire resistant seal shall be provided
underneath the panels.
Inspection on receipt, unloading and handling of cables shall generally be in accordance with IS: 1255
and other Indian Standard Codes of practices.
Section VII. Works Requirements
213
Wherever cable pass through floor or through wall openings or other partitions, GI/PVC wall sleeves
with bushes having a smooth curved internal surface so as not to damage the cable, shall be supplied,
installed and properly sealed by the Contractor at no extra charges.
Contractor shall remove the RCC/Steel trench covers before taking up the work wherever provided
and shall replay the covers after the erection-work in particular area is completed or when further work
is not likely to be taken up for some time.
Contractor shall furnish three copies of the report on work carried out in a particular week, indicating
cable numbers, date on which laid, actual length and route, testing carried out, terminations carried out,
along with the marked up copy of the cable schedule and interconnection drawing wherever any
modifications are made. Contractor shall paint the tray identification number on each run of trays at an
interval of 10 m.
In case the outer sheath of a cable is damaged during handling/installation, the Contractor shall repair
it at his own cost to the satisfaction of the engineer in charge . In case any other part of a cable is
damaged, the same shall be replaced by a healthy cable at no extra cost to the Owner, i.e. the
Contractor shall not be paid for installation and removal of the damaged cable.
All cable terminations shall be appropriately tightened to ensure secure and reliable connections. The
Contractor shall cover the exposed part of all cable lugs whether supplied by him or not with insulating
tape, sleeve or paint.
The cable end seals shall be checked after laying and, if found damaged, shall immediately be resealed.
Sufficient number of heat shrinkable cable end sealing caps shall be stocked at site stores for testing
and jointing work. The integrity of the outer sheath shall be checked after the cable is laid in position.
CABLE TRAYS
i) The cable trays shall be of G.I .sheet and minimum thickness of sheet shall be 2mm. or as specified.
ii) The Contractor shall perform all tests and inspection to ensure that material and workmanship are
according to the relevant standards. Contractor shall have to demonstrate all tests as per specification,
and equipment shall comply with all requirements of the specification.
iii) Tests


TEST FOR GALVANISING (ACCEPTANCE TEST)
DEFLECTION TEST: (TYPE TEST)
A 2.5 meter straight section of 300mm, 600mm wide cable tray shall be simply supported at two ends.
A uniform distributed load of 76 kg/m shall be applied along the length of the tray. The maximum
deflection at the mid-span shall not exceed 7mm.
PROFORMA FOR TESTING CABLES:
i. Drum No. from which cable taken.
ii. Cable from ---- to ----iii. Length of run of this cable --------metre
iv. Insulation resistance test

between core 1 to earth
:
Mega ohm
Section VII. Works Requirements





214
between core 2 to earth
between core 3 to earth
between core 1 to core 2
between core 2 to core 3
between core 1 to core 3
:
:
:
:
:
Mega ohm
Mega ohm
Mega ohm
Mega ohm
Mega ohm
v. High voltage test


Between core an earth.
Between individual cores
This proforma shall be jointly signed by the Engineer-in-charge and the contractor in duplicate.
INSTALLATION OF LIGHTING FIXTURES
Scope of work under this item shall start from light point, with a connector/ ceiling Rose , 3core 1.5
mm.² PVC insulated wires from the point to the connector inside the lighting fixture, connections,
fixing of lighting fixture complete with all accessories including supports, down rods , lamps on wall /
roof / steel truss etc. testing the lighting fixture and commissioning.
INSTALLATION OF EXHAUST FANS
Scope of work under this system shall start from exhaust fan point, with a ceiling rose, 3core 2.5 mm.²
PVC insulated wire from ceiling rose to connector of exhaust fan, connections, including fixing of fan
with all accessories and supports complete with testing and commissioning.
Completion Tests
After supply and installation of complete project or a particular building / area, following tests shall be
carried out by the contractor before switching on the power to installation and the results shall be
recorded and submitted to the Site-Engineer. If results are not satisfactory / as per standards set
herewith, the contractor shall identify the defects / short coming and shall rectify the same. Nothing
extra shall be paid for carrying out these tests and contractor has to arrange all necessary instruments.
Insulation Resistance To Earth:
This is to be measured with all fuse links in place, all switches ON, all lamps and appliances in
position by applying a voltage not less than twice the working voltage (subject to a limit of 500 V).
Insulation resistance of the whole or any part of the installation to earth must not be less than 50 megaohms divided by the number of outlets (points and switch positions) except that it need not exceed one
mega-ohm for the whole installation.
Insulation Resistance Between Conductors
Tests to be made between all the conductors connected to one pole or phase conductor of the supply
and all the conductors connected to the middle wire or neutral or the other pole or phase conductors of
the supply. For this test, all lamps shall be removed and all switches put ON. The result of the test must
be 50 mega-ohms divided by the number of outlets (points and switch positions) but need not exceed 1
mega-ohm for the whole installation.
Section VII. Works Requirements
215
Polarity Of Single Pole Switches
Tests shall be made to verify that all non-linked single pole modular switches are on phase conductor
(live) and not on neutral or earth conductor. This can be done by connecting test lamps between two
terminals of switch and earth. If the lamp lights up when switch is ON and either terminal is touched,
the switch is correctly installed.
Safety Precautions While Testing
The following points to be taken care for safety purpose before testing: The work shall be carried out with the equipment dead or energised at a safe voltage or current.
The equipment shall not to be left unattended on live. There shall be no exposed live parts that are
hazardous
The test personnel should be able to supervise the working area at all times to prevent danger to others.
The test personnel should be competent, posses authorised license i.e. adequately trained, experienced
and knowledgeable to do the work safely and ensure that others are not put at risk.
The test personnel will be required to design and/or manufacture any special test equipment; they
should know what standards or guidance should be followed and are these documents readily
available.
Physical safeguards should be applied to the equipment under test to avoid danger and prevent injury
e.g. the use of temporary or permanent screens or enclosures.
Routine maintenance shall be carried out on the hardware used in testing.
Check whether it is necessary to set up a permanent test area where equipment is taken or a temporary
test area around the equipment and how will this be done.
Check the size of the unit under test and how much space is required around it to avoid congestion
while testing.
Additional emergency switching, off, devices to be provided at easily accessible places.
MINIMUM TOOL BOX
LT Equipments
Sr. No
Item Description
Item Specification
Qty per Gang
minimum
Crimping Tool
25-400sqmm
1 No
Cutting Pliers
8" insulated grip
1 No
3
Screw Driver
9" power grip
1 No
4
Screw Driver
4" power grip
1 No
5
Adjustable Spanner
24mm
1 No
6
Spanner
24mm
1 No
TOOLS
2
Remarks
Section VII. Works Requirements
216
Sr. No
Item Description
Item Specification
7
12"
8
Hack Saw Frame and
Blade
Knife
Qty per Gang
minimum
1 No
6"
1 No
9
Bamboo/ FRP Ladder
3m local
1 No
SAFETY GADGETS
1
Helmets
Yellow without flap
White normal
2
Discharge Rods
3
Caution Board
4
Hand Gloves
5
First Aid Kit
20', 3 connectable
fiber pipes
Red letters on white
back ground on plastic
base board
(300x400mm)
15kV Rubber Grip
Remarks
Qty as per
number of gang
members
For Engineer/
supervisor
2 sets
2 sets
One pair
1 No
For additional earthing
2 feet, local make
TESTING & MEASURING EQUIPMENTS
Tester
230V
1
1 No
1 No
2
Measuring metal tape
3m
1 No
3
Clip on meter
0-1000A
1 No
For engineers
4
CMRI
as per specifications
1 No
For engineers
5
Earth resistance tester
1 No
Optional Item
DETAILED SPECIFICATION FOR HVAC WORKS
SYSTEM SPECIFICATIONS
1.0
GENERAL DESCRIPTION OF THE SYSTEM:
The office space of MSRLM office at Belapur is to be air-conditioned using suitable air conditioning system.
The total area to be air-conditioned is 10,000 sqft, with occupancy of approximate 100 people.
It is proposed to provide a Variable refrigerant Flow (VRF) type air conditioning systems for the space
to be conditioned.
Each VRF System shall consist of an outdoor unit (Condensing Unit) located on the terrace, and
several indoor units (Evaporating Units) located above the false ceiling in the respective spaces to be
cooled.. The indoor units in cabins and reception shall be of ceiling cassette type. The open office area
and conference room shall have ducted indoor units. The outdoor units shall circulate refrigerant
through insulated copper piping to all indoor units.
The VRF outdoor units shall modulate their capacity on the basis of instantaneous cooling loads as
sensed by temperature sensors in the indoor units.
Section VII. Works Requirements
217
For supply of fresh air to all spaces, Two treated fresh air units shall be provided. The treated fresh air
system shall consist of an AHU with DX coil and scroll type condensing units.
2.0
DESIGN PARAMETERS & ESTIMATED COOLING LOADS:
The air-conditioning system will be designed on the basis of the following design parameters:
1)
o
o
o
o
Out Door Summer : 100 F(35.0 C) DB, 82 F( 28.3 C), WB
Conditions
Monsoon : 85 oF( 29.4 oC) DB, 82 oF( 27.8 oC) WB
2)
Indoor Conditions
Temp: 75 oF (24 oC), RH 50%
Occupancy
Total 100 approx
Lighting Load
1 Watt/Sq.ft.
3)
4)
5)
1 air change / hr
Fresh Air intake
6)
Roof Insulation
b.I.
Exposed Roof insulated with 50mm thick Thermocole or
equivalent material.
ESTIMATED COOLING LOADS AND PROPOSED EQUIPMENT:
Based on the above parameters and the architectural drawings of the building, the estimated cooling
loads are as follows:
Sr.
Name of Area
No.
1 Fifth Floor
Area
(Sqft)
10,000
People
(Nos.)
100
Fresh
Air
(CFM)
0
Est.
Load
(TR)
55.00
Proposed System
VRF 68 hp
Section VII. Works Requirements
b.I.
218
SPECIFICATIONS
All the equipment and ancillary work shall conform to the technical specifications and standards of
workmanship described in Chapter-3.
5.0 DRAWINGS
Following drawings of the HVAC Consultants illustrate the scheme:
Drawing No.
MSRLM/TEN/HV
AC-R1
Title
A.C. System for Fifth Floor
*****
Section VII. Works Requirements
219
CHAPTER-3
TECHNICAL SPECIFICATIONS OF
EQUIPMENT/MATERIALS AND WORKMANSHIP STANDARDS
b.I.
VARIABLE REFRIGERANT FLOW (VRF) SYSTEM
The system shall be air-cooled, direct expansion type central air conditioning system consisting of one
Variable Refrigerant Flow Condensing unit (Outdoor Unit) and one or more Evaporator (indoor) units.
Condensing Unit (Outdoor Unit):
The VRF condensing unit shall be located in open on a terrace with adequate clearance from nearby
objects to ensure unobstructed air flow and easy approach for maintenance.
The condensing unit shall be capable of assessing the requirement of liquid refrigerant volumetric flow of
each evaporating unit at all times by means of a sophisticated microprocessor controller and generating the
required total volume of refrigerant liquid for supply to the evaporator units.
The condensing unit shall be a factory-assembled unit housed in a sturdy weatherproof casing constructed
from rust proof galvanized powder coated steel panels. The noise level of the unit shall not be more than
70dB (A) measured horizontally 1 m away and 1.5 m above base level.
The compressors shall be hermetically sealed Digital scroll/rotary type OR inverter driven variable speed
type, capable of changing the capacity in accordance to the cooling load requirement.
The condenser coils shall be constructed out of copper tubes mechanically bonded to aluminium fins. The
surface of the condenser coil shall be coated with suitable chemical coating to prevent deterioration due to
coastal climate.
All necessary safety devices shall be provided to ensure safe operation of the system.
Unit should be equipped with a highly efficient oil separation system to ensure stable operation with long
refrigerant piping.
Indoor Units (Evaporating Units):
Each unit shall be selected as the requirement of the cooling load and interior layout in the respective
space to be air-conditioned. The unit shall be equipped with an electronic expansion valve, which can
communicate with the VRF controller in the condensing unit.
The fan shall of the dual suction multi blade type and statically and dynamically balanced to ensure low
noise and vibration free operation.
Each indoor unit shall be equipped with cordless local control unit for setting the operating parameters.
The address of the indoor unit shall be set automatically in case of individual and group control. Option
of centralized control should also be achievable.
Controls shall be provided to maintain the set room temperature within close tolerance limits.
Remote Control Unit:
Section VII. Works Requirements
220
A Remote Control Unit shall be provided for the system, suitable to be mounted near the entrance door of
the premises. It should be possible to operate the entire air conditioning system and set working
parameters of all indoor units and the VRF outdoor unit from this control unit. The unit shall be equipped
with self-diagnosis for easy and quick maintenance and service. The remote controller shall memorize the
latest malfunction code for easy maintenance. The controller shall be equipped with a battery back-up and
a real time clock.
It should be possible to control several number of indoor units and change fan speed and angle of swing
flap individually and in group.
Refrigerant Piping:
The refrigerant piping interconnecting to indoor & outdoor units shall be made out of hard copper tubes,
in brazed construction. The refrigerant line sizing should be designed to achieve minimum pressure drop
and avoid oil return problem . The pipe sizes and connections shall be designed such that the evaporator
units do not face back pressure due to the functioning of the evaporator next to it. All suction piping shall
be insulated with closed cell elastomeric class ‘O’ nitrile rubber foam tubes of suitable diameter and
thickness. All the wiring interconnecting the indoor and outdoor units shall be PVC insulated copper
conductor flexible wires of appropriate rating, and shall be laid through PVC conduits.
2.0 TREATED FRESH AIR UNIT (DX AHU SYSTEM)
The system shall consist of Air-cooled condensing units (one or more), based on hermetically sealed
reciprocating or scroll/rotary type compressors, an Air Handling Unit with Direct Expansion (DX) type
evaporator coil with one or multiple refrigerant circuits matching with the condensing units.
The condensing unit(s) shall compress and 220ection refrigerant (R410) and supply it to the evaporator
coil placed in the AHU, through refrigerant piping made out of hard copper tubes and brass fittings. The
evaporated liquid shall travel back to the compressor through hard copper suction line.
2.1 AIR HANDLING UNIT
Unit Cabinet: The cabinet shall be double skin type, constructed out of extruded aluminum hollow
section framework with thermal break and double skin panels. Frame work and panels shall be filled
with minimum 45mm thick PU Foam insulation of density 38kg/m3.
The panels shall be made out of 24 gauge G.I. sheet and powder coated on the outer side. Separate
sections shall be provided for housing mixing chamber, pre-filters, Bag filters, fan, coils, fine filters,
fresh air/supply air/return air dampers.
Hinged access doors with gaskets and handles designed for air tight closing shall be provided for access
to all internal equipment. Hand holes with airtight covers shall be provided for measurement of air
temperatures in each section.
Detailed specifications of components of the AHU shall be as follows:
Fan: Fan shall be “NICOTRA/KRUGER/PUNKER/COMEFRI” make high efficiency “DIDW TYPE”,
backward/forward curved, statically and dynamically balanced, supported on self aligning type ball
bearings on both ends of the shaft. Scroll/rotary shall be made out of galvanized sheet. Drive shall be Vbelt type. Common base frame housing the fan and motor shall be supported on suitable vibration
isolators.
Fan Motor: Fan motor shall be T.E.F.C., IP55, Squirrel Cage induction type suitable for AC 415+/10%, 3 phase, 50 HZ power supply with ‘B’ class insulation. Motor efficiency shall be minimum 85%.
Section VII. Works Requirements
221
Cooling Coils: Cooling shall be made out of 24 gauge copper tubes with 30 gauge sine-wave aluminum
fins firmly bonded to tubes. The circulating of cooling medium shall be designed to ensure maximum
heat transfer co-efficient and minimum pressure drop. Velocity of air across coil face shall not exceed
2.5 M/sec.
Pre-Filters: Filters shall be panel type, made out of H.D.P.E. 3-ply filter media housed in a flanged
aluminum case. These filters shall have 95% efficiency down to 10 microns, confirming to EU3.
Mixing Chamber: Mixing chamber shall be complete with opposed blade tight shutoff type dampers for
fresh air and return air.
Fine Filters : Fine filters shall be panel type made out of synthetic non-woven compressed media, and
shall be capable of filtering air down to 5 micron with efficiency of 99% as per EU7. The casing shall be
made of powder coated G.I., in flanged construction.
b.I.
AIR COOLED TYPE CONDENSING UNIT
The condensing unit shall consist of compressor, condenser coil & fan, refrigerant piping, refrigerant
controls, local control panel, control wiring etc., all assembled in a weather proof powder coated cabinet
in compact layout.
Cabinet shall be fabricated out of heavy gauge galvanized sheet steel properly formed for clost fit and
structural rigidity. All access panels shall be so constructed as to be quickly and easily removable. All
sheet metal surface shall be finished in baked enamel paint or powder coating. Cabinet shall be fully
insulated for acoustic insulation.
Air-cooled condenser coil shall be made from copper tubes and aluminum fins bonded to the tubes.
Condenser fans shall be propeller type. The entire air-cooled condensing unit shall have sheet metal
housing suitable for outdoor installations.
Compressor shall be of the hermetic scroll/rotary type with suction and discharge valves, gas cooled
motor, horizontal or vertical shaft balanced and mounted on vibration absorbers to provide quiet, free
floating operation. Compressor shall be provided with overload protection and single phasing protection.
REFRIGERANT PIPING
The refrigeration piping shall be made out of hard drawn copper pipes of 16 gauge. All fittings shall be of
forged type.
The following minimum accessories shall be provided:
-Liquid valve at condenser outlet.
-Hot gas valve at the inlet of the condenser.
-Charging valves in suction and liquid lines.
All valves shall be of forged brass construction with PTFE (Teflon) seats and neoprene rubber glands.
The glands shall be replaceable without removal of refrigerant from the system.
CONTROL PANEL
Section VII. Works Requirements
222
A sheet metal cabinet type control panel housing the main incoming power isolation switch-fuse, and motor
starters for the AHU fan motor, compressor and condenser fans, with all necessary interlocks and safeties
shall be provided for operator & control of the AHU systems.
b.I.
SHEET METAL DUCT WORK
Material Specifications
Ducts shall be made out of galvanized steel sheets of ducting quality. The galvanized sheet shall have
thickness as specified below and zinc coating of minimum 120 gms/sqm.
Fabrication of Ducts
The ducts shall be fabricated as per following specifications:
Max. Side
(mm)
Min. Thickness
of Sheet(mm)
Weight
(Kg/Sqm.)
Type of joints
Bracing
Up to 750
0.63
4.9
25mm x 3mm
MS Angle Flange
None
751 to 1000
0.80
5.9
40mm x 3mm
MS Angle Flange
25mm x 3mm MS Angle
at 1.2m centres.
1001 to 1500
0.80
5.9
40mm x 3mm
MS Angle Flange
40mm x 3mm MS Angle
at 1.2m centres.
1501 to 2250
1.0
7.8
40mm x 6mm
MS Angle Flange
40mm x 6mm MS Angle
at 1.2m centres.
Installation of Ducts:
Ducts shall be supported on hangers as per following specifications:
Duct Size
(mm)
Spacing of
Supports (m)
Size of M.S.
Angle (mm)
Dia. Of
Hanger Rod (mm)
Up to 750
2.4
40 x 40 x 3
10
751 to 1500
2.4
40 x 40 x 6
10
1501 to 2250
2.4
50 x 50 x 6
15
Duct hangers shall be fixed to R.C.C. slab of the roof by means of anchor fasteners and M.S. angle cleats.
Hangers for ducts running below pitched sheet roof shall be fixed to M.S. angle cleats welded to roof
structure. Soft neoprene rubber gasket of uniform thickness and width shall be used as gasket between
flange joints. The gasket will be fixed with a suitable adhesive to the flange.
Galvanized hexagonal full threaded nut-bolts of minimum 6mm dia. Shall be used for fastening the
flanges. Spacing between two nut-bolts shall not exceed 125mm.
All ducts shall be rigid and shall be adequately supported and braced where required with cross breaking
of M.S. angle bracings of ample size to keep the ducts true to shape and to prevent buckling, vibration or
breathing.
Section VII. Works Requirements
223
Ducting over false ceiling shall be supported independently from the roof structure above. In no case a
duct shall be supported from the false ceiling hangers or be permitted to rest on a hung ceiling.
Bottom level of all ducts should be maintained as shown in the drawing. Leveling of ducts should be
checked with a PVC tube water level from a reference point.
Fans shall be connected to duct work by a double canvass sleeve. Each sleeve shall be minimum 150mm
long, securely bolted to duct and units. Each sleeve shall be made smooth and the connecting duct work
rigidly held in line with unit inlet or outlet.
b.I.
DRAIN PIPING
The drain piping shall be made out of rigid PVC pipes of 10 Kg/cm2 class. The piping shall be supported
by clamping on MS angle 25mm x 3mm running continuously below the pipe. The piping shall be
insulated with 3mm thick expanded LDPE sleeve tightly wounded on the surface of the pipe. All the
insulation shall be sealed by BOPP adhesive tape.
The drain pan shall be connected to rigid PVC pipe by braided PVC flexible pipe with appropriate
adapters.
All pipes support/clamps shall be painted with red oxide primer followed by two coats of synthetic enamel
finish paint.
5.0
5.1
b..
INSULATION WORK
THERMAL INSULATION OF DUCTING
(With closed cell nitrile rubber foam)
Material Specifications:
Insulation Material: Closed Cell elastomeric Nitrile Rubber foam , Fire retardant class’O’
Make
: Armacell /Eq.
Adhesive : As recommended by manufacturer.
b) Application Procedure:
Clean the surface of the duct to be insulated free from dust grease and other matter.
Prepare the pieces of sheet as per the dimensions of the duct and apply the adhesive on the duct surface,
the sheet surface as well as the edges of the sheets & leave it for 2-3 minutes for drying.
Once the adhesive is half dry and tacky, bring both the ends of insulation where the adhesive is applied in
contact and stick them well. Ensure that both the surfaces are matched properly.
Apply self adhesive black cotton tape on all the joints. Before fixing the tapes it must be ensured that all
the joints are sealed properly.
5.2 ACOUSTIC INSULATION OF DUCTS:
b..
Material Specifications:
Insulation Material: Open Cell elastomeric Nitrile Rubber foam , Fire retardant class’O’
Section VII. Works Requirements
224
Make
: Armacell/Vidoflex/ Aeroflex
Adhesive : As recommended by manufacturer.
b) Application Procedure:
Clean the surface of the duct to be insulated free from dust grease and other matter.
Prepare the pieces of sheet as per the dimensions of the duct and apply the adhesive on the duct surface,
the sheet surface as well as the edges of the sheets & leave it for 2-3 minutes for drying.
Once the adhesive is half dry and tacky, bring both the ends of insulation where the adhesive is applied in
contact and stick them well. Ensure that both the surfaces are matched properly.
5.3 INSULATION OF REFRIGERANT PIPING:
(With open cell nitrile rubber foam)
b..
Material Specifications:
Insulation Material: Open Cell elastomeric Nitrile Rubber foam, Fire retardant class’O’
Make
: Armacell/Vidoflex/ Aeroflex
Adhesive : As recommended by manufacturer.
b) Application Procedure:
Clean the surface of the duct to be insulated free from dust grease and other matter.
Prepare the pieces of sheet as per the dimensions of the duct and apply the adhesive on the duct surface,
the sheet surface as well as the edges of the sheets & leave it for 2-3 minutes for drying.
Once the adhesive is half dry and tacky, bring both the ends of insulation where the adhesive is applied in
contact and stick them well. Ensure that both the surfaces are matched properly.
6.0
ELECTRICAL WORK
6.1
Electrical Panel
The panel shall be fabricated from high quality 14 gauge sheet, stiffened and suitably reinforced. The
steel sheet shall be painted with seven tank process & the final paint coat shall be stove 224ectiona. The
housing shall be of 224ectionalized construction with space provided for separate vertical bus droppers &
cable alley of minimum 200 mm width for each panel section. The overall construction of the panel shall
be dust & vermin proof.
All motor feeders above 7.5 KW shall be provided with ammeters. Indicating instruments shall be tautband type only.
Minimum size of power wiring shall be 2.5 mm2 copper/4.0 mm2 aluminium. Control wiring shall be
done with 2.5 mm2 stranded copper conductor, PVC insulated wires.
All overload relay shall be with built-in single phasing preventor. All spare contacts shall be wired up to
terminal block.
Circuit breakers and large isolating switches shall be positioned as far as possible below the bus-bar
chamber to allow for ease of cabling. All equipment such as meters and indicating lights shall be located
adjacent or on the unit with which these are connected to achieve a neat and symmetrical arrangement.
Facility shall be provided for termination of all normal types of cables entering from above and clamps
Section VII. Works Requirements
225
shall be provided to support the weight of cables. Name plates to indicate the equipment of circuit
controlled by the switches shall be fixed on the panels.
All Push Buttons shall have 2 NO & 2 NC contacts.
6.2
Cabling Work:
The work shall be carried out in accordance with specification of Indian Electricity Rules as amended up
to date and local Municipal Bye-Laws.
The power wiring system shall be suitable for 415V, 3 phase, 50 cycles, 4 wire supply. Wiring for
motors shall be carried out in PVC sheathed and steel wire or tape armored cable.
The control wiring shall be in PVC insulated and PVC sheathed, multi core, stranded copper cable
(minimum 1.5 mm2 Cu) with the required number of cores.
Power cables and wire shall be of copper or aluminium of 1100 V grade, control wires of copper 660 V
grade and shall confirm to IS:1554 / IS:694.
Cables shall be carried on walls or in racks or in cable trays suspended from hangers or laid in trenches
as required. Where more than one cable is running, proper spacing shall be provided to minimize the
loss in current carrying capacity.
Special care shall be taken to ensure that cables are not damaged at bends. The radius of bends shall not
be less than minimum specified by the manufacturer to ensure that no undue stress is caused to cable.
Where cables pass through pipes, PVC/Neoprene rubber bushes shall be provided at the ends. Where
cables pass through floors or walls, pipe inserts shall be provided and opening shall be sealed.
Cables shall terminated using weather proof double compression brass nickel plated cable glands and
tinned copper crimped lugs shall be provided.
Conduits, where used, shall be of heavy gauge PVC. Metal saddles of approved type shall be used for
fixing conduits on surface. Bends and elbows shall be of inspection type where required. All joints shall
be water tight. Conduits shall be secured to the switches, junction boxes etc., by threaded couplers.
Flexible PVC conduits shall be used for connections with vibrating equipment.
Suitable means to isolate each motor in case of emergency shall be provided as per IS:900.
6.3
Earthing Work:
The main panel shall be connected to the main earthing stations by means of G.I. Strips as per Indian
electricity rules and IS : 3043 – 1987.
All electrical equipment shall be provided with two separate earth connections. The current carrying
capacity of earth conductors shall be as per IS:3043-1987.
All earthing connections shall be visible for periodical checking.
Sizes of Earthing Conductors:
Equipment
Motor up to 10 HP
Motor above 10 HP
6.4
Earth Conductor Size
G.I. Wire 10 gauge
25mm x 3mm G.I. strip
Testing & Commissioning:
Section VII. Works Requirements
226
Before commissioning of the equipment the entire installation shall be tested in accordance with Indian
Electricity Rules and IS:732 and the Test Report of a licensed electrical contractor shall be furnished.
LIST OF MATERIALS OF APPROVED MAKES/BRAND
The contractor shall use materials in their works subject to inspection prior to dispatch, by Owner or his
authorized representative of any materials, as deemed necessary in accordance with the following list. All
materials not otherwise specified shall be in accordance with the latest Indian Standard Specification, where
such exists and subject to prior approval of Owner / Architect. Contractor shall be bound to supply items of any
make of the items as per the choice of the Owner / Architect.
NOTE:
1.
All materials to be used should be as per the list given below.
2.
Wherever contractor proposes to use "equivalent" makes (i.e. other than specified), the same shall be done
only after obtaining prior approval from consultant in writing, who will consult the client before giving
such approval. Any additional expenditure, time due to this will be on contractors account and no claims
will be entertained.
3.
All material to be used shall be of first quality unless otherwise specified in view to maintain quality and
design standards.
4.
The final selection of the make of materials to be used of following list shall be decided by Consultant
with consent of the client. The decision of consultant is binding.
5.
Tenderers are advised to specify the names of materials considering which the rates have been quoted. No
violation & deviation is permissible in this case.
6.
If any other material or name of supplier is not mentioned in the list the same should be approved from the
Client / Consultant.
SR
NO
MATERIAL
APPROVED MANUFACTURER/SUB
CONTRACTOR/SUPPLIERS (May Provide
Equivalent Brands)
1.
CIVIL WORK
Cement
Ultratech, Ambuja, or equivalent
2.
White cement
Birla, J.K. or equivalent
3.
Water-proofing
4.
5.
Tile adhesive cement and joint filling compound
Glazed tiles
Aqua Alliances (India) Pvt. Ltd., Nina Concrete
Systems Pvt. Ltd., BASF. or equivalent
Bal Adhesive, Roff. or equivalent
H & R Johnson, RAK, NITCO, Kajaria. or
equivalent
6.
Vitrified tiles
H & R johnson, RAK, NITCO, Kajaria or
equivalent
7.
Ceramic tiles
H & R Johnson, RAK , Jalaram, Kajaria or
equivalent
8.
Calcium Silicate Board
HILUX, or equivalent
Section VII. Works Requirements
227
SR
NO
MATERIAL
APPROVED MANUFACTURER/SUB
CONTRACTOR/SUPPLIERS (May Provide
Equivalent Brands)
9.
Glass Mosaic tiles
Italia, Bisazza. Palladio. or equivalent
10.
Italian Marble.
NITCO, Litolier & CMC or equivalent
11
Paver Tile
Basant Betons and Ultratile or equivalent
12
PVC Anti-Static flooring
Amstrong, Apurva India ltd. or equivalent
13
Basement Flooring (vitrified material)
HARDWARE / PAINT / PLYWOOD
Pavit. or equivalent
14.
Paint-Acrylic emulsion
Asian, Nerolac, Burger. or equivalent
15.
Fire retardant paint
Noble, Shalimar. or equivalent
16.
Exterior paint
Nerolac, ICI or equivalent
17.
Luster Paint
Asian, Nerolac, Burger. or equivalent
18.
Texture Paint
Asian, Nerolac, Burger. or equivalent
19.
Locks
Neki, Magnum or equivalent
20.
Handles ( for storage doors & flush door)
Neki, Magnum, Hafeles. Dorma or equivalent
21.
Tower Bolt & Hinges
Neki, Magnum. or equivalent
22.
23.
Medium Density Fibre Board (Exterior grade)
Laminate
Century, Anchor, Samart, Greenply or equivalent
Century, GreenPly, Merino. or equivalent
24.
Plywood – Marine Ply
Anchor, Samart, Century, Greenply. or equivalent
25.
Veneers
Anchor, Greenply, Jalaram. or equivalent
26.
Wood preservative
Termiseal by Pest Control India, Bison by British
paints. or equivalent
27.
Floor spring / Patch fittings / Door Lock Stopper
Kich, Hafele, Dorma or equivalent
28.
Door Closer
29.
Mirror / Glass
Neki, Magnum, Dorma
or equivalent
Float glass India, Modiguard, Saint Gobain. or
equivalent
30.
Ordinary / float glass
Float glass India, Modiguard, Saint Gobain, TATA
Asahi. or equivalent
31.
Exterior Glazing
32.
Spider Fittings
Sejal glass, Pilikilgton
or equivalent
Kinlong, Dorma or equivalent
Section VII. Works Requirements
228
SR
NO
MATERIAL
33.
Screws
APPROVED MANUFACTURER/SUB
CONTRACTOR/SUPPLIERS (May Provide
Equivalent Brands)
G.K.W. Nettlefold or approved equivalent.
34.
Hinges / K.D. fittings/ Drawer channel
Hafeles. Hittich or equivalent
35.
Polishes
ICI, Asian, Goodlas Nerolac. or equivalent
36.
Silicone Sealant
Dow Corning. or equivalent
37.
Aluminium sections
Jindal or approved equivalent.
38.
Flush door
Anchor, Century, Green ply or equivalent
39.
Aluminium composite panel
Durabond, Alu co Bond or equivalent
40.
White board
Whitemark, Alltime, Alkosign or equivalent
41.
Frosting film
3M or Approved equivalent.
42.
Vertical blinds
Vista, Hunter Douglous, Mac. or equivalent
43.
Roller blinds
Vista, Hunter Douglous or equivalent
44
Acoustical false ceiling
Armstrong, Ecophone or equivalent
45
Gypsum Ceiling Board
Gypsum India.
or equivalent
PLUMBING WORK & SANITARY FIXTURE.
46.
G.I. Pipes
Tata, Zenith. or equivalent
47.
C.I. pipes
NECO or approved ( ISI make )equivalent
48.
Brass & Gun metal globe, gate valves, peet valves,
pressure reducing valves
Leader, Neta, Sant, Zolo to full bore. or equivalent
49.
Sanitary ware
TOTO, Kohler, Jaquar or equivalent
50.
Water supply fancy fittings like Pillar Taps, Stop
Cocks, Shower, etc.
Jaqaur, Grohe. Kohler or equivalent
51.
Flush valves
Jaquar, Grohe. or equivalent
52.
Storage Heaters
Sr.
No.
1.
Product
Racold, Sphere hot, Venus.
or equivalent
Make (ISI marked)
Power distribution panel / APFC Panel
 Zenith Engineers
 Vivid Electromech Pvt Ltd
 Manshu Comptel
Section VII. Works Requirements
SR
NO
MATERIAL
229
APPROVED MANUFACTURER/SUB
CONTRACTOR/SUPPLIERS (May Provide
Equivalent Brands)
 Antia Electricals
or equivalent
2.
UPS
 Eaton
 APC Schneider
 Emerson
or equivalent
3.
LV Glands & Lugs
4.
Current transformer
5.
Potential transformer
6.
Disrtibution Boards






Dowell Electro Works
Jainsons
Asian
Comet
Cosmos
Hax Brass (Copper Alloy India)
or equivalent







Automatic Electric Ltd,
Kappa
Indcoil
Ricco
Pragati
Megavin
Pelton Power
or equivalent







Automatic Electric Ltd,
Kappa
Indcoil
Ricco
Pragati
Megavin
Pelton Power
or equivalent




Legrand
Siemens
L&T
Schneider Electric
or equivalent
7.
LV Switchgear




8.
LV Cables & Wires
 Primecab
Legrand
Siemens
L&T
Schneider Electric or equivalent
Section VII. Works Requirements
SR
NO
230
MATERIAL
APPROVED MANUFACTURER/SUB
CONTRACTOR/SUPPLIERS (May Provide
Equivalent Brands)




Polycab
Finolex
Havells
RR Cables
or equivalent
9.
Power / Auxilary Contactor
10.
Static Power Meter & Logger (SPML) With RS 485
port
11.
Digital Multifunction Meter
(Load Manager)
12.
Analog Voltmeter / Ammeter
13.
Voltmeter selector switch / Ammeter selector switch
14.
Indicating Lamps (LED type) and Push Button
15.
Relay




ABB
L&T
Siemens
Schneider Electric
or equivalent
 Schneider Electric
 L&T
 HPL
or equivalent








Schneider Electric
Siemens
L&T
IMP
Nippen
HPL
Electrex
Meco
or equivalent




AE
L&T
IMP
Meco
or equivalent





Siemens
L&T
Teknic
Kaycee
CG (Scame)
or equivalent





Siemens
L&T
Teknic
Schneider Electric
GE Power Control
or equivalent
 Siemens
 L&T
Section VII. Works Requirements
SR
NO
231
MATERIAL
APPROVED MANUFACTURER/SUB
CONTRACTOR/SUPPLIERS (May Provide
Equivalent Brands)
 ABB
 Schneider electric
or equivalent
16.
Annunciator
17.
Terminal blocks
18.
Cable Tray and Race ways
19.
PVC Conduits & accessories
 Areva
 Minilec
 Alan
or equivalent
 Connectwell
 Elmex
 Technoplast
or equivalent
 Profab
 Rico Steel
 Sadhana
or equivalent
 Precision
 BEC
 AKG
or equivalent
20.
Switches / Sockets / TV Socket / Telephone sockets /
Data sockets / Regulators etc.(Modular)
21.
Industrial Socket Metal Clad





Anchor (Wood/Roma)
MDS- Legrand (Mosaic)
MK Honeywell
Wipro (North West)
Crabtree (Havells)
or equivalent
 MDS Legrand
 CG (Scame)
 Schneider Electric (Clipsal)
or equivalent
22.
Industrial Socket Splash Proof
 MDS Legrand
 CG (Scame)
 Schneider Electric (Clipsal)
or equivalent
23.
Ceiling Fans/ Exhaust Fans





Crompton
Bajaj
Usha
Anchor
Havells
or equivalent
24.
Lighting Fixture
 Bajaj
Section VII. Works Requirements
SR
NO
MATERIAL
232
APPROVED MANUFACTURER/SUB
CONTRACTOR/SUPPLIERS (May Provide
Equivalent Brands)





Philips
Lucero
Zuntobel
Wipro
GE
or equivalent
25.
Capacitor
26.
Starters
27.
Power / Auxilary Contactor
28.
Timers











Epcos
Siemens
L&T
ABB
Schneider Electric
ABB or equivalent
ABB
L&T
Siemens
Schneider Electric
Havells
or equivalent





ABB
L&T
Siemens
Schneider Electric
Havells
or equivalent





ABB
L&T
Siemens
Schneider Electric
Havells
or equivalent
SR
NO
MATERIAL
29.
Telephone System
a.
Main Distribution Frame (MDF)
APPROVED MANUFACTURER/SUB
CONTRACTOR/SUPPLIERS (May Provide
Equivalent Brands)




Krone
A.C. Enterprises
PSR Power Controls
Periaandavar Engg. Works or equivalent
Section VII. Works Requirements
b.
c.
233
Tag Block




Krone
MK
CLIPSAL
LEGRAND or equivalent
ELEPHONE CABLE / WIRES
 Finolex
 Primecab
 Polycab or equivalent
30.
A.
Fire Alarm System
Smoke Detector
B.
Heat Detector
 Bosch
 GE Edwards
 Notifier
or equivalent
C.
Manual Call Points (MCP)
 Bosch
 GE Edwards
 Notifier
or equivalent
D.
Hooters
 Bosch
 GE Edwards
 Notifier or equivalent
E.
Fire Alarm Control Panel (FACP)
 Bosch
 GE Edwards
 Notifier
or equivalent
F.
Cable for Fire Alarm system





31.
System Provider for FA system and Access
Control
 M/S Scheitel Security system
M/S Vallabh Enterprises or equivalent
32.
Data & Networking
A
Ethernet switch / Receiver / Media Converter
 Bosch
 GE Edwards
 Notifier
or equivalent





Polycab
Thermoflex
Finolex
Geoflex
Technoflex or equivalent
AVAYA
Clipsal
Cisco
3-Com
Siemens-Nokia
or equivalent
Section VII. Works Requirements
234
B
Patch panel






AVAYA
Beldon
Clipsal
Molex
Siemens
Panduit
or equivalent
C
Rack for patch panel & switch




HCL
President
Rittal
Valrack
or equivalent
D
Ethernet adaptor




D-Link
Linksys
Belkin
Netgear
or equivalent
E
Broadband ADSL Router




D-Link
Linksys
Belkin
Netgear
or equivalent
F
Patch Cords






AVAYA
Beldon
Clipsal
Molex
Siemens
Panduit
or equivalent
H
UTP connector (RJ-45)






AVAYA
LAPPCABLE
Amp
Beldon
Clipsal
Molex
or equivalent
I
Cat 6 Cable / Fibre Optic Cable





AVAYA
LAPPCABLE
Amp
Beldon
Clipsal
or equivalent
33.
Inverter
 Poweron
 Exide
 Luminous or equivalent
34.
Access control wiring
 Polycab
 Finolex
 Geoflex or equivalent
Section VII. Works Requirements
235
SR
NO
MATERIAL
APPROVED MANUFACTURER/SUB
CONTRACTOR/SUPPLIERS (May Provide
Equivalent Brands)
:
Blue Star/ Daikin/ Carrier-Toshiba or
equivalent
1
VRF System
2
2
Air Handling Units
(Double Skin)
Aluminium Grilles/Diffusers
3
G.I. Sheets
4
Insulation
a)
Expanded polystyrene
: Beardsell, Cooline or equivalent
b)
Nitrile Rubber Foam
: Armacell /Aeroflex /Vidoflex or equivalent
5
HVAC Agencies
: Caryaire/Zeco/Citizen or equivalent
: Caryaire/Cosmos/Air Product or equivalent
: SAIL/ Jindal/ Nippon/ National/ Uttam or
equivalent
:M/S Expert Aircon Pvt Ltd
:M/S Air Care Systems Pvt Ltd
:M/S AirMark HVAC System
Or equivalent
Section VII. Works Requirements
236
Drawings
Please note that 27 PDF copies of Drawings are attached with this document
& made available on website. www.msrlm.org &
http://www.mahashg.com/NRLMAdv.html
236
NCB.CW/W-1
Section VII. Works Requirements
237
SECTION 7: BILL OF QUANTITIES
237
NCB.CW/W-1
Section VII. Works Requirements
238
Bill of Quantities
Bill of Quantities
Bill No. 1: General Items
SR.
NO
1
2
3
4
5
6
7
8
9
DESCRIPTION
Sub Cost No. 1 - Demolition & Civil
Works
Dismantling of existing plywood, partitions
item with removing of plywood, framework
and conveying the dismantled material to
the location as directed by Engineer in
charge
Removing tiled flooring in all types of tiling
or flooring i.e. Shahabad, Kotah, Cement,
Marble mosaic, Glazed, Ceramic tiles etc.
including stacking the materials as directed
with all leads & lifts.
Removing doors and windows with frames
& shutters fixed in position and stacking
them with all leads & lifts as directed.
Demolishing brick work including stacking
of serviceable material and disposal of
unserviceable material within 50 metres
lead, or any lead as specified by Engineer in - charge.
In cement mortar
Dismantling old plaster or skirting raking
out joints and cleaning the surface for
plaster disposal of rubbish to the dumping
ground within 50 metres lead, or any lead as
specified by Engineer - in - charge.
Removing old existing down take water
supply & drainage pipe lines C.I. / G.I. /
A.C. / PVC / HDPE pipes upto 150 mm dia.
laid underground, horizontal & on vertical
walls including transporting, stacking the
material at departmental stores for all lifts
& leads etc. complete as directed.
Removal of Electrical fixtures like fans,
tubelights, geysers any other light fixtures
switches/ sockets, distribuited board, cable,
wiring etc. as per instruction by Architect.
Providing IInd class burnt brick masonry
with conventional type bricks in cement
mortar for super structures upto 5.0 M
height above plinth level of building or
super structures or first floor including
striking out joints on face where plaster is
to be done scaffolding curing etc complete.
d) 1:6 Cement Mortar.
Providing and constructing Siporex Block
masonry with concrete block confirming
B.I.S 6041 / 6042 / 6441 / 3890 having
QTY
UNIT
25.00
Sqm
1,188.00
Sqm
57.00
Sqm
36.00
270.00
Sqm
Sqm
25.00
Rmt
1.00
Job
1.00
81.00
Cum
Sqm
RATE
in digits
RATE
in
Words
Amount
238
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
10
11
12
239
DESCRIPTION
density not less than 640 kg. per cum in
cement mortar 1:6 including adequate
plastisizer for non bearing portion including
racking out joints scaffolding & curing etc.
complete as per direction of Engineer - in charge.
Providing plaster in cement mortar in 1:4
without neeru finishing to concrete or
masonry surface in all position including
scaffolding and curing complete.
a) 12 mm. thick single coat
Providing plaster in cement mortar in 1:3
without neeru finishing to concrete or
masonry surface in all position including
scaffolding and curing complete.
b) 6 mm. thick single coat
Providing sand faced plaster (sponged
external) in cement mortar 1:3 in all
positions including base coat scaffolding,
keeping the surface of base coat rough to
receive sand faced treatment, curing etc.
complete
c) Two coats
Providing and laying patented water
proofing treatment for sanitary block using
required thickness of brick bat and cement
mortar 1:3 with proper levelling including
mixing with cement mortar the patented
water proofing material of approved
manufacturer and finishing the surface
including guarantee of 5 years for water
tightness and effective function.
QTY
UNIT
701.00
Sqm
25.00
Sqm
14.00
60.00
Sqm
Sqm
13
Providing and carrying out water proofing
of walls as per the following.
a) Treatment to the over the side walls with
water proofing plaster of thickness 25 to 30
mm thick,
Giving 5 years guarantee for water tightness
The above work shall be carried out through
approved agencies, etc.
90.00
Sqm
14
Providing and laying Vitrified mirror finish
decorative type tiles for flooring of required
size of approved make, shade and pattern
for flooring in required position laid on a
bed of 1:4 cement mortar including neat
cement float, filling joints with cement
slurry, curing and cleaning etc. complete as
per direction of Engineer - in - Charge.
916.00
Sqm
15
Providing and laying ceramic tiles for
flooring conforming to IS:13712-1993, of
approved colour including cement float,
filling the joints with matching colour, with
pigments added to white cement slurry
cleaning etc. complete.
RATE
in digits
RATE
in
Words
Amount
239
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
16
17
18
19
240
DESCRIPTION
QTY
UNIT
a) Any size with approved design
Supply of "Kebao" Steel Cement Cavity
Flooring System (Imported) manufactured
by M/s Kebao International Industrial
Group Ltd. (Shanghai) of HDG-6006 HPL
module (FS 700), Tile Size 600mm x
600mm x 35mm thick. Finish - Top
covering with 1.2mm high pressure
antistatic hot pressed laminate. Edge
bonded with black conductive PVC beading
factory finish. The finish height of floor
will be 450mm. Point load 300 Kgs., UDL
1250 Kgs. per sq. mtr.
Providing & fixing in position Vitrified Tile
Dado & Skriting in approved shape, size &
color and pattern in dado truly in plumb
upto part or full height of wall with
machine cut top edge as per the drawings
over cement, sand backing coat plaster of
15mm/ required thickness in CM 1:4
proportion, including fixing with approved
tile adhesive of MC Bauchemie make or
approved equivalent as per the
manufacturers specifications (including
back up blashes, anchoring with the wall) of
required consistency to avoid any
possibility of hollowness behind the tiles,
filling the joints with white cement and
matching color pigments including curing,
scaffolding etc. complete as per drawing,
specifications and as directed by the
Engineer-in-Charge/ Architect.
Providing & fixing in position ceramic tile
Dado & Skriting in approved shape, size &
color and pattern in dado truly in plumb
upto part or full height of wall with
machine cut top edge as per the drawings
over cement, sand backing coat plaster of
15mm/ required thickness in CM 1:4
proportion, including fixing with approved
tile adhesive of MC Bauchemie make or
approved equivalent as per the
manufacturers specifications (including
back up blashes, anchoring with the wall) of
required consistency to avoid any
possibility of hollowness behind the tiles,
filling the joints with white cement and
matching color pigments including curing,
scaffolding etc. complete as per drawing,
specifications and as directed by the
Engineer-in-Charge/ Architect.
Providing and constructing 600 mm Wide
Granite wash basin/Pantry Platform by
using 18 mm thick (+/- 2 mm tolerance )
mirror polished granite stone at top to be
laid on 16mm thick sandwich type marble
stone base, set in cement mortar 1:4, all
exposed edges to be rounded and polished.
111.00
6.00
Sqm
Sqm
81.00
Sqm
195.00
Sqm
13.00
Rmt
RATE
in digits
RATE
in
Words
Amount
240
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
20
21
241
DESCRIPTION
Also providing vertical facia of granite as
shown on drawing. Rate to include making
opening for wash basin and pillar tap with
all exposed edges polished. All joints shall
be made water tight in perfect line, level &
slope as desired including curing, polishing
& cleaning all joints and floating in
coloured cement mortar. Granite shall be of
approved colour & shall be as per
Architects approved lot. (Only plan area
will be measured. Wastage due to
dimensional difference, pattern, cutting
sizes available will be to the contractors
account). Rate to include all holes &
openings required for fixtures and fittings.
All as per drawing and instructions from
Engineer in charge. SS Sink / Sink to be
Paid Separately.
Providing and fixing in position & in
stepped manner one side mirror polished
machine cut Marble slab Jamblining for
Door frames of width 150mm to 250mm of
18mm thickness (+/- 2 mm tolerance) in
cement mortar bedding (1:4) of required
thickness. Joints, edges to be floated and
finished on neat cement of the same colour
as the slab. After setting, the slabs (if read)
are to be machine polished at site to obtain
perfect finish. All exposed edges to be
rounded & polished. The rate to include all
necessary chipping of brickwork / concrete
so that the slab is 12mm projects from
plaster & tiles / POP surface with rounding
of edges, polishing etc. complete as shown
on drawing & as per directions of Engineer
In charge. Note: No payment will be made
for overlapped portion of the jamblining.
Providing and fixing in position & in
stepped manner one side mirror polished
machine cut Marble of 16mm thk (+/- 2 mm
tolerance) & Wood Jamblining for Window
frames of width 150 mm to 250mm of
18mm thickness (+/- 2 mm tolerance) in
cement mortar bedding (1:4) of required
thickness. Joints, edges to be floated and
finished on neat cement of the same colour
as the slab. After setting, the slabs (if read)
are to be machine polished at site to obtain
perfect finish. All exposed edges to be
rounded & polished. The rate to include all
necessary chipping of brickwork / concrete
so that the slab is 12mm projects from
plaster / POP surface with rounding of
edges, polishing etc. complete as shown on
drawing & as per directions of Engineer In
charge. Note: No payment will be made for
overlapped portion of the jamblining.
Total for Sub Cost No. 1 -
QTY
UNIT
78.00
Rmt
321.00
Rmt
RATE
in digits
RATE
in
Words
Amount
241
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
1
2
3
4
5
6
1
2
242
DESCRIPTION
Sub Cost No. 2 - Finishing Item
Providing & Applying Plaster of Paris
Punning in average 12 to 25mm thickness
to walls, ceiling, beams & columns to bring
the surface in plumb Line & Level
including making the surface smooth,
providing required grooves on top of
skirting etc. complete as per directions of
Engineer - In - Charge.
Providing & Applying superior quality of
Luster Paint of approved make & shade,
using roller to get approved textured surface
in 3 or more coats including preparation of
surfaces, applying cement primer of
approved make & shade etc. complete as
per directions of Engineer – in – charge.
Providing and applying plastic emulsion
paint conforming to IS:5411-1991 part I of
superior quality of approved make, colour
and shade to the old & new surfaces in two
coats over primers, including scaffolding,
preparing the surfaces to receive the paint
and applying putty etc. complete.
Providing and applying Zinc / lead based
paint of approved colour and shade
including preparing the surface, scaffolding
etc. complete.
a) One coat.
Providing and applying "TEXTURED
MATT" of approved colour and shade in 2
coats to old and new surface over and
including one coat of cement based paint
conforming to IS:5410-1969, including
scaffolding, preparing the surface, curing
etc. complete with all lifts.
Providing and applying synthetic super
enamel paint conforming to IS:2932 – 1991
of approved colour, including scaffolding if
necessary and cleaning and preparing the
surface, including primer coat etc.
complete.
Total for Sub Cost No. 2 -
QTY
UNIT
276.00
Sqm
276.00
Sqm
651.00
Sqm
240.00
38.00
Sqm
Sqm
50.00
Sqm
0.63
Cum
21.00
Sqm
Sub Cost No.3 - Doors & Windows
Works
Providing and fixing best quality superior
Indian teak wood frame for doors, windows
and ventilators including all moulding,
rebating, jointing, hold fasts of MS flats of
minimum size 20 x 3 mm, having length of
225 mm for doors & 150 mm for windows
and finishing with 3 coats of French polish
or one coat of primer and synthetic enamel
paint in two coats as directed etc. complete.
Fully Glazed Door
Providing and fixing in position 12 mm
RATE
in digits
RATE
in
Words
Amount
242
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
243
DESCRIPTION
QTY
UNIT
11.00
Sqm
Both side 1.5 mm thk Laminate
37.00
Sqm
35mm thk Flush Door both side
Laminate - D3
Providing & fixing 35mm thk. Phenol
bonded Flush door finish with 1.5mm thk.
Laminate on both sides as per approved
pattern. All edges should finish with teak
wood lipping with melamine polish. All
22.00
Sqm
RATE
in digits
RATE
in
Words
Amount
thick Toughened Fully Clear Glass Door by
using various glass patch fittings to be
fixed with necessary fittings on the ceiling
duly finished without giving any load on the
false ceiling by using necessary hardware
what ever necessary and required numbers
to complete the job in all respect. Rate
including cost of door opening with
approval hardware such as patch fitting
lock, handle, Floor Spring of approved
make. Contractor is advised to submit
working drawing with details patch fitting,
sizes of glass panels etc and take approvals
of consultants before execution of works
complete as per detail drawing, as specified
and as directed by Architect.
3
35mm thk Partly Glazed Partly Solid
both side veneer - D1
Providing and fixing door in position Partly
Glazed Partly Solid door made up Phenol
bonded of 35 mm thk approved flush door
of approved size and 12 mm toughened
glass approved beading, grooves, approved
moulding including necessary hardware,
approved adhesive, fitting & fixture Handel,
Lock, Floor Spring etc. melamine polish to
all exposed surfaces etc complete as per
detail drawing as specified & as directed by
Engineer - in - charge.
Both side 3 - 4 mm thk Veneer
4
35mm thk Partly Glazed Partly Solid
both side Laminate - D2
Providing and fixing door in position Partly
Glazed Partly Solid door made up Phenol
bonded of 35 mm thk approved flush door
of approved size and 6 mm toughened glass
approved beading, grooves, approved
moulding including necessary hardware,
approved adhesive, fitting & fixture Handel,
Lock, Floor Spring etc., melamine polish to
all exposed surfaces etc complete as per
detail drawing as specified & as directed by
Engineer - in - charge.
5
243
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
6
7
8
9
244
DESCRIPTION
QTY
UNIT
6.00
Sqm
8.00
Sqm
6.00
Sqm
complete as per instructions & approval of
EIC. Note: The rate of all doors shall
include all hardware such as door handles,
hinges, door closures/floor spring, dead
lock, PVC door buffer, door stopper, latches
etc. as required.
35mm thk Flush Door one side veneer &
one side Laminate - D4
Providing & fixing 35mm thk. Phenol
bonded Flush door finish with one side
1.5mm thk. Laminate & one side 3-4 mm
thk Veneer as per approved pattern. All
edges should finish with teak wood lipping
with melamine polish. All complete as per
instructions & approval of EIC. Note: The
rate of all doors shall include all hardware
such as door handles, hinges, dead lock,
PVC door buffer, door stopper, latches etc.
as required.
Partly Glazed Partly solid 35mm thk
Flush Door both side Laminate - D5
Providing and fixing door in position Partly
Glazed Partly Solid door made up Phenol
bonded of 35 mm thk approved flush door
of approved size and 6 mm toughened glass
approved beading, grooves, approved
moulding including necessary hardware,
approved adhesive, fitting & fixture Handle,
Hinges, Lock, Door Closer etc. melamine
polish to all exposed surfaces etc complete
as per detail drawing as specified & as
directed by Engineer - in - charge.
35mm thk Partly Glazed Partly Solid
both side veneer - D6
Providing and fixing door in position Partly
Glazed Partly Solid door made up Phenol
bonded of 35 mm thk approved flush door
of approved size and 6 mm toughened glass
approved beading, grooves, approved
moulding including necessary hardware,
approved adhesive, fitting & fixture Handel,
Lock, Floor Spring etc. melamine polish to
all exposed surfaces etc complete as per
detail drawing as specified & as directed by
Engineer - in - charge.
Both side 3 - 4 mm thk Veneer
Window
Providing and fixing anodised aluminum
openable (top and side hung) windows &
ventilators, conforming to IS:1948-1991&
1949-1991 with windows frame made of
standard Z sections with minimum 4 mm.
thick (as specified by the manufacturer)
plain/frosted/white sheet glass as specified
by department, including aluminum stays,
specially designed butt hinges(design to be
got approved from the Dept.) locking
arrangement and other necessary fixtures
RATE
in digits
RATE
in
Words
Amount
244
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
245
DESCRIPTION
and fastenings, including PVC lining for
water tightness, glass water fixing clips as
approved by the Department etc. complete
including finishing, cleaning, polishing the
aluminum frame with petrol and/or other
agents as specified by the manufacturer etc.
complete (the rate shall be inclusive of
Neoprene gasket and silicon sealant as
required)
a) Aluminum section used
b) For 4 mm sheet tinted glass used.
c) 6 mm glass section used.
Total for Sub Cost No. 3 -
1
Sub Cost No.4 - Fabication Works
Rolling Shutter
Providing and fixing rolling shutters of 18
gauge sheets conforming to IS:6248-1991
with hood, self coiling type spring with
guide channels & locking arrangements, all
fixtures with one coat of steel primer and
two coats of aluminium paint etc. complete
(including the cost of MS Box cover Top).
a) Using G.I. sheet.
b) Gear (Handle) For operating the
shutter
QTY
UNIT
1,740.00
6.00
139.00
Kg
Sqm
Sqm
18.00
1.00
Sqm
No.
59.00
80.00
Rmt
Rmt
60.00
20.00
Rmt
Rmt
RATE
in digits
RATE
in
Words
Amount
Total for Sub Cost No. 4-
1
a
b
2
a
b
3
Sub Cost No. 5 - Plumbing Works
Providing and fixing chlorinated Poly Vinyl
Chloride (CPVC) Pipes, having thermal
stability for hot and cold water supply
including all CPVC plain & brass threaded
fittings i/c fixing the pipe with clamps at
1.00 mtr spacing. This includes jointing of
pipes & fittings with one step CPVC
solvent cement & testing of joints complete
as per direction of Engineer in Charge
Same as above for concealed including
cutting, drilling holes in walls/slab etc. and
remaking good the demolished portion
neatly. (Internal concealed work)
15mm nominal OD pipe
20mm nominal OD pipe
Providing and fixing chlorinated Poly Vinyl
Chloride (CPVC) Pipes, having thermal
stability for hot and cold water supply
including all CPVC plain & brass threaded
fittings, this included jointing of pipes &
fittings with one step solvent cement
trenching, refilling & testing of joints
complete as per direction of Engineer-inCharge. (External work).
32mm nominal OD pipe
40mm nominal OD pipe
Gate Valves
Supplying, Providing and fixing in position
245
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
4
5
6
7
8
9
10
11
246
DESCRIPTION
QTY
UNIT
tested heavy quality “Leader” or other
approved make with I.S.I. mark full way
gun metal gate valves having both ends
screwed male etc complete / R.b.o. brass
ball valves.
25 mm dia
20 mm dia
Providing and fixing 15 mm dia Piller cock
P.V.C polymer scratch resistance, antistatic
with guarantee against any manufacturing
defect including socket, union nuts etc.
complete. As per direction of Engineer - in Charge.
7.00
7.00
9.00
Nos
Nos
Nos
3.00
6.00
Nos
Nos
3.00
6.00
Nos
Nos
1.00
No
17.00
6.00
Nos
Nos
2.00
No
Providing and fixing European type
commode including outlet, inter
connections through walls including all
fittings etc. complete.As per direction of
Engineer - in - Charge.
Ceo, ADD DIR, Dir Gen
Gents & Ladies
Providing and fixing wash hand basin,
conforming to IS:2556 (Part IV) 1994 with
nickel / chrome plated fittings inlet and
outlet connection, nickel plated pillar cock,
down take GI pipes with C. P. bottle trap
(with concealed nut bolt) cutting out in for
below CI brackets etc. complete
Ceo, ADD DIR, Dir Gen
Gents & Ladies
Providing and fixing stainless steel sink of
ISI or Salem mark with waste coupling
downtake 40 mm GI B Class pipe of
required length or up to nahani trap etc.
complete.
a) 610mm x 510mm
Providing and fixing 10 cm P.V.C Nahani
Trap with fixed with P.V.C grating, P.V.C
plug bend and piece of P.V.C pipe upto
plug bend, scaffolding etc. complete. As per
direction of Engineer - in - Charge.
b) 100 mm. size
Providing and fixing soap dish with all
types of fixtures including labour charges
including transport charges etc. complete.
Providing and fixing 15 mm dia 2 Way BIB
cock long body with flange P.V.C polymer
scratch resistance, anti - static with
guarantee against any manufacturing defect
including socket, union nuts etc.
complete.As per direction of Engineer - in Charge.
2 Way Bib Cock
Providing and fixing Jet Spray with flange
P.V.C polymer scratch resistance, anti static with guarantee against any
manufacturing defect including socket,
union nuts etc. complete.As per direction of
RATE
in digits
RATE
in
Words
Amount
246
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
12
13
14
15
16
17
18
19
20
247
DESCRIPTION
Engineer - in - Charge.
Jet Spray
Providing and fixing Flush Valve of
approved quality etc complete. As per
direction of Engineer - in - Charge.
Flush Valve
Providing and Fixing of Mirrors in Toilets
of approved Indian quality, copper plated
with 10 mm thick plywood backing in the
masonry etc. complete.As per direction of
Engineer - in - Charge.
Mirror Panelling
Supplying, Providing and fixing in position
“Hindustan”, Parryware or Jaquar approved
make first quality, recessed, roller type or
box type white glazed toilet paper holder
150 mm x 150 mm size etc.
Urinal (Flat Back) : Providing & fixing flat
back urinal of size 690 x345 x 330 mm of
approved quality make & colour
conforming to relevant IS latest revision,
including outlet & inlet connections, flush
walls all necessary fitting, fixtures etc
Providing and laying UPVC pipes of
standard make in line and level including
necessary labour, bends, tees, fixtures etc.
and testing the pipes complete.
110 mm diameter
75 mm diameter
50 mm dia
Providing and installing in position water
storage tank one piece moulded,
conforming to IS: 3395-1997 made out of
low density polyethylene and built-in
corrugations, including inlet and outlet
connections overflow and vent pipe
arrangements etc. complete.
a) 200 lit to 1000 lit. Capacity.
Providing and fixing Chromium Plated
Alluminium Towel Rail 750 mm (2'6")
long, 20mm (3/4") dia and of approved
quality fixed on chromium plared bracket
including providing teak wood gutties in
masonry etc complete as per direction of
Engineer - in - charge.
Providing and fixing 15 mm dia Angle cock
with flange PVC polymer scratch resistant,
antistatic with guarantee against any
manufacturing defect including socket,
union nuts etc complete as per direction of
Engineer - in - charge.
Supplying, Providing and fixing C.P. brass
Pedestal type Swan neck sink tap for
kitchen sink with a fancy stop cock Jaquar
make complete, including 15mm dia brass
angle stop cock, C.P. connector pipe etc
compete as per direction of Engineer - in charge.
QTY
UNIT
9.00
Nos
9.00
Nos
4.00
9.00
Sqm
Nos
3.00
Nos
80.00
125.00
60.00
Rmt
Rmt
Rmt
2,000.00
7.00
Litre
Nos
13.00
Nos
1.00
No
RATE
in digits
RATE
in
Words
Amount
247
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
21
22
23
24
25
1
a
b
2
3
a
b
248
DESCRIPTION
QTY
UNIT
Providing and fixing in position Double
coat hooks as per instructions from
EIC/Architect
Providing and fixing SS Jali on CI Nahani
trap with white cement jointing
Providing and fixing in position Hand dyrer
as per instructions from EIC/Architect
Supplying, erecting, testing and
commissioning self contained water cooler
with water filter (HV) ROB, specified
storage capacity & cooling capacity, and
marking S No and date of erection.
Supplying and fixing Micro Mist Air
Neutralizer Dispenser with all fitting etc
complete as per direction of Engineer - in charge.
Total for Sub Cost No. 5-
9.00
Nos
17.00
Nos
2.00
Nos
2.00
Nos
10.00
Nos
457.00
251.00
Sqm
Sqm
25.00
689.00
70.00
48.00
7.00
10.00
Sqm
Sqm
Sqm
Sqm
Sqm
Sqm
136.00
Sqm
91.00
Sqm
Sub Cost No. 6 - Carpentry Works.
Providing and Fixing in position
Aluminium Frame work for Partitions,
paneling, boxing, soffits with vertical
members at not more than 600 mm centers
& horizontal members not more than 600
mm centers. Complete including necessary
additional supports, bracing runner etc.
complete. Item to be completed in all
respects as per drawings & instructions
from Engineer - In - Charge.
Size 50 x 50 x 1.62 mm
Size 50 x 25 x 1.62 mm
SKINNING / PANELING / BOXING
Providing & Fixing in position on existing
frame work including all materials, labour
etc complete. Item to be completed in all
respects as per drawings & instructions
from Engineer - In - Charge.
6 mm thk Marine plywood
9mm thk Marine plywood
12 mm thk Marine plywood
19 mm thk Marine plywood
19 mm thk Marine plywood
12 mm thk Gypsum Partition with frame
Actual executed area will be measured as
two sides of same partition are likely to
have different finishes. Rate of this item
shall include cost of providing cross
matching finish in approved pattern etc. as
per details .The finishing material shall be
fixed in required divisions / panels / pattern
with proper grooves etc. as per drawings &
directions. Item to be completed in all
respects as per drgs & instructions from
EIC.
Veneer 1:- Providing & Fixing Veneer of 3
- 4mm thickness of approved make, shade
& Quality. With Melamine Polish
Veneer 2:- Providing & Fixing Veneer of 3
RATE
in digits
RATE
in
Words
Amount
248
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
c
4
5
6
249
DESCRIPTION
- 4mm thickness of approved make, shade
& Quality. With Melamine Polish
Laminate :- Providing & Fixing Laminates
of 1.5mm thickness of approved make,
shade & Quality.
Storages Providing & fixing in position 460
mm deep storage / Wardrobe unit along
with partitions etc with 1) sides,top,bottom
shelves made out of 19 mm marine
plywood for all inside surfaces 2)6 mm thk.
marine ply backing panels 3) Shutters
made out of 19 mm thick ply finish with
material & 6 mm thick teakwood leaping
with egde moulding of approved profile if
any shall be provided in all exposed ply
edge surfaces& be finished withmelamine
polish.4) hardwares such as heavy duty
hinges, brass body locks(Elpro make) with
extra large group key of approved quality,
magnetic ball catchers, handles, towerbolt
etc. All exposed woodwork to be finished
with 3 coats of melamine polish & all
internal surface finished with 3 coats of
french polish.The exposed surfaces shall be
finished with 1.5 mm thk. laminate of
approved shade & colour. All as per
detailed drgs and instructions of EIC /
Architect
Full ht Storage Laminate Finish
Low ht Storge Veneer with Melamine
Finish
Low ht Storge Laminate Finish
Over Head Storage Veneer Finish
Over Head Storage Laminate Finish
Fixed Glass on partition
Providing and fixing glazed partition made
out of 8 mm thk clear glass with designs
pattern as shown in drawing. Glass should
fixed with required size of wooden beading
which finished with 3 coats of melamine
polish. Rate including cost of glass edge
machine polishing in between 2 glass edges
touching together (if required) complete all
as per the drawing, details & specification
and to the satifaction of Engineer - in charge.
Accoustical Partition
Providing and supplying Armstrong ‘Optra
Acoustical Wall Panelling’ with square
edges made of fibre glass substrate 25mm
thick and wrapped on the front side with an
acoustically transparent and fire-resistant
fabric with an option of colours as per the
choice of the Architect/ Person in-charge of
size 2100x600 or 600x600 mm providing a
minimum sound absorption level of 0.90
NRC to be affixed to wall using Wall panel
impalers supplied by M/s Armstrong
QTY
UNIT
495.00
Sqm
13.00
7.00
Sqm
Sqm
50.00
2.00
2.00
25.00
Sqm
Sqm
Sqm
Sqm
5.00
Sqm
RATE
in digits
RATE
in
Words
Amount
249
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
250
DESCRIPTION
QTY
UNIT
775.00
198.00
Sqm
Sqm
RATE
in digits
RATE
in
Words
Amount
Industries India Pvt. Ltd and construction
adhesives as per the instructions laid down
by the manufacturer.
Total for Sub Cost No. 6-
a
2
Sub Cost No. 7 - False Ceiling
Providing & fixing in position Gypsum
Board False Ceiling as per manufacturer's
specifications & instructions with 12.5mm
thick 'Gypboard' Screw-fixed to the
underside of suspended G.I. grid. G.I. grid
should be constructed & suspended from
the main ceiling as per manufacturer's
instructions & specifications.G.I.grid
should consist of ceiling sections at
maximum centre to centre distance 450mm,
Perimeter channel intermediate channels at
maximum centre to centre distance
1200mm. The ceiling sections should be
fixed to intermediate channels with
connecting clips. G.I.grid should be fixed to
R.C.C. slab above with the help of 25mm x
0.5mm strap hanger & soffit cleat. The
joints between soffit cleat & strap hanger
and G.I.grid & strap hanger should be with
6.4 x 12.7 mm nut & bolt. Soffit cleats
should be fixed to R.C.C.ceiling with W.E.
type 12mm dia, 17/16" long steel Rawl plug
maximum center to center distance (both
ways) of strap hangers should be 1200mm.
The Gypboard should be fixed to G.I.grid
with 25mm long Drawall screws.
The 'Gypboard' to be used should be
12.5mm thk tapered edge boards. The
boards should be taped & filled from
underside to ceiling. Item to be completed
as per manufacturer's specification &
instructions. Note: No extra will be paid for
ceiling drops and it will be considered as
flat ceiling and if there is projected drop
ceiling curved as per design in different
level it will also be paid as addition to that
but only average bottom surface area will
be considered. No extra will be paid for
light cuttings, cutting for glass or stainglass
manufacturer's specification & instructions.
Note : No extra will be paid for ceiling
drops and it will be considered as flat
ceiling and if there is projected drop ceiling
curved as per design in different level it will
also be paid as addition to that but only
average bottom surface area will be
considered. No extra will be paid for light
cuttings, cutting for glass or stainglass.
Gypsum Board Ceiling
Providing & Fixing of Armstrong Mineral
Fibre Acoustical Suspended Ceiling System
with Optra (Microlook) EDGE TILES
250
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
3
251
DESCRIPTION
QTY
UNIT
RATE
in digits
RATE
in
Words
Amount
WITH ARMSTRONG 15mm Exposed
GRID. The tiles should have Humidity
Resistance (RH) of 95%, NRC 0.9 - 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 with Bio Block coating on the face
of the tile, suitable for Green Building
application, with Recycled content of 66%
GW & 74% RW%. The tile shall be laid on
Armstrong Silhouette profile grid system
with 15mm white flanges incorporating a
6mm central reveal in white/black colour
and with a web height of 45mm and a load
carrying capacity of minimum 15.68
Kgs/M2. Silhouette, Main Runners &
Cross Tees to have mitred ends &
“birdsmouth” notches to provide mitred
cruciform junctions. The T Sections have a
Galvanizing of 90 grams per M2 & passed
through 500 hrs of Salt test. The Tile &
Grid system used together should carry a 15
year warranty.
Providing and fixing false ceiling at all
height including providing and fixing of
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, including fixing
of gypsum board to ceilinsection and
perimeter channel with the help of dry wall
screws of size 3.5 x 25 mm at 230 mm c/c,
251
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
4
5
6
1
252
DESCRIPTION
including jointing and finishing to a flush
finish of tapered and square edges of the
board with recommended jointing
compound , jointing tapes , finishing with
jointing compound in 3 layers covering
upto 150 mm or both sides of joint and two
coats of primer suitable for board, all as per
manufacturer’s specification and also
including the cost of making openings for
light fittings, grills, diffusers, cutouts made
with frame of perimeter channels suitably
fixed, all complete as per drawings,
specification and direction of the Engineer
in Charge but excluding the cost of painting
with
10 mm thk Calcium Silicate board
Providing and fixing Wooden rafter or
ceiling at all height including providing and
fixing of aluminium frame work and rafter
made up of ply using 9/12/19 mm with
complete hardware fitting etc complete as
per direction of Engineer - in - charge
Providing and fixing in position 3 mm
thick Acrylic sheet in false ceiling with the
help of 19 mm thick plywood boxing
painted from inside in white colour with
vertical wooden supports of 50 mm x 25
mm to fix up the light fittings as drawings
and instructions of Engineer In Charge. The
finished length & finished width shall be
measured for payment. All openings shall
be deducted from the gross area.
Providing and fixing in position 12mm thk.
plywood for wooden plank finished with
Veneer & 3 coats of melamine polish
including required wooden framework
supports & edge moulding, finished with
melamine polish. complete as per detail
drawing, as specified and as directed by
Architect / Engineer
Total for Sub Cost No. 7 -
QTY
UNIT
87.00
68.00
Sqm
Sqm
5.00
Sqm
35.00
Sqm
2.00
Nos
Sub Cost No. 8 - Loose Furniture
CEO , ADD DIR, (EX-T) - Table Finished
with Veneer (main table size 2750 mm x
1200 mm x 750 mm) side table (size 900
mm x 450 mm x 750 mm)
Providing & arranging in position desk
units in 19mm thk. Marine plywood
including side unit, drawer unit, tea tray,
pencil tray, pullout tray, footrest. All
drawers to be in plywood with 19 mm in
front & 12mm thk in rear & sides and
bottom in 6 mm thk. Plywood Internal
surfaces to be veneer with melamine
polish. Table tops, drawer unit fronts &
sides to be finished as per drawings. The
front modesty panel etc shall be finished as
RATE
in digits
RATE
in
Words
Amount
252
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
2
253
DESCRIPTION
QTY
UNIT
1.00
No
per drawings & instructions of the
EIC/Consultant all complete. All trays in
writing desks, side units to have concealed
stoppers. All pencil trays shall have small
compartments for keeping miscellaneous
stationaries. All beadings, mouldings &
exposed woodwork to be in teak wood.
Foot rest shall be made out of 19 mm
plywood frame work with 6 mm top and
shall be finished with matching veneer all
molding shall be finish in 3 coats of
melamine polish. All the tables shall have
keyboard drawers to accommodate
keyboards and mouse wherever necessary
as per drawing. Rate include of all
hardware, like hinges, drawer channel,
handles, lock etc.
drawings and also shall include CPU unit as
shown in the drawings approved by EIC.
No seperate payment shall be made for this.
Tables all exposed surface finished with a
approved veneer in approved pattern as per
drawings. All exposed surface of side unit
to be finished with a approved veneer.
Providing & fixing in position side unit
made out of 19 mm thk. Marine ply, with
shelves, drawers, shutters etc. as per
drawings, finished with approved veneer
from outside & French polish from inside.
Item to be completed in all respects as per
drawing & instructions from EIC. The item
shall include a set of drawer and openable
shutters, as per the drawing and details. All
shelves, openable shutters, drawer box,
drawer front etc. shall be made out of 19
mm thick plywood. Drawer sides shall be in
12 mm thk Plywood. Drawer bottom shall
be in 6 mm thk. Plywood. All exposed
surfaces to be finished With veneer of
approved shade and make. All complete
with necessary hardware,like key board,
CPU,Trolly, cable manger etc complected
as per drawing & approval of Engineer - In
- charge.
Director General Table (DG-T) ( With out
any Storage, Side table) (main table size
2850 mm x 1250 mm x 750 mm)
Providing & arranging in position desk
units in 19mm thk. Marine plywood
including footrest. Plywood Internal
surfaces to be veneer with melamine
polish. Table tops to be finished as per
drawings. The front modesty panel etc shall
be finished as per drawings & instructions
of the EIC/Consultant all complete.All
beadings, mouldings & exposed woodwork
to be in teak wood. Foot rest shall be made
out of 19 mm plywood frame work with 6
RATE
in digits
RATE
in
Words
Amount
253
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
3
4
5
254
DESCRIPTION
mm top and shall be finished with matching
veneer all molding shall be finish in 3 coats
of melamine polish. Tables all exposed
surface finished with a approved veneer in
approved pattern as per drawings. All
exposed surface of side unit to be finished
with a approved veneer.
Table Fin with Laminate & Metal Frem
work ( Table 1800 x 900 x 750 mm) side
table (450 x 1500 x 750 mm)
Cabin Furniture DY. DIR & under
seceratatry T-1
Each table to be provided with table top,
return shelf,3 drawer pedestal
unit,keyboard tray, CPU trolley, credenza
and rear side storage unit as per design.
Work top and Return Shelf - 25 mm hk. Pre
laminated particle board cut to size & shape
as per design & drawings. Edges to be fixed
with 2mm thk PVC edge binding of
approved make & matching to laminate
Base frame:Pair of MS powder coated legs
(60 mm dia) with height adjustment to
support the top and aluminium embossed
powder modestry panel of size 1500 x 450
ht as shown in design.
Key board tray & CPU Trolley - Each
work station shall have PVC moulded key
board tray & M. S. powder coated CPU
Trolley with castors.
Pedestal unit - 3 drawer pedastal unit of
overall size 450 deep X 450 wide X 725 ht
made out of 18 / 16 mm prelaminated board
for caracus & 12 mm prelaminated board
for drawers. Top drawer to be on roller
slides and two lower drawers to be of 3
extension ball bearing slides
Filing storage / Side Credenza: Caracun &
Shelves to be made out of 18 mm thk MFC
on all sides including back panel. All
exposed edges to be finished with 2 mm thk
PVC edges boarding. All units to have
leveller at the bottam. Shutter shoud be
made up of 18 mm thk MFC with handles
and locking arragement and soft close
hinges or sliding door as shown on dwg.
Type T-1 - Of Size 1800 X 900 X 750 table
top and return of 1000 x 400
Type T-2 - Of Size 1500 X 750 X 750 table
top and return of 1100 x 400 (Description
same as above)
Modular workstations T-3
Modular workstations consist of low ht.
partition screen, work tops, Pedastal
unit,filing stoarges( only in few cases), key
board tray & CPU trolley as per
specifications mentioned below.The
profiles of the Aluminium partition frame
QTY
UNIT
4.00
Nos
16.00
Nos
RATE
in digits
RATE
in
Words
Amount
254
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
6
255
DESCRIPTION
QTY
UNIT
32
Nos
should be as per the attached sheet and the
as per the weight per Rmt mentioned on the
sheet..
Work top - 25 mm hk. Pre laminated
particle board cut to size & shape as per
design & drawings. Edges to be fixed with
2mm thk PVC edge binding of approved
make & matching to laminate
Key board tray & CPU Trolley - Each
work station shall have PVC moulded key
board tray & M. S. powder coated CPU
Trolley with castors.
Pedastal unit - 3 drawer pedastal unit of
overall size 450 deep X 450 wide X 725 ht
made out of 18 / 16 mm prelaminated board
for caracus & 12 mm prelaminated board
for drawers. Top drawer to be on roller
slides and two lower drawers to be of 3
extension ball bearing slides
Partition screen: 60mm thick to have one
cable channel along main spine, MFC
(Melamine Finish Chipboard) on both side
upto table top ,each workstation with one
tackable board and white board.Screen in
front of the table to have frosted glass panel
above table top
Work stations - L shape - type -1 of size
(1500 x 1800 X 750)
Modular workstations T-4
Modular workstations consist of low ht.
partition screen, work tops, Pedastal
unit,filing stoarges( only in few cases), key
board tray & CPU trolley as per
specifications mentioned below.The
profiles of the Aluminium partition frame
should be as per the attached sheet and the
as per the weight per Rmt mentioned on the
sheet..
Work top - 25 mm hk. Pre laminated
particle board cut to size & shape as per
design & drawings. Edges to be fixed with
2mm thk PVC edge binding of approved
make & matching to laminate
Key board tray & CPU Trolley - Each
work station shall have PVC moulded key
board tray & M. S. powder coated CPU
Trolley with castors.
Pedastal unit - 3 drawer pedastal unit of
overall size 400 deep X 550 wide X 725 ht
made out of 18 / 16 mm prelaminated board
for caracus & 12 mm prelaminated board
for drawers. Top drawer to be on roller
slides and two lower drawers to be of 3
extension ball bearing slides
Partition screen: 60mm thick to have one
cable channel along main spine, MFC
(Melamine Finish Chipboard) on both side
upto table top ,each workstation with one
RATE
in digits
RATE
in
Words
Amount
255
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
7
8
256
DESCRIPTION
tackable board and white board.Screen in
front of the table to have frosted glass panel
above table top
Work stations - L shape - type -1 of size
1200 x 650
Modular workstations T-5
Modular workstations consist of low ht.
partition screen, work tops, Pedastal
unit,filing stoarges( only in few cases), key
board tray & CPU trolley as per
specifications mentioned below.The
profiles of the Aluminium partition frame
should be as per the attached sheet and the
as per the weight per Rmt mentioned on the
sheet..
Work top - 25 mm hk. Pre laminated
particle board cut to size & shape as per
design & drawings. Edges to be fixed with
2mm thk PVC edge binding of approved
make & matching to laminate
Key board tray & CPU Trolley - Each
work station shall have PVC moulded key
board tray & M. S. powder coated CPU
Trolley with castors.
Storage low height - 3 drawer of overall
size 1500 length X 450 wide X 725 ht
made out of 18 / 16 mm prelaminated board
for caracus & 12 mm prelaminated board
for drawers. Top drawer to be on roller
slides and two lower drawers to be of 3
extension ball bearing slides
Pedastal unit - 3 drawer pedastal unit of
overall size 450 deep X 450 wide X 725 ht
made out of 18 / 16 mm prelaminated board
for caracus & 12 mm prelaminated board
for drawers. Top drawer to be on roller
slides and two lower drawers to be of 3
extension ball bearing slides
Partition screen: 60mm thick to have one
cable channel along main spine, MFC
(Melamine Finish Chipboard) on both side
upto table top ,each workstation with one
tackable board and white board.Screen in
front of the table to have frosted glass panel
above table top
Work stations - L shape - type -1 of size
(2100 x 2100 X 750)
Conference Room Table (CON – T)
Providing and fixing in position Conference
Room Table of approved shape shown in
drawing. Table top made out of 19 X 19
mm & 38 X 23 mm T.W. frame work with
both side 6mm thk marine plywood in two
layers finished with approved veneer &
polycoating. Apron made out of 50 X 50
mm T.W. frame work with both side 9 mm
thk marine plywood finished with approved
veneer and 3 coats of melamine polish.
QTY
UNIT
25.00
Nos
1.00
No
1.00
No
RATE
in digits
RATE
in
Words
Amount
256
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
9
10
11
12
257
DESCRIPTION
QTY
UNIT
4.00
Nos
1.00
No
1.00
2.00
No
No
Edge of Table finished with 50 X 50 mm
T.W. moulding with melamine polish.
Footrest & skirting made out of 19 mm thk
marine plywood finished with approved
veneer and 3 coats of melamine polish.
Edge of footrest finished with 25 mm thk
wooden half round moulding with
melamine polish. 50 x 50 mm wooden
connecting members.
Rate including cost of wooden beadings,
mouldings, inlays, etc. Top should be
finished with approved veneer &
polycoating. Sides finished with approved
veneer & melamine polish. complete as per
detail drawing, as specified and as directed
by Architect.
Discussion Table with bottom storage table
(DIS – T)
Providing & arranging in position desk
units in 19mm thk. Marine plywood.
Plywood Internal surfaces to be laminate.
Table tops to be finished as per drawings.
The front modesty panel etc shall be
finished as per drawings & instructions of
the EIC/Consultant all complete. All
beadings, mouldings & exposed woodwork
to be in teak wood. Foot rest shall be made
out of 19 mm plywood frame work with 6
mm top and shall be finished with matching
veneer all molding shall be finish in 3 coats
of melamine polish etc complete as per the
detail drawing.
Reception Table (R-T)
Providing and fixing in position Reception
Table of approved shape made out of 19
mm thick marine grade plywood fixed on
intermediate 19mm thick marine grade
plywood verticals at certain intervals (as
shown in the drawings) with necessary
wooden members finished with approved 4
mm thick approved Veneer finish on all
exposed surfaces. and 12 mm tog. glass on
top.Also including cost of all necessary
wooden beading / mouldings finished with
melamine polish. Rate should be including
cost of hardware of approved make.
complete as per detail drawing, as specified
and as directed by Architect.
Dining Table
Meeting Table (MT)
Providing and fixing in position Meeting
Room Table of approved shape shown in
drawing. Table top made out of 12MM
plain glass with bevelled edge.Base mead
out of 50mm thk & 200mm wide ply
boxing finished with approved veneer &
Mellamine polishwith cobination of 25mm
Dia S.S Stin finish pipe with vaccum fitting
RATE
in digits
RATE
in
Words
Amount
257
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
13
14
15
1
2
3
258
DESCRIPTION
to support glass
Reading & Cum Dinning area furiniture
Providing and constructing cubicle partition
screen in wood or aluminium frame having
6 to 8mm plywood on both sides covered
with foam and wool fabric of approved
shade as per the detailed drg and design all
complete. The overall thickness of the the
partition will be 50mm and height as per the
drg. The partition will be firmly fixed to the
ground with 780 long and 8 dia bolts . Both
the cubicles will have seatiing for 4
persons as hown in the drg. The rectangular
cubicle will have the corner box finished in
white lacquer to act as side table as per the
drg. Please refer the dimensions in the
above table for each component of the
cubicle.
Square/circular corner Table - Providing &
arranging in position centre tables made out
of TW members 40X 75 mm with proper
joinert & hardware as per drawing. The top
finished with 12mm thk tinted glass with
bevelled edges. Item tobe completed in all
respect as per drawing & instruction from
E.I.C. of given size & shape
(450 X 450 X 450 mm)
Providing & arranging in position centre
tables made out of TW members 40 X 75
mm with proper joinert & hardware as per
drawing. The top finished with 12mm thk
tinted glass with bevelled edges. Item tobe
completed in all respect as per drawing &
instruction from E.I.C. of given size &
shape
(750 X 750 X 450 mm)
Sub Cost No. - 9
Sub Cost No. 10 - Chairs
Executive Chair (CH - EX)
Providing and fixing of high back chair
with revolving caster, handles and on
castors with conventional tilting (centre)
mechanism and fabric upholstery etc.
complete as per drawing & directions by
Architect.
Executive Visitor Chair (CH1)
Providing and fixing of medium back chair
with handles and on castors with
conventional tilting (centre) mechanism and
fabric upholstery etc. complete as per
drawing & directions by Architect.
SPM, Dy. Dir, Under Secretary &
Reception (CH2)
Providing and fixing of medium back chair
with revolving caster, handles and on
castors with conventional tilting (centre)
QTY
UNIT
1.00
No
19.00
Nos
3.00
Nos
6.00
Nos
14.00
Nos
16.00
Nos
RATE
in digits
RATE
in
Words
Amount
258
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
4
5
6
7
8
9
10
11
a
259
DESCRIPTION
mechanism and fabric upholstery etc.
complete as per drawing & directions by
Architect.
SPM, Dy. Dir, Under Secretary Visitor's
chair (CH3)
Providing and fixing of low back chair with
handles and on castors with conventional
tilting (centre) mechanism and fabric
upholstery etc. complete as per drawing &
directions by Architect.
Waiting Area, open office, cubicles (CH3A)
Providing and fixing of low back chair with
revolving caster, handles and on castors
with conventional tilting (centre)
mechanism and fabric upholstery etc.
complete as per drawing & directions by
Architect.
Lounge Chair (CH 4)
Conference Room & Dir General.(CH5)
Providing and fixing of medium back chair
with revolving caster, handles and on
castors with conventional tilting (centre)
mechanism and fabric upholstery etc.
complete as per drawing & directions by
Architect.
Conference room (CH5A)
Providing and fixing of low back chair with
handles and on castors with conventional
tilting (centre) mechanism and fabric
upholstery etc. complete as per drawing &
directions by Architect.
Meeting Room Chair (CH6)
Providing and fixing of medium back chair
with handles and on castors with
conventional tilting (centre) mechanism and
fabric upholstery etc. complete as per
drawing & directions by Architect.
Dining Chair (CH7)
Providing & supplying multi seater sofas
with teakwood internal frame out of size
min. 70x40mm as mentioned in drawing
with necessary spring /rubberised coir/32
density polyurethene foam/100% latex
rubber foam of appropriate quality &
thickness as shown in the drawing with
melamine polish on all exposed wooden
surface. 75mm thk. for seat & 50mm thk for
back. 25mm polyurethene in it to give
required shape. The rate to include
upholstry material of approved
velvet(fabric) on outer side & on the inner
side white cloth of approved qulaity shade
etc. The contractor shall use appropriate
size of frame work instead of mentioned to
achieve desired shape & comfort as shown.
All as per instructions of Engineerincharge.
Single Seater Sofa
QTY
UNIT
38.00
Nos
62.00
Nos
22.00
28.00
Nos
Nos
24.00
Nos
14.00
Nos
6.00
Nos
1.00
No
RATE
in digits
RATE
in
Words
Amount
259
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
b
1
a
b
2
a
b
3
4
5
6
260
DESCRIPTION
QTY
UNIT
2.00
Nos
27.00
63.00
Rmt
Rmt
124.00
106.00
12.00
Sqm
Sqm
Sqm
11.00
Sqm
108.00
Nos
190.00
Sqm
Three Seater Sofa
Total for Sub Cost - 9
Sub Cost No. 10- Miscellaneous Works
Palmet / Jamblining (100 - 150 mm wide)
Providing & fixing in position jamb lining
of 19mm thk. plywood & finished as below
with wooden moulding, exposed surfaces
polished with 3 coats of melamine polish.
All complete as per drawing & instructions
of Engineer-incharge
Veneer finish
1.5 mm thk Laminate Finish
Soffit
Providing and fixing in position 19 mm thk.
plywood for soffit finished with 4 mm thk
veeneer including required teak wood
frames,supports & mouldings, with exposed
sides finished with melamine polish. Item to
be completed in all respects as per drawings
& instructions from Enginner In Charge.
Laminate Finish
Veneer Finish
Soft Board
Providing and fixing in position 12mm
thick Soft Board paneling on partition
surface including fabric cover, wood
beading finished with melamine polish of
approved shade etc. complete as per detail
drawing, as specified and as directed by
Architect/Enginner In Charge..
Glass Baord - Providing and fixing 6 mm
back painted glass board panel supported on
25 mm dia brushed finish SS studs with
necessary 150 mm wide, 12mm thick
marine ply reinforcement in the partition. (
900 x1200 mm ) etc complete with
necessary accessaries, fittings, hardwares
etc. as per drawing & specifications or as
directed by the Architect/Engineer in
charge.
Dust Bin (250mm Dia) - Providing &
arranging in position dust bins out of
perforated (min Size 350 mm dia x 400
mm Height). Item to completed in all
respect as per drg & directions.
12 mm thk Fully Glazed Partition
Providing and fixing in position 12 mm
thick Toughened Clear Glass in partition
panels by using various glass fittings to be
fixed with necessary fittings on the ceiling
duly finished without giving any load on the
false ceiling by using necessary hardware
what ever necessary and required numbers
to complete the job in all respect. Rate
including cost of door opening with
approved hardware such as patch fitting
lock, handle etc of approved make but with
RATE
in digits
RATE
in
Words
Amount
260
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
7
8
9
10
11
12
13
14
261
DESCRIPTION
out cost of floor spring. Contractor is
advised to submit working drawing with
details patch fitting, sizes of glass panels
etc and take approvals of consultants before
execution of works. complete as per detail
drawing, as specified and as directed by
Architect/Enginner In Charge.. .
Providing and fixing of approved 12mm thk
toughened curvature / bend glass in position
with parition and patch fitting as per
direction of Engineer - in - charge.
Blinds - Providing and fixing White, SemiTransparent, Roller Blinds (make-Hunter
Douglas), all complete, with all fixing
mechanisms, in specified color / texture /
screen, as per attached list, all complete
with installation, testing, correcting any
deficiencies, all complete as per instructions
of Engineer - in - charge.
Frosted Film - Providing & fixing in
position approved make colour & shade
frost film on glass complete as per direction
of manufacturer & instruction of Engineer in - Charge.
Carpet - Providing & laying in position cut
pile pure wool carpet of 80/20 of Flotex
make complete in all respect including
matching and finishing joints as per
drawings & manufacturer's specifications.
Wall Paper - Providing, fixing, applying by
Company Trained Technicians, premium
Wall Covering (Wall Fabric), as per details
in attached specifications, or as per detailed
specifications and colours attached, or
approved equivalent, of approved colour,
texture and design, including base and subbase preparation(on top of existing P.O.P
surface), all complete, in a neat and
workman like manner, as per directions of
Engineer-In-Charge.
Trap Door - Providing & fixing Trap Doors
made out of required framework, 19mm thk
plywood finished with material 1.5 mm thk
laminate from outside and 1mm thk
laminate from inside. Site modification as
per requirement has to be undertaken
without any extra cost. 6mm thk. T.W.
lippings to be provided on all exposed
plywood edge surfaces and be finished with
melamine polish etc. complete as per
drawing & directions.
Black out Curtain - Providing and fixing
approved Black Out Curtain to be fixed and
commissioned as per manufacturers
specification the work to be completed as
per satisfaction and approved of EIC
Glass Wool Insulation - Providing & fixing
position 50 mm thick Glass Wool insulation
QTY
UNIT
7.00
Sqm
139.00
Sqm
64.00
Sqm
64.00
Sqm
58.00
Sqm
9.00
Sqm
25.00
Sqm
100.00
Sqm
RATE
in digits
RATE
in
Words
Amount
261
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
15
16
17
18
19
20
21
22
23
1
262
DESCRIPTION
of approved make with 48Kg/m3 density, in
partition wherever as shown. complete as
per detail drawing, as specified and as
directed by Architect / Engineer
Double Glass Partition - Providing &
Fixing double glass in partion as per
detailed drawing and specification etc
complete as per direction of Engineer - in charge.
Providing and fixing Mangore tiles
including securing the last course of tiles
near the eaves with steel flats of 40 mm x 3
mm and 1.22 mm wire, fixing of 25 mm x
12 mm country teak wood sloping battens
and fixing 50 mm x 25 mm country teak
wood horizontal battens over the sloping
battens all iron work and coaltarring the
battens and planning the undersides and
battens complete (excluding ridge and hip
tiles)
Providing and fixing Manglore type Ridge
& Hip tiles including scaffolding if
necessary, pointing with coloured cement
mortar and curing complete.
Providing and Supplying Warli Mural
Painting as per required design shown in
drawing etc complete as direction of
Engineer - in - chrage.
Providing and Applying Printing on
Vitrified tiles as per required design shown
in drawing with necessary machine and
equipment etc complete as per direction of
Engineer - in - charge.
Providing & fixing in position approved
make colour & shade Back Painted glass
complete as per direction of manufacturer
& instruction of Engineer - in - Charge.
ACP Sheet
Providing & Fixing SS Strip in required
positin shown in detailed drawing and
specification etc complete as per direction
of Engineer - in - charge.
Providing and constructing Fire Brick
masonry with in cement mortar 1:6
including adequate plastisizer for non
bearing portion including racking out joints
scaffolding & curing etc. complete as per
direction of Engineer - in - charge.
Total for Sub Cost - 10
QTY
UNIT
7.00
Sqm
33.00
Sqm
23.00
Rmt
5.00
Sqm
6.00
Sqm
10.00
Sqm
20.00
30.00
Sqm
Rmt
20.00
Sqm
RATE
in digits
RATE
in
Words
Amount
Sub Cost No. 11- Point Wiring
Supply, installation, testing &
commissioning of point wiring for lights /
fans / plug points / bell point etc. in MMS
PVC conduit of suitable diameter , surface
or recessed mounted complete with junction
box, joints, bends, switch box, cover plate
etc. including 1.1kV grade 2 x 1.5
262
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
a
b
2
3
4
5
263
DESCRIPTION
sq.mm.Copper multi-stranded PVC
insulated FRLS wires alongwith 1 x 1.5
sq.mm. Copper multi-stranded PVC
insulated FRLS wires as earth wire, along
with 6A modular surface/ recessed mounted
switch, ceiling rose, connectors switch
boxes etc. The work shall be completed
with all material, labour, chiselling, making
good surface etc. in cordination with civil
agency complying with IE rules,
regulations, standards & local supply
authority requirements. Make: Mylinc in
Legrand or equivalent in other approved
make.
Primary point
Secondary point
Supplying, erecting , testing &
commissioning independent surface or
recessed mounting modular 6 / 16A switch
& socket complete with switch box, internal
wiring with required chiselling making
good surface etc...in cordination with civil
agency complying with IE rules,
regulations, standards & local supply
authority requirements. . Make: Mylinc in
Legrand or equivalent in other approved
make.
Supplying, erecting , testing &
commissioning independent surface or
recessed mounting modular 6 A switch & 5
pin socket complete with switch box,
internal wiring with required chiselling
making good surface etc...in cordination
with civil agency complying with IE rules,
regulations, standards & local supply
authority requirements. . Make: Mylinc in
Legrand or equivalent in other approved
make.
Supplying, erecting , testing &
commissioning independent surface or
recessed mounting modular 2 Nos of 6A- 5
pin socket controlled by 1 No of 16 A
switch on UPS and 2 Nos of 6 A-5 pin
socket controlled by 16 A switch on RAW
power complete with switch box, internal
wiring with required chiselling making
good surface etc...in cordination with civil
agency complying with IE rules,
regulations, standards & local supply
authority requirements. . Make:Mylinc in
Legrand or equivalent in other approved
make.(For Computer points)
Supplying, erecting , testing &
commissioning independent surface or
recessed mounting modular 2 Nos of 6A- 5
pin socket controlled by 1 No of 16 A
complete with switch box, internal wiring
QTY
UNIT
142.00
95.00
Each
Each
96.00
Each
25.00
Each
84.00
Each
8.00
Each
RATE
in digits
RATE
in
Words
Amount
263
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
6
7
8
A
264
DESCRIPTION
with required chiselling making good
surface etc...in cordination with civil
agency complying with IE rules,
regulations, standards & local supply
authority requirements. . Make:Mylinc in
Legrand or equivalent in other approved
make.(For TV points)
Supplying, erecting , testing &
commissioning independent surface or
recessed mounting modular 16A - 5 pin
socket controlled by 1 Nos of 25 A SP
MCB complete with switch box, internal
wiring with required chiselling making
good surface etc...in cordination with civil
agency complying with IE rules,
regulations, standards & local supply
authority requirements. . Make:Mylinc in
Legrand or equivalent in other approved
make.(For Hiwall AC point)
Supplying, erecting mains & submains
wiring between DB & switchboards of
lights/fan,independent plug point etc with
1.1kV grade 2 x 2.5 + 1 x 2.5 PE multi
stranded Copper PVC insulated FRLS
wires drawn in HMS PVC conduits
conduits of required diameter concealed /
surface mounted including required
accessories, termination complete with
chiselling making good surface etc...in
cordination with civil agency complying
with IE rules, regulations, standards & local
supply authority requirements etc...
Supplying, erecting mains & submains
wiring between DB to power points with
1.1kV grade 2 x 2.5 + 1 x 2.5 PE multi
stranded Copper PVC insulated FRLS
wires drawn in in existing raceways
including required accessories, termination
complete with chiselling making good
surface etc...in cordination with civil
agency complying with IE rules,
regulations, standards & local supply
authority requirements etc...
Total for Sub Cost - 11
QTY
UNIT
1.00
Each
1,383.00
Rmt
5,228.00
Rmt
RATE
in digits
RATE
in
Words
Amount
Sub Cost No. 12- LT PANELS AND
DISTRIBUTION BOARDS
Supply, Installation, testing and
commissioning of the following floor
mounted front operated front access cubicle
type,totally enclosed,dust and vermin proof
with IP-54 protection with hinged and
lockable doors.The panel should be
fabricated from 2mm thick CRCA sheets
including interconnections,tinned copper
crimping lugs,bonding to earth andpainting
suitable to use at 415V,3 phase 4 wire
50hertz system,and suitable for fault level
264
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
1
265
DESCRIPTION
as indicated in the SLD all complete as per
specifications as required.All panels should
have provision for entry of cables from
top/bottom as required.All live accessible
parts shall be shrouded.The busbar
insulation shall be with heat shrinkable
sleeves.SMC/DMC shrouds and busbar
supports shall be used.
Note:1. All panels shall be powder
coated.Necessary touch up shall be done at
site, incase if required.The scope includes
all tests viz.Megger Test, HV test. And
should be performed at the factory in the
presence of Client/Consultant.
2. The equipment shall be designed to
ensure complete safety during operation
inspection, connection of cables.
3.Control wires shall be of 1.1 KV 2.5 sq
mm FRLS copper wires and neatly bunched
seperately supported so as to prevent
sagging and strain on termination.
4.A minimum of 10% spare terminals shall
be provided on each terminal block.
5.All non current carrying mettalic parts of
the equipment shall be earthed.
6.All concealed hinged doors and covers
shall be provided with suitable flexible
earthing connections.
7.The size of the earthing should be as per
the fault current level as mentioned in the
SLD.
8.The earth bus bar should be supported at
suitable intervals.
9.The current transformer should be type
class 1 only.
10.Scope includes cable end boxes,reverse
entry boxes as per site condition and
extension of busbarsfor terminating the
cablesas per SLD.
11.Indication lamps should be LED type.
12.All panels should be free standing,floor
mounted compartmentalized panels
fabricated ouit of CRCA shet steel sections
after carrying out 7 tank cleaning process
and duly powder coated using Siemens
Gray shade-RAL 7032.
MAIN LT PANEL
Incomer Section :The following is the description for
Incoming Section of the Panel .
1 No, of 250 Amps.,4 pole
Thermomagnetic based with inbuilt O/C
,S/C and E/F releases suitable for 415
V,50Hz and fault level of 35 KA.
QTY
1.00
UNIT
RATE
in digits
RATE
in
Words
Amount
Job
Indication and Metering Section For
Each Section :265
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
266
DESCRIPTION
QTY
UNIT
RATE
in digits
RATE
in
Words
Amount
2Nos. Of LED for ON and OFF
indication.Red LED lamp for On and Green
LED lamp for OFF.
3 Nos., CT of 250/5A operated for APFC
sensing.
3 Nos., CT of 250/5A Operated load
manager of approved make . The Load
manger should have Ammeter, Voltmeter,
KWH meter and Power Factor meter with
RS 485 connectivity .
3 Nos., CT of 250/5A Operated load
Restricted earth fault relay.
Bus bars :250 Amps uniformly rated, continuous
duty, 415 V AC, 3 Phase and Neutral
electrolytic grade 99.95% Purity Tinned
Copper Bus-bars at 35KA with colour
coded heat sink sleeves supported on SMC
type grip supports. The Horizontal /
Vertical sections of the busbars should all
be uniformly rated for 250 Amps.
Out goings :2 Nos., of 32 Amps., 4 pole Miniature
Circuit Breaker . The MCB shall be
suitable for 415 Volts 50 Hz., AC supply.
The fault level of MCB should be 10 KA
for 1 Sec having C curve.
10 Nos., of 40 Amps., 4 pole Miniature
Circuit Breaker . The MCB shall be
suitable for 415 Volts 50 Hz., AC supply.
The fault level of MCB should be 10 KA
for 1 Sec having C curve.
2 Nos., of 40 Amps., DP Miniature Circuit
Breaker . The MCB shall be suitable for
415 Volts 50 Hz., AC supply. The fault
level of MCB should be 10 KA for 1 Sec
having C curve.
1 Nos., of 80Amps., 4 Pole Moulded case
Circuit Breaker with thermomagnetic based
built in over current, short circuit and earth
fault protection.The MCCB shall be
suitable for 415 Volts 50 Hz., AC supply.
The fault level of MCCB should be 25 KA
for 1 Sec & Ics=Icu.
2 Nos., of 100/125Amps., 4 Pole Moulded
case Circuit Breaker with thermomagnetic
based built in over current, short circuit and
earth fault protection.The MCCB shall be
suitable for 415 Volts 50 Hz., AC supply.
The fault level of MCCB should be 25 KA
for 1 Sec & Ics=Icu. and should consist CT
operated Load manager as shown in SLD.
2 Nos., of 160Amps., 4 Pole Moulded case
Circuit Breaker with thermomagnetic based
built in over current, short circuit and earth
fault protection.The MCCB shall be
suitable for 415 Volts 50 Hz., AC supply.
The fault level of MCCB should be 25 KA
266
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
2
3
267
DESCRIPTION
for 1 Sec & Ics=Icu. and should consist CT
operated Load manager as shown in SLD.
The above described panel should be all
complete with wiring,line diagram
specifications,painting and earth bus bar as
per direction of Client/Consultant.
HVAC VRF Panel
Incomer Section :The following is the description for
Incoming Section of the Panel .
1 No, of 160 Amps.,4 pole
Thermomagnetic based with inbuilt O/C
,S/C and E/F releases suitable for 415
V,50Hz and fault level of 25 KA.
Indication and Metering Section For
Each Section :2Nos. Of LED for ON and OFF
indication.Red LED lamp for On and Green
LED lamp for OFF.
3 Nos., CT of 160/5A Operated load
manager of approved make . The Load
manger should have Ammeter, Voltmeter,
KWH meter and Power Factor meter with
RS 485 connectivity .
Bus bars :160 Amps uniformly rated, continuous
duty, 415 V AC, 3 Phase and Neutral
electrolytic grade 99.95% Purity Tinned
Copper Bus-bars at 25KA with colour
coded heat sink sleeves supported on SMC
type grip supports. The Horizontal /
Vertical sections of the busbars should all
be uniformly rated for 160 Amps.
Out goings :5 Nos., of 40 Amps., 3 pole Miniature
Circuit Breaker . The MCB shall be
suitable for 415 Volts 50 Hz., AC supply.
The fault level of MCB should be 10 KA
for 1 Sec having C curve.
7 Nos., of 25 Amps., 3 pole Miniature
Circuit Breaker . The MCB shall be
suitable for 415 Volts 50 Hz., AC supply.
The fault level of MCB should be 10 KA
for 1 Sec having C curve.
The above described panel should be all
complete with wiring,line diagram
specifications,painting and earth busbar as
per direction of Client/Consultant.
40KVAR APFC Panel
Incomer Section :The following is the description for
Incoming Section of the Panel .
1 No, of 80 Amps.,4 pole Thermomagnetic
based with inbuilt O/C ,S/C and E/F
releases suitable for 415 V,50Hz and fault
level of 25 KA.
Indication and Metering Section For Each
Section :-
QTY
UNIT
1.00
Job
1.00
Job
RATE
in digits
RATE
in
Words
Amount
267
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
268
DESCRIPTION
QTY
UNIT
RATE
in digits
RATE
in
Words
Amount
2Nos. Of LED for ON and OFF
indication.Red LED lamp for On and Green
LED lamp for OFF.
3 Nos., CT of 100/5A Operated 6 stage
APFC relay.
Bus bars :100 Amps uniformly rated, continuous
duty, 415 V AC, 3 Phase and Neutral
electrolytic grade 99.95% Purity Tinned
Copper Bus-bars at 25KA with colour
coded heat sink sleeves supported on SMC
type grip supports. The Horizontal /
Vertical sections of the busbars should all
be uniformly rated for 100 Amps.
Out goings :7 Nos., of 40 Amps., TP and N Miniature
Circuit Breaker . The MCB shall be
suitable for 415 Volts 50 Hz., AC supply.
The fault level of MCB should be 10 KA
for 1 Sec having D curve.
The individual MCB feeder should contain
TP Capacitor duty contactor along with ON
and OFF LED indication with ON and OFF
push buttons.
Capacitor banks:2 Nos of 5 KVAR capacitor banks of Epcos
make or equivalent.
3 Nos of 10 KVAR capacitor banks of
Epcos make or equivalent.
The above described panel should be all
complete with wiring, line diagram
specifications,painting and earth busbar as
per direction of Client/Consultant.
B
1
2
3
4
5
C
ISOLATOR UNITS
250 A, 4 pole thermomagnetic based
MCCB with built in O/C, S/C and E/F
relases at 35 KA enclosed in CRCA
enclosure.
100/125 A, 4 pole thermomagnetic based
MCCB with built in O/C, S/C and E/F
relases at 25 KA enclosed in CRCA
enclosure for UPS Isolation.
40A DP MCB, 10 KA, C curve enclosed in
CRCA enclosure for Inverter Isolation.
40A 4 pole, MCB at 10KA, C curve in
CRCA enclosure for ODU Isolation.
25A TP pole, MCB at 10KA,C curve in
CRCA enclosure for ODU Isolation.
1.00
Job
1.00
Job
1.00
Job
4.00
Job
6.00
Job
Supplying, installation, testing &
commissioning of single phase or three
phase, surface or flush mounted
distribution boards as per the approved
general arrangement plan and the
specification enclosed. The distribution
board shall be of approved manufacturer
and shall in general consists of adequate
268
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
1
2
3
4
5
6
269
DESCRIPTION
rating copper bus bar set/s together with
tapped neutral and earth bar for individual
phase, arrangement for mounting MCB's of
rating & curve 'C' characteristics with
details as below or as shown in SLD, phase
to phase barrier, double door enclosures,
fixing supports, earthing studs etc. The
distribution boards shall be fixed in an
approved manner complete with all
supports, angles, MCB's, internal wirings,
proper termination of all incoming and
outgoing wires / cables through lugs,
ferrules etc. The work includes chiselling,
making good surface etc. and cordination
with civil agency, complying with IE rules,
regulations, standards & local supply
authority requirements.All Distribution
boards shall be IP-43 and should include the
Cable End boxes of appropriate sizes for the
DB's mentioned below. MAKE:LEGRAND
or EQUIVALENT.
Lighting / Power / Inverter /UPS
/Computer /AC Distribution Board as
specified:
8 way ETPN DB (LDB-1 and LDB-2)
comprising of:
Incomer :
32A ,4P MCB at 10 KA,C Curve
Outgoing :
10A, SP MCB at 10 KA ,C Curve- 24 nos.
16 Way SPN DB (ELDB-1) comprising of
:
Incomer :
40A, DP MCB at 10 KA,C Curve
Outgoing :
10A SP MCB at 10 KA, C Curve-16 Nos
8 Way ETPN PDB (Computer DB-1 and
Computer DB-2) comprising of :
Incomer :
40A ,4P MCB at 10 KA,C Curve
Outgoing :
16A, SP MCB at 10 KA, C Curve-24 nos.
12 way ETPN DB (PDB-1 and PDB-2)
comprising of:
Incomer:
40A ,4P MCB at 10KA,C Curve
Outgoing:
16A SP MCB at 10 KA, C Curve - 36 Nos
16 way ETPN DB (UPSDB-1 and UPSDB2) comprising of:
Incomer:
63A ,4P MCCB at 10 KA,C Curve
Outgoing:
16A SP MCB at 10 KA, C Curve - 48Nos
16 way ETPN DB (ACDB-1) comprising
of:
QTY
UNIT
2.00
Each
1.00
Each
2.00
Each
2.00
Each
2.00
Each
1.00
Each
RATE
in digits
RATE
in
Words
Amount
269
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
7
1
a
b
c
d
e
f
g
h
1
a
b
c
270
DESCRIPTION
Incomer:
40A , 4P MCB at 10 KA,C Curve
Outgoing:
16A SP MCB at 10 KA, C Curve -48 Nos
4 way VTPN DB (UPS DISTRIBUTION
DB)
Incomer:
100/125A ,4P MCCB at 25 KA
Outgoing:
63A TP MCB at 10 KA, C Curve - 4Nos
Total for Sub Cost - 12
Sub Cost No. 13- LT Cables
Supplying, erecting/laying, testing &
commissioning of below mentioned 1.1kV
grade stranded Copper /Aluminium
conductor, XLPE insulated, extruded PVC
sheathed, round armoured, Fire Retardant
Low Smoke (FRLS) cables in provided
trench, duct, pipe, tray or on wall, as
detailed in technical specifications complete
with required labour, materials, meeting IE
rules, regulations, standards and local
supply authority requirements etc.
3.5C x 95 sq.mm. AL. Armoured XLPE
CABLE
3.5C x 70 sq.mm. AL. Armoured XLPE
CABLE
3.5C x 35 sq.mm. AL. Armoured XLPE
CABLE
4C x 10 sq.mm. CU. Armoured XLPE
CABLE
4C x 6 sq.mm. CU. Armoured XLPE
CABLE
4C x 4 sq.mm. CU. Armoured XLPE
CABLE
3C x 6 sq.mm. CU. Armoured XLPE
CABLE
1C x 50 sq.mm. CU flexible XLPE CABLE
Total for Sub Cost – 13
Sub Cost No. 14- CABLE
TERMINATION
Supplying, installation and terminations of
below mentioned Copper/aluminium LT
XLPE round armoured cable complete with
flange / siemens type brass cable glands
including crimping type copper/aluminium
lugs with all required labour, materials,
meeting IE rules, regulations, standards and
local supply authority requirements etc...
(Single Compression)
3.5C x 95 sq.mm. AL. Armoured XLPE
CABLE
3.5C x 70 sq.mm. AL. Armoured XLPE
CABLE
3.5C x 35 sq.mm. AL. Armoured XLPE
CABLE
QTY
UNIT
1.00
Each
28.00
Rmt
22.00
Rmt
28.00
Rmt
253.00
Rmt
66.00
Rmt
152.00
Rmt
46.00
Rmt
83.00
Rmt
2.00
Each
2.00
Each
2.00
Each
RATE
in digits
RATE
in
Words
Amount
270
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
d
e
f
g
h
1
a
b
c
d
e
1
a
1
271
DESCRIPTION
4C x 10 sq.mm. CU. Armoured XLPE
CABLE
4C x 6 sq.mm. CU. Armoured XLPE
CABLE
4C x 4 sq.mm. CU. Armoured XLPE
CABLE
3C x 6 sq.mm. CU. Armoured XLPE
CABLE
1C x 50 sq.mm. CU flexible XLPE CABLE
Total for Sub Cost – 14
Sub Cost No 15 - EARTHING
Providing, installation & connecting
earthing strip between earthing station and
equipments of Distribution panels ,
Distribution boards, UPS etc... as detailed
in technical specifications complete with
required labour, materials, meeting
standards, IE Rules, regulations and local
supply authority requirements.
Earthing with copper earth plate 300 mm X
300 mm X 6 mm thick including
accessories, and providing masonry
enclosure with cover plate having locking
arrangement and watering pipe of 2.7 metre
long etc. with charcoal/ coke and salt as
required.
GI strip ( 50 x 6 mm )
GI strip ( 50 x 5 mm )
8 SWG CU wire
6 SWG GI wire
Total for Sub Cost – 15
Sub Cost No 16 - CONDUITS
Supplying & fixing of following sizes of
MMS PVC conduit along with accessories
in surface / recessed complete with junction
box, joints, bends etc... complete with
chiselling making good surface etc...in
cordination with civil agency complying
with IE rules, regulations, standards & local
supply authority requirements etc... make as per approved make list
25mm ( AC socket and power socket
wiring)
Total for Sub Cost – 16
QTY
UNIT
12.00
Each
10.00
Each
16.00
Each
6.00
Each
20.00
Each
6.00
Each
55.00
290.00
50.00
150.00
Rmt
Rmt
Rmt
Rmt
3,000.00
Rmt
RATE
in digits
RATE
in
Words
Amount
Sub Cost No 17 - LIGHT FIXTURES
Supply, installation, testing &
commissioning of light fixtures complete
with required ballasts,lamps,mounting
supports, bracket, connecting wire etc,
suspension spring for suspended fixtures
along with anchor fastners, hooks and
connectors as per specification.All lamps
selected shall be of day light type of
appropriate Kelvin temperature.
271
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
a
b
c
d
e
f
g
h
i
j
k
l
272
DESCRIPTION
18 W Recessed mounted LED
downlighter. Cat No: 111276--BZSLO 18W
LED NW
MAKE :- BAJAJ or equivalent ( Basic
Cost: 1700/-)
1 X 14 W Surface mounted decobattens box
type T5 fixture with HF ballast and
lamp.Cat No: ARENO TWG 207 1x14W
HF T5 MAKE:- PHILIPS or equivalent. (
Basic Cost: 600/-)
36 W LED Recessed mounted 2' X 2'
fixture all complete along with lamps.CAT
No:111255-BCTBLR 36 WH AT MAKE:
BAJAJ or equivalent ( Basic Cost: 4000/-)
2 X 28 W Suspended light fixture along
with lamps all complete along with
Suspension arrangements inclusding
fastners,strings and hooks. CAT No:
538574--BPTX 228
MAKE:BAJAJ or equivalent ( Basic Cost:
4500/-)
3 X 3W recess mounted LED downlighter(
for picture highlighting) all complete.CAT
No: 220252--BGSL 03 03 WW
MAKE:BAJAJ or equivalent. ( Basic Cost:
1400/-)
4 X 24 W CFL Recess mounted 2' X 2'
downlighter all complete along with
lamps.CAT No: 538563--BPOARM 424
MAKE:BAJAJ or equivalent. ( Basic Cost:
6000/-)
15W Recess mounted LED downlighter all
complete.CAT No: 111221--BZSLO 15W
WH
MAKE:BAJAJ or equivalent. ( Basic Cost:
1500/-)
3W LED Exit light all complete with
suspension arrangement. MAKE: BAJAJ220208 BESL 03 LED SSD WBB Green or
equivalent. ( Basic Cost: 4400/-)
11W PL-5 mirror light with lamps all
complete.CAT NO: FMS 200/111
MAKE:PHILIPS or equivalent. ( Basic
Cost: 1000/-)
2 x 36W Round fixtures all complete with
lamps. ( Basic Cost: 3000/-)
Supply, installation, testing &
commissioning of light duty exhaust fan
225mm 1400RPM sweep complete with all
accessories, supports, frames, connecting
wire etc. as per specification.
Make : Crompton, Bajaj, Almonard ( Basic
Cost: 1500/-)
Supply, installation, testing &
commissioning of Motion sensors
(LRM1071) at toilet areas as per
specification.
MAKE: PHILIPS or equivalent. ( Basic
QTY
UNIT
114.00
Each
2.00
Each
77.00
Each
8.00
Each
12.00
Each
4.00
Each
16.00
Each
3.00
Each
8.00
Each
7.00
Each
11.00
Each
6.00
Each
RATE
in digits
RATE
in
Words
Amount
272
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
273
DESCRIPTION
QTY
UNIT
RATE
in digits
RATE
in
Words
Amount
Cost: 2555/-)
Total for Sub Cost – 17
1
2
3
4
1
2
3
4
5
6
7
8
9
Sub Cost No 18 - TELEPHONE
DISTRIBUTION
Supplying,Installation,Testing and
Commissioning of 2 pair 0.5 sq mm
telephone cable in existing conduit or
raceway as per specification.
Supply,Installation,Testing and
commissioning of jelly filled armoured
telephone cable 100 pair with 0.5 mm dia.
Laid in provided shaft and pulled from
existing MDF as per specification
Supply,Erecting and commissioning
Junction Box suitable for 100 pairs as per
specification
Supply and erecting Rossette box RJ type
bakelite box on wall with LED indication
duly connected as per specification
Total for Sub Cost – 18
Sub Cost No 19 - DATA NETWORKING
Supplying, Installation, Testing and
Commissioning of CAT 6 cable for data
connectivity pulled in existing conduit or
raceway as per specification.
Supply, Installation, Testing and
commissioning of 48 port patch panel
including all accessories all complete as per
specification.
Supply, Installation, Testing and
commissioning of 24 port patch panel
including all accessories all complete as per
specification.
Supply, Installation, Testing and
commissioning of 48 port switch including
all accessories all complete as per
specification.
Supply, Installation, Testing and
commissioning of 24 port switch including
all accessories all complete as per
specification.
Supply, Erecting and commissioning 3 mtr
UTP patch cord all complete with
connection accessories as per specification.
Supply, Erecting and commissioning 1 mtr
UTP patch cord all complete with
connection accessories as per specification.
Supply and erecting Data outlet box on wall
or furniture with LED indication including
all connecting accessories all complete and
duly connected as per specification.
Supply and erecting racks to place the
Switch and Panels all complete with
mounting accessories.
Total for Sub Cost – 19
2,700.00
Rmt
RO
Rmt
2.00
Each
101.00
Each
2,867.00
Rmt
2.00
Each
2.00
Each
2.00
Each
2.00
Each
122.00
Ecah
122.00
Each
103.00
Each
2.00
Each
273
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
1
2
3
4
1
1
274
DESCRIPTION
Sub Cost No 20 - TELEVISION
CABLING
Supplying,Installation,Testing and
Commissioning of RG-11 armoured cable
for connecting to Main Splitter pulled in
existing conduit or raceway as per
specification.
Supplying,Installation,Testing and
Commissioning of RG-6 armoured cable for
connecting from Main Splitter to TV outlets
pulled in existing conduit or raceway as per
specification.
Supply,Installation,Testing and
commissioning of 8 way Splitter including
all accessories all complete as per
specification.
Supply,Installation,Testing and
commissioning of TV outlets including all
accessories all complete as per
specification.
Total for Sub Cost – 20
Sub Cost No 21 - 7.5KVA INVERTER
SYSTEM
Supply, erection, testing and
commissioning of Sine wave INVERTER
of capacity not less than 7.5KVA(1 phase
INPUT and 1 phase OUTPUT) of approved
make with SMF battery of approved make.
The battery backup time shall be not less
than 15 minutes and the contractor shall
submit calculations for battery being
supplied along with the inverter to the
satisfaction of Employer / Consultant. The
quoted rate includes rate of inverter and
batteries along with links and requisite
accessories all complete.
Approved make of Inverter: MICROTEK /
SU-KAM
Approved make of battery: EXIDE,
GLOBAL YUASA (ROCKET), AMRON
(AMAR RAJA).
Total for Sub Cost – 21
Sub Cost No 22 - 40KVA UPS SYSTEM
Supply, erection, testing and
commissioning of 40 KVA UPS (3 phase
IN and 3 phase out).The rectifier should be
SCR based and the Inverter should be IGBT
based along with inbuilt isolation
transformer.The rate quoted shall include
the required Nyvin cables from UPS to
batteries,battery racks,links,accessories and
batteries with not less than 30 minutes
backup.
Approved make of UPS: DELTA /
EMERSON/ SCHNEIDER-APC
Approved make of battery: EXIDE,
QTY
UNIT
80.00
Rmt
260.00
Rmt
1.00
Each
8.00
Each
1.00
Each
1.00
Each
RATE
in digits
RATE
in
Words
Amount
274
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
275
DESCRIPTION
QTY
UNIT
RATE
in digits
RATE
in
Words
Amount
GLOBAL YUASA (ROCKET), AMRON
(AMAR RAJA).
Total for Sub Cost – 22
1
a
b
c
d
e
f
g
h
i
1
A
Sub Cost No 23 - UNDERFLOOR
RACEWAYS/ JUNCTION BOXES AND
ACCESSORIES
Providing and fixing Raceways/GI junction
box in floors as per specifications and
instructions of the EIC. Work also include
chiseling , leveling and coordination with
civil agency.
Supply,Installation,Testing and
Commissioning of 300mm X38mm GI
underfloor raceway(3 compartment) with
thichnesss of 1.6mm.
Supply,Installation,Testing and
Commissioning of Joint sleeve for above
Underfloor raceway.
Supply,Installation,Testing and
Commissioning of 225mm X38mm GI
underfloor raceway(3 compartment) with
thichnesss of 1.6mm.
Supply,Installation,Testing and
Commissioning of Joint sleeve for above
Underfloor raceway.
Supply,Installation,Testing and
Commissioning of 50mm X38mm GI
underfloor raceway(1 compartment) with
thichnesss of 1.6mm.
Supply,Installation,Testing and
Commissioning of Joint sleeve for above
Underfloor raceway.
Supply,Installation,Testing and
Commissioning of 400mmX400mm GI
Junction box with height of 60mm.
Supply,Installation,Testing and
Commissioning of 300mmX300mm GI
Junction box with height of 60mm.
Supply,Installation,Testing and
Commissioning of 150mmX150mm GI
Junction box with height of 60mm.
Total for Sub Cost – 23
Sub Cost No 24 - CABLE TRAYS AND
ACCESSORIES
Supply,Installation,Testing and
Commissioning of 100mm X 50 mm X 1.6
mm thick GI Perforated cable tray alond
with bends,drops,joints,angles wereever
required along with supports,anchor
fasteners to support the tray all complete to
suspend the tray properly.
Total for Sub Cost – 24
70.00
Rmt
28.00
Each
40.00
Rmt
16.00
Each
525.00
Rmt
210.00
Each
26.00
Each
10.00
Each
56.00
Each
60.00
Rmt
Sub Cost No 25 - BUILDING
MANAGEMENT SYSTEMS
ANALOGUE ADDRESSABLE FIRE
275
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
1
2
3
4
276
DESCRIPTION
DETECTION AND ALARM SYSTEM
Analogue Addressable Fire Alarm Control
panel As per UL 864 9th Edition & NFPA
72 , shall be with swich mode power
supply, battery back up and charger .The
panel shall have 4 loops as capacity with
the option of using 1/2/3/4 loops and with
254 devices per loop in any combination.
The panel shall consisting with 160(40X4)
character LCD display, Touch keys .32bit
processor arm cortexM3,2000 events
log.maintenance alert ,programmable
detector sensitivity ,automatic device type
verification ,loop cards with class Aor B
wiring ,one class B conventional Zone
circuit configurable as style B/C,Shall be
peer to peer netwokable by RS 485 or
TCP/IP , repeater/Mimic connectivity .
USB2.0 for PC Interface. Degraded
redundency operating mode when the main
CPU fails. operating power 120 to 220
VAC,+10%-15%,50/60 HZ,3Amps,all
panel configuration shall be front panel
programmable,programming software and
programming hand held device shall not be
allowed to configure the panel Shall be
UL/VDS listed.
Analogue Addressable Multicritaria
detector with base with Binary coded
address setting. Dual LED’s for 360 degree
visibility.Advanced detection and
communication protocol.Easy installation
and maintenance.Sleek low-profile housing
design.Regular 100mm base.Operating
Voltage : 17 ~ 28V DC,Operating
Temperature : -10 degree C to 50 degree
C,Smoke Sensitivity : (1.9 ± 0.6) % /
ft,Thermal Rating : 59 degree C(138
degree F),Rate Of Raise Temp. : 11.1
degree C/Min.(20 degree F/Min),IP Rating :
IP - 42 ,Shall be UL/VDS listed,
Analogue Addressable Heat detector with
base with Binary coded address setting.
Dual LED’s for 360 degree
visibility.Advanced detection and
communication protocol.Easy installation
and maintenance.Sleek low-profile housing
design.Regular 100mm base.Operating
Voltage : 17 ~ 28V DC,Operating
Temperature : -10 degree C to 50 degree
C,Smoke Sensitivity : (1.9 ± 0.6) % /
ft,Thermal Rating : 59 degree C(138
degree F),Rate Of Raise Temp. : 11.1
degree C/Min.(20 degree F/Min),IP Rating :
IP - 42 ,Shall be UL/VDS listed,
Fault isolator Base /module capable of
monitoring shorted loop circuit and
automatically restore communications when
QTY
UNIT
1.00
Each
45.00
Each
1.00
Each
46.00
Each
RATE
in digits
RATE
in
Words
Amount
276
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
5
6
7
8
9
10
B
1
2
3
1
277
DESCRIPTION
shorted conditions are corrected Shall be
UL/VDS listed,
Response indicator for all detectors located
above false ceiling
Analogue Addressable Monitor module for
monitoring the field devices.Binary coded
address setting Operating Voltage : 17 to
28 VDC.Current Draw : 2 mA
Max.(Latched) Operating Current : 0.5 mA,
470K EOL. Shall be UL/VDS listed,
Analogue Addressable control module for
monitoring the field devices.Binary coded
address setting Operating Voltage : 17 to
28 VDC.Current Draw : 2 mA
Max.(Latched)Operating Current : 0.5 mA,
470K EOL. Shall be UL/VDS listed,
Horn / Strobe wall mounted type rated at 90
dBA @ 1m for Audible annunciation and
15cd minimum flashintg at 1 Hz for visual
indication. Operating Current : 150 to 200
mA Shall be UL/VDS listed,
Analogue Addressable Single action
Manual call point ( break glass /resettable)
IP rating 20,Operating temperature 049⁰C.Binary coded address setting . Shall
be UL/VDS listed,
Supplying and laying of 2 x 1.5 sq mm (14
SWG) Multi Stranded Twin Teisted Pair,
1.1 KV Armoured FRLS PVC cable. as
required.(RED Color)
Sub Cost A
ACCESS CONTROL SYSTEM
SITC of 8C x 1.5 Sq.mm, shielded
armoured FRLS cable.
SITC of 4C x 1.5 Sq.mm, shielded
armoured FRLS cable.
SITC of DATA cable as required in MMS
PVC conduit of 20mm dia.all complete
Sub Cost B
Total for Sub Cost – 25
QTY
UNIT
28.00
Each
5.00
Each
8.00
Each
3.00
Each
3.00
Each
550.00
Rmt
150.00
Rmt
75.00
Rmt
100.00
Rmt
RATE
in digits
RATE
in
Words
Amount
Sub Cost No 26 - AC MACHINES
OUTDOOR UNITS
VRF/VRV AIRCONDITIONING UNITS:
VRV/VRF system of aircooled type suitable
for working on R410A,
shall be fully weather proof , factory
assembled & prewired with all
accessories & electronics & refrigerant
controls housed in a powdercoated
MS sheet metal housing. The outdoor unit
shall be
precharged with first charge of refrigerant.
additional refrigerant
charge shall be added as per refrigerant
piping.The compressors
shall be hermitically sealed scroll type with
277
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
a
b
2
a
b
c
d
e
f
g
h
i
j
k
3
a
4
5
278
DESCRIPTION
a combination of fixed &
variable speed digital type compressors one
of the compressor shall
be a with electronic controls capable of
loading & unloading
between 10% capacity to 100% capacity of
the unit.(furnish details)
VRF Out Door unit 18 HP capacity
VRF Out Door unit 14 HP capacity
INDOOR UNITS
Ductable split type / Cassette Type Ceiling
mounted Unit.
Light weight compact ceiling mounted type
with corrosion resistant
powder coated GI casing with dual flap
system with wide angled
louvers suitable for room application as per
international
standards.Forward curved centrifugal
blowers dynamically as well as
statistically balanced with heavy duty
blower motor with high
degree of reliability and energy efficiency
(furnish EER)Sandwiched
type insulated drain pan with complete leak
proof arrangement for
drain water outlet.
Ductable Unit of 6.0 TR capacity
Ductable Unit of 5.0 TR capacity
Ductable Unit of 3.0 TR capacity
Cassette Unit of 2.8 TR capacity
Cassette Unit of 1.7 TR capacity
Cassette Unit of 1.3 TR capacity
Cassette Unit of 1.0 TR capacity
Cassette Unit of 0.8 TR capacity
Cassette Unit of 0.6 TR capacity
Cordless Remote Controller for VRF Indoor
Unit
Corded Remote Controller for VRF Indoor
Unit
Centrelised Control system
Centralised Control system for easy
provision of effective control for
monitering of VRV system of the total
building with contol and
monitering functions of temperature setting
, fan speed setting filter
alarm operation mode error code & energy
seving function etc. (provide detailed
futurer of the control system.)
Systems controller
Split Unit Server Room Stand by
Split Unit of 3 TR capacity for Server room
as standby
(LOW SIDE WORK )
Standard Installation Testing &
commissioning Charges
QTY
UNIT
3.00
1.00
Each
Each
2.00
3.00
1.00
2.00
2.00
3.00
4.00
8.00
11.00
31.00
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
6.00
Each
1.00
No
1.00
Each
RATE
in digits
RATE
in
Words
Amount
278
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
a
b
c
d
e
f
g
h
i
j
k
l
6
a
b
c
d
e
f
g
h
i
j
7
8
9
a
b
10
a
b
c
11
12
13
279
DESCRIPTION
18 HP Out Door Unit Capacity
14 HP Out Door Unit Capacity
6.0 TR Ductable Split Unit
5.0 TR Ductable Split Unit
3.0 TR Ductable Split Unit
3.0 TR Split Unit
2.8 TR Casette Unit
1.7 TR Casette Unit
1.3 TR Casette Unit
1.0 TR Casette Unit
0.8 TR Casette Unit
0.6 TR Casette Unit
Refrigerant Piping / Cabling: (VRF units)
Supply, Installing, Commissioning &
Testing of insulated copper
refrigerant piping between indoor unit &
outdoor unit complete
with Branch Distribution joints including all
fittings & Nitrile Rubber
Form Insulation considering the locations of
outdoor units & indoor
units for different residential floors.
Refrigerant piping between indoor and
outdoor units with fittings
and accessories with 13/19 mm nitrle
rubber insulation, all out side
The following is the description for
Incoming Section of the Panel.
41 mm (1 5/8)
35 mm (1 3/8)
28 mm (1 1/8)
22 mm (7/8)
19 mm (3/4)
16 mm (5/8)
12.5mm (1/2)
9.5mm (3/8)
6.5mm (1/4)
For server room Hi-wall split unit
Electrical Cabling
Supply, installation, testing &
commissioning of the control cabling
4core 1.5mmsq from indoor to outdoor unit
.
For ON /OFF Cables For Each IDU
For server room Hi-wall split unit
Supply Installation of Refrigerant Joint
PVC Drain Piping
25 mm
32 mm
M.S.Stand
18 HP Out Door Unit Capacity
14 HP Out Door Unit Capacity
For server room inverter split unit
Refrigerant Gas R -410
Loading & Unloading up to terace level
AIR DISTRIBUTION
Ducting Work supply installation of ducting
QTY
UNIT
3.00
1.00
2.00
3.00
1.00
1.00
2.00
2.00
3.00
4.00
8.00
11.00
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
Each
36.00
35.00
34.00
98.00
24.00
38.00
155.00
20.00
84.00
42.00
Rmt
Rmt
Rmt
Rmt
Rmt
Rmt
Rmt
Rmt
Rmt
Rmt
300.00
Rmt
110.00
44.00
38.00
Rmt
Rmt
Each
25.00
140.00
Rmt
Rmt
3.00
1.00
1.00
70.00
1.00
Each
Each
Each
Kg
Job
RATE
in digits
RATE
in
Words
Amount
279
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
a
b
14
a
b
c
15
a
b
c
d
e
f
16
a
b
c
d
1
a
b
280
DESCRIPTION
made out of G.S. sheet
Duct Size 0 - 750mm : 24 gauge
Duct Size 751 - 1500mm : 22 gauge
INSULATION WORK
Supply and Installation of Thermal
insulation with 25 mm thick
fibre glass aluminum factory fabricated foil.
Supply and Installation of Acoustic
Insulation 48kg/sqm, 12 mm
thick Fibreglass with 30G perforated Al.
Sheet and RP Tissue Paper
for Supply Air Ducting
Supply and Installation of nitril rubber
Insulation with 9 mm thk.
For fresh air duct
GRILL, DIFUSSERS & DAMPER
Supply, installation, testing and balancing
of powder coated
extruded aluminum grilles (0 / 15 / 30 Deg)
without volume control
dampers
Supply, installation, testing and balancing
of aluminum volume
control damper
Supply, installation, testing and balancing
of collar damper
Supply, installation of Supply Air Diffuser
Supply, installation of Retturn Air Diffuser
SITC of flexible connections flexible
canvas
Toilet Exhaust Fan
Supply installation testing &
commissioning of Inline toilet exhaust
Fan (CFM 500 & TSP 15mm)
Toilet Exhaust Grills
Supply installation testing &
commissioning of Propellar Exhaust
Fan 300 cfm
Fresh Air Fan
Supply installation testing &
commissioning of Fresh Air Fan
CFM 1500 & TSP 40mm
CFM 1000 & TSP 40mm
Total for Sub Cost – 26
Sub Cost No 27 – AUDIO VIDEO
WORKS FOR CONFERENCE &
DIRECTOR GENERAL ROOM
Display System
LED Monitor with Mounts
Screen Size 55, Backlight EDGE LED ,
Energy Saving Smart Energy Saving Plus ,
Smart TV Yes , WiFi WiFi Ready , USB
2.0 Yes (DivX HD) , Resolution 1920 x
1080p , PC Connectivity Yes , HDMI Yes.
LED Monitor with Mounts
46" Diagonal Size , 60 Hz LED BLU , 1920
QTY
UNIT
2800.00
300.00
Sft
Sft
2400.00
Sqft
400.00
Sqft
1000.00
Sqft
150.00
Sft
20.00
Sft
60.00
Sft
5.00
5.00
8.00
Sft
Sft
Sft
2.00
Each
12.00
3.00
Each
Each
1.00
1.00
Each
Each
1.00
Each
3.00
Each
RATE
in digits
RATE
in
Words
Amount
280
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
c
d
2
a
b
c
d
281
DESCRIPTION
x 1080 Resolution , Stereo Mini Jack
Connectivity , 350 nit Brightness , 100000 :
1 (AV Mode) Contrast Ratio (Dynamic) ,
178 / 178° (CR over 10) Viewing Angle
(Horizontal / Vertical) , 16.7 Million
Display Color , 5000 : 1 Contrast Ratio
Projector with Lift mount
DLP™ Display Technology
3000 ANSI Lumens
1024 x 768 Native Resolution
4:3 Native Aspect Ratio
5000:1 Contrast Ratio
5.8 lbs
3D Ready
Motorised Projector Screen
Screen Size: 1630mm x 1220mm to
4880mm x 2740mm, Screen Gain: 1.2,
Viewing Angle: 160 degrees viewing cone,
Screen Materials: Matte White with
fibreglass coating.
Display Support System
Netbox for laptop connectivity
i)Male wieland connector 200mm
ii)Indian 6/16A Socket-2 Nos
iii)Master switch-1No
iv)Blanking plate 1No for 2data/voice outlet
suitable for AMP Tyco I/O's
v)Blanking plate 1 No for Audio/VGA
vi)Blanking plate 1No for HDMI
Extron Switcher
• 350 MHz (-3 dB) RGB video bandwidth
• Compatible with VGA-QXGA and HDTV
component video signals
• ID bits from input 1 are routed to the
primary output
• Switches balanced and unbalanced stereo
audio
• Active PC audio buffering
• Auto-input switching
Extron Switcher
• EDID Minder® automatically manages
EDID communication between connected
devices
• Supports computer-video to 1920x1200,
including HDTV 1080p/60 and 2K
• Supported HDMI specification features
include data rates up to 6.75 Gbps, Deep
Color up to 12-bit, 3D, Lip Sync, and HD
lossless audio formats
• HDCP compliant
• Automatic input cable equalization to 50
feet at 1080p/60 with 8-bit color when used
with Extron HDMI Pro Series cable
• Provides +5 VDC, 250 mA power on the
output for external peripheral devices
Media Presentation Switcher
Maximum data rate 6.75 Gbps (2.25 Gbps
per color)
QTY
UNIT
1.00
Each
1.00
Each
11.00
Each
1.00
Each
1.00
Each
1.00
Each
RATE
in digits
RATE
in
Words
Amount
281
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
3
a
b
c
d
e
f
g
282
DESCRIPTION
Maximum pixel clock 225 MHz
Resolution Up to 1920x1200 or 1080p @
60 Hz, 12 bit color
Formats RGB and YCbCr digital video
Standards DVI 1.0, HDMI 1.3, HDCP
1.1.
Sound/Speech Reinforcement System
Ceiling Speakers
7" Polypropylene Cone Woofer
3/4" Resin Coated Silk Dome Tweeter
Sealed Steel Enclosure; Timbre-Matched to
All One Series Speakers; Sensitivity: 92dB
1W/1m; Power Handling: 100 Watts;
Impedance: 8 Ohms; Frequency Response:
50Hz - 20kHz; STL (Sound Transmission
Loss) Feature*;Diameter x Depth: 9 7/8" x
2 3/4" (251 mm x 70 mm); Cut-Out
Diameter: 8 1/4" (210 mm)
Dual Channel Amplifier
Dual power amplifier with power of 50
watts per channel at 8 ohms. Frequency
Response(at 1 watt) 20 Hz to 20 kHz, ctor(8
ohm) 10 Hz to 400 Hz: >200.
Table Embedded Microphone
Transducer type Condenser , Frequency
response . 50 - 18,000 H , Polar pattern
Half-cardioid , Nominal impedance < 200
Ω , Phantom supply 8 - 52 V
Digital Signal Processor with Telephone
Hybrid 8 wide-band AEC balanced mic/line
inputs , 2 standard balanced mic/line inputs
, 4 balanced mic/line outputs , codec
interface with balanced line input & output ,
Ethernet port for software
configuration/control , serial port for thirdparty RS-232 remote control.
Collar microphone
Dual Diversity Collar & Handheld
microphone for speech reinforcement
FOH Speakers
7" Polypropylene Cone Woofer
3/4" Resin Coated Silk Dome Tweeter
Sealed Steel Enclosure; Timbre-Matched to
All One Series Speakers; Sensitivity: 92dB
1W/1m; Power Handling: 100 Watts;
Impedance: 8 Ohms; Frequency Response:
50Hz - 20kHz; STL (Sound Transmission
Loss) Feature*;Diameter x Depth: 9 7/8" x
2 3/4" (251 mm x 70 mm); Cut-Out
Diameter: 8 1/4" (210 mm)
Table Top Microphone
Diameter: 5.75” Height: .5" Chamfer: 45
Deg Cable Length: 20’ , Electret Condenser
, Frequency Range: 10–20,000 Hz ,
Phantom Voltage: 2–50 Volts DC ,
Acoustical Mode: Boundary Effect Pressure
Transducer , Temperature Stability: +/- 0.02
dB per degree F maximum , Impedance:
QTY
UNIT
6.00
Each
2.00
Each
6.00
Each
2.00
Each
2.00
Each
2.00
Each
2.00
Each
RATE
in digits
RATE
in
Words
Amount
282
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
4
a
b
5
a
6
a
7
a
b
c
283
DESCRIPTION
2000 Ohms nominal (balanced) 200 Ohms
(balanced) with connection module.
Audio/Video Conferencing Unit
Video Conference Unit with Multi Party
licence
Performance 720p30 @ 768
Kbps 720p60 @ 1.1 Mbps 1080p30 @ 1.7
Mbps , Content Sharing H.239/SIP (BFCP)
dual video and presentation , Display
Support Dual HD , Integrated Multipoint
N/A , Camera/Microphone PTZ 10x
camera/micpod
Video Conference Unit
Video Quality High Definition Quality
1280x720 - 30fps, 16:9 format ,External
Audio & Video Input/Output Audio: 2 in, 2
out Video: 1 in, 1 out Point-to-Point
HD Video Communications
Presentation Control System
AV System Control includes router and
control pheriperals.
2x Bi-directional serial RS-232, 5-pin
connector , 1x Bi-directional serial RS-485
(CUEwire), 4-pin connector, 8x IR /serial
output (IR up to 1.2 MHz), 2-pin connector
, 5 VDC, max. 1 A , IR code capture, IR
wireless control panel link , Power,
CUEnet, CPU, all control ports.
Lighting Control System
Relay Module with 6 Channel Dimming
Module (Motors and drapes to be provided
by client)
6
Channel Relay module for controlling Non
dimmable lights, 6 Channel dimmer module
with dimming controls, RS232 controllable,
with 8/10 Button wall mounted panel for
ease of control in operations
Cables and Installation
Cables and Connectors
Cables & connectors (as required). These
shall include cables required for RGBHV,
Svideo , video , audio , microphones,
speakers along with HDMI patch cables for
projectors/video conf. Patch cords for VGA
and audio wherever required for the
functioning of the products installed shall
be supplied.
Installation
Installation for the above equipments. This
shall include cabling in the conduits
provided by the electricians, installing of all
the AV equipments, with proper cabling
with wire ties to be incorporated in the rack.
Programming
Programming - Complete systems
integration programming of touch panel and
processor with customer logo, etc. Tailor
made as per client need and equipments to
be controlled. Also DSP - Digital sound
QTY
UNIT
1.00
Each
1.00
Each
2.00
Each
2.00
Each
1.00
Lot
1.00
Lot
2.00
Job
RATE
in digits
RATE
in
Words
Amount
283
NCB.CW/W-1
Section VII. Works Requirements
SR.
NO
DESCRIPTION
284
QTY
UNIT
RATE
in digits
RATE
in
Words
Amount
processors if any would be programmed for
optimal sound output.
Total for Sub Cost – 27
Total for Sub Cost 1 to 27
Say total amount INR (Rounded off)
Note:
(1)
Item for which no rate or price has been entered in will not be paid for by the Employer when executed
and shall be deemed covered by the other rates and prices in the Bill of Quantities (refer: ITB Clause 13.2
and GCC Clause 43.3).
(2)
Unit rates and prices shall be quoted by the bidder in Indian rupee [ITB Clause 14.1].
(3)
Where there is a discrepancy between the rate in figures and words, the rates in words will govern.
[ITB Clause 27.1(a)]
(4)
Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit
rate by quantity, the unit rate quoted shall govern [ITB Clause 27.1 (b)].
284
NCB.CW/W-1
Section VII. Works Requirements
285
SECTION 8: FORMS OF SECURITIES
285
NCB.CW/W-1
Section VII. Works Requirements
286
Forms of Securities
Acceptable forms of securities are annexed. Bidders should not complete the Performance and Advance
Payment Security forms at this time. Only the successful Bidder will be required to provide Performance and
Advance Payment Securities in accordance with one of the forms, or in a similar form acceptable to the Employer.
Annex A:
Bid Security (Bank Guarantee)
Annex B:
Performance Bank Guarantee
Annex C:
Deleted
Annex D:
Bank Guarantee for Advance Payment
286
NCB.CW/W-1
Section VII. Works Requirements
287
Annex A
BID SECURITY (BANK GUARANTEE)
WHEREAS, _______________________ [name of Bidder] (hereinafter called "the Bidder") has submitted his Bid
dated _______________________ [date] for the construction of _____________________________________
[name of Contract] (hereinafter called "the Bid").
KNOW ALL PEOPLE by these presents that We ______________________________ [name of bank]
of____________________________
[name
of
country]
having
our
registered
office
at
___________________________________
(hereinafter
called
"the
Bank")
are
bound
unto
______________________________[name of Employer] (hereinafter called "the Employer") in the sum of
___________________1 for which payment well and truly to be made to the said Employer the Bank binds itself, his
successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this_________ day of __________ 19____.
THE CONDITIONS of this obligation are:
(1)
If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in
the Form of Bid;
(2)
If the Bidder having been notified of the acceptance of his bid by the Employer during the
period of Bid validity,
or
(a)
fails or refuses to execute the Form of Agreement in accordance with the Instructions
to Bidders, if required; or
(b)
fails or refuses to furnish the Performance Security, in accordance with the
Instruction to Bidders; or
(c)
does not accept the correction of the Bid Price pursuant to Clause 27,
we undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the
Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount
claimed by him is due to him owing to the occurrence of one or any of the three conditions, specifying the occurred
condition or conditions.
This Guarantee will remain in force up to and including the date ____________________2 days after the deadline
for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the
Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee
should reach the Bank not later than the above date.
DATE _______________
SIGNATURE OF THE BANK _________________________
WITNESS ____________
SEAL _______________________________________
_________________________________________________________________
[signature, name, and address]
____________________________
1
The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees.
This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders.
2
45 days after the end of the validity period of the Bid.
287
NCB.CW/W-1
Section VII. Works Requirements
288
Annex B
PERFORMANCE BANK GUARANTEE
To:
______________________________________________ [name of Employer]
_________________________________________ [address of Employer]
WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the
Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute
__________________________ [name of Contract and brief description of Works] (hereinafter called "the
Contract");
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you
with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his
obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the
Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in
words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable,
and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums
within the limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or
to show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us
with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or of the
Works to be performed thereunder or of any of the Contract documents which may be made between you and the
Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any
such change, addition or modification.
This guarantee shall be valid until 28 days from the date of expiry of the Defects Liability Period.
Signature and seal of the guarantor _____________________________
Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________
__________________
1
An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in
the Contract including additional security for unbalanced Bids, if any and denominated in Indian Rupees.
288
NCB.CW/W-1
Section VII. Works Requirements
289
Annex - D
BANK GUARANTEE FOR ADVANCE PAYMENT
To:
__________________________________________ [name of Employer]
__________________________________________ [address of Employer]
___________________________________________[name of Contract]
Gentlemen:
In accordance with the provisions of the Conditions of Contract, subclause 51.1 ("Advance Payment") of
the above-mentioned Contract, ________________________________ [name and address of Contractor]
(hereinafter called "the Contractor") shall deposit with ________________________ [name of Employer] a bank
guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of
_____________ [amount of guarantee] 1_________________________________ [in words].
We, the ____________________ [bank or financial institution], as instructed by the Contractor, agree
unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to
____________________ [name of Employer] on his first demand without whatsoever right of objection on our part
and without his first claim to the Contractor, in the amount not exceeding ____________________ [amount of
guarantee]1 __________________________________ [in words].
We further agree that no change or addition to or other modification of the terms of the Contract or of
Works to be performed thereunder or of any of the Contract documents which may be made between
_____________________ [name of Employer] and the Contractor, shall in any way release us from any liability
under this guarantee, and we hereby waive notice of any such change, addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment under the
Contract until _________________________ [name of Employer] receives full repayment of the same amount from
the Contractor.
Yours truly,
Signature and seal: _______________________________
Name of Bank/Financial Institution: _________________
Address: _______________________________________
Date: ____________________
__________________________
1
An amount shall be inserted by the bank or financial institution representing the amount of the Advance
Payment, and denominated in Indian Rupees.
NR/ls
Monday, December 12, 2005
m:\pdat\sbd\works\doc\w1.doc
289
NCB.CW/W-1